Loading...
HomeMy WebLinkAbout39-95 RESOLUTION• RESOLUTION NO. 39-95 A RESOLUTION AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A CONTRACT IN THE AMOUNT OF $827,210.00 WITH MCCLINTON ANCHOR FOR INTERSECTION IMPROVEMENTS AT U.S. HIGHWAY 71 AND JOYCE BOULEVARD, AND APPROVAL OF A 15% CONTINGENCY AMOUNT OF $124,082.00 AND AUTHORIZING THE MAYOR TO APPROVE CHANGE ORDERS UP TO THE CONTINGENCY AMOUNT. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council hereby authonzes the Mayor and City Clerk to execute a contract in the amount of $827,210.00 with McClinton Anchor for intersection Improvements at U.S. Highway 71 and Joyce Boulevard, and approves a 15% contingency amount of $124,082.00. A copy of the contract is attached hereto marked Exhibit "A" and made a part hereof. Section 2. That the City Council hereby authorizes the Mayor to approve change orders up to the contingency amount of $124,082.00. PASSED AND APPROVED this 7th day of March , 1995. APPROVED: By: Traci Paul, City Clerk ed Han , Mayor SECTION 00500 CONTRACT EXHIBIT A THIS AGREEMENT, made and entered into t.hi:s 7th day of March 19 95 , by and between the City of Fayetteville, County of Washington, State of Arkansas, Party of the First Part, hereinafter called the Owner, and APAC-Arkansas, Inc.,McClinton-Anchor Division of the City of Fayetteville, Arkansas the Second Part, hereinafter called the Contractor. WITNESSETH THAT: , Party of WHEREAS, the Owner has called for bids for U. S. Highway 71B and Joyce Boulevard Intersection Improvements, as set out in the Plans and Specifications and approved by the City of Fayetteville, Arkansas; and WHEREAS, pursuant to the published calls for bids under said Plans and Specifications, the Contractor is the lowest and best qualified bidder for the construction of said Improvements; NOW THEREFORE, the Contractor agrees with the Owner to commence and complete the construction of: Intersection Improvements as detailed and specified for U. S. 71B and Joyce Boulevard, Bid No. 95-12, Project No. 94-203, including all Work required for a complete and acceptable installation, for the unit and lump sum prices stated in the Bid Proposal, all of which become and are a part of this Contract, the total sum thus being Eight Hundred, Twenty -Seven Thousand, Two -Hundred Ten and no/100 dollars .($827,210.00), 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 and other accessories and services necessary to complete the said construction in accordance with the conditions and prices stated in the Bid attached hereto and made a part hereof, and in accordance with the Specifications, the General Conditions, the Supplementary Conditions, and in accordance with the Plans, which include all maps, plats, blueprints, and other drawings, and written or printed explanatory matter thereof. The Contractor agrees to commence work under this contract within ten days of the issuance of the Notice to Proceed and totally complete all work within one hundred -eighty (180) calendar days. 00500-1 The Owner agrees to pay the Contractor in current funds for the performance of the contract in accordance with the accepted Bid 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, and in accordance with the Contract Specifications, the Owner will make partial payments to the Contractor for 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. Retainage shall be withheld from the partial payments as provided by Arkansas state laws by the Owner until 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 work within ten (10) calendar days from the date 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 in completing the contract within the time stipulated herein, the Contractor agrees to pay the Owner, as liquidated damages the sum of five hundred dollars ($500.00) per day for each calendar day of delay in completion, said amounts being fixed and agreed upon by and between the parties hereto. Because of the impracticability and extreme difficulty in fixing and ascertaining the actual damages Owner would in such event sustain, said amounts are to be presumed by the parties to this contract to be the amounts of damage Owner would sustain. Said amounts of liquidated damages shall be deductible from any amount due Contractor under the Final Estimate of said work, after the completion thereof, and Contractor shall be entitled any to the Final Estimate less such amounts of liquidated damages. If the Contractor is delayed at any time during the progress of the work by any act or neglect of the Owner or of the Owner's 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 00500-2 9 Engineer pending arbitration, or by any cause which the Engineer shall decide to justify the delay, then the time of completion shall be extended for such reasonable time as the Engineer may decide. No such extension shall be made for delay occurring more than seven days before claim therefor is made in writing to the. Engineer. I.n the case of a continuing cause for 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 Contractor by the Owner or by the Engineer, then the Owner shall have the option of 1) declaring this contract at an end, in which event the Owner shall not be liable to the Contractor for any work theretofore performed, or 2) requiring the surety hereto, upon ten .(10) days notice, to complete and carry out the contract of Contractor; and in that event, should be surety fail, neglect or refuse to carry out said contract, 3) said Owner may complete the contract as 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 .Owner in completing this contract, less the total amount provided for hereunder to be paid Contractor upon the completion of this contract. This contract shall be binding upon the heirs, representatives, successors or assigns of the parties hereto, including the surety. 00500-3 1 NEW IN WITNESS WHEREOF, the Owner and Contractor have hereto set their hands and seals, respectively. Witnesses* APAC-Arkansas, Inc: McClinton -Anchor Div. - Firm Name By *If corporation, secretary should attest. Attest: Traci Paul, City Clerk CITY knil4f 4.66_ FAY fril EVILLE, ARKANSAS wv Fre Hanna, Mayor End of Contract 00500-4 SECTION •0D60:0 :PERFORMANCE BOND KNOW ALL 'MEN BY T 0SE PRESENTS: That we (1) AQPC-ARRAS, INC., PcLTNltM-ANGOR DIVISION a (2) Corporation hereinafter .called "Principal" and :(3) LIPMIOwMUIDAL ISURANCE.COHPANY of Boston , State <q -f Massachusetts hereinafter called the "Surety," are. held and firmly bound unto (4) CITY (W FAYPRTEVILE, p, , hereinafter called the "Owner", in the :penal sum of * * EIGHT HUNDRED ItENTY-SEVEN THOUSAND TFA nuta D TEN AND ND/100 * * * * * * * 1($ 827,210.00 ) in lawful money of the United States, for the payment of which sum well and truly to be made., we bind ourselves, our heirs, executors, administrators and successors, jointly .and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered into a certain contract with Owner, dated the 744 day of MARC Fk , 19 15, a copy of which is hereto attached and made a part hereof for the .construction of: U.S. Highway 71B and Joyce.Boulevard Intersection Improvements Washington County; Fayetteville, Arkansas Bid No. 95-12 NOW THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the undertakings, covenants, terms .and conditions, :and agreements of said contract .during the original term thereof, and any extensions thereof Which may be granted by the Owner, with .or without notice to the Surety, and. if he shall satisfy all claims and demands incurred under such contract, and which it. may suffer by reason of failure to do so, and shall reimburse and 'repay the Owner all outlay and expense which. the Owner may incur in making good any default, then this obligation shall be void; otherwise to :raisin in full force and effect. PROVIDED, FURTHER, that the said Surety, for value received hereby stipulates and agrees :that':no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time:, alteration or addition to the terms of the contract or to the work or to the specifications. 00600-1 PROVIDED, FURTHER, that no final settlement between the Owner and the Contractor shall abridge the right of any beneficiary hereunder, whose .claim may be uns.atis:fied. This bond is given in compliance with Act 351, Arkansas Acts of 1953, and Act 209, Arkansas :Acts of 1957, the same appearing as Arkansas Statutes (1957), Section :51.635, Cumulative,Supplement. IN WITNESS WHEREOF, counterparts, each, `one of the 7 day of MA2GN Attest: this: instrument is executed in six (.6) which shall be deemed as original, this , 19 /6-. (Principal) Secretary (Seal) Witness ato Principal P.O. BOX 1367 -- wAddreYETTEVILLE, AR 72702 Attest-: 14& � Noss (Seal) _s Witness as • Sur:. P.O. Box 550 Little Rock, Axkan---s 72203 r Address AM -ARKANSAS, IIC , MOCLINTON-ANCHUR DIVISION Princi.oal By P.O. Box 1367 Fayetteville, Arkansas 72702 Address At W --Fact Benson A. Cashion :P.O.. Box 550 Little Rock, Arkansas 72203 Address NOTE: Date of bond must not be prior to date of contract. (1T (2) (3) (4) (5) (6) Correct name of Contractor A corporation, a partnership, or an individual, as• the case may' be. Correct name of Surety. Correct name of .Owner. If Contractor is a partnership, all partners should .execute bond. This bond must be filed with the Circuit Clerk of the county where the. work is to. be .performed prior to the start of .construction. END OF DOCUMENT 00600-2 w 0 a w ✓ y c aC Ca . O a '1T ✓ y O • i• m CD w -13 C'jA e • O cm CD E cn E ML w O c > E O z THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the act of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. • LIBERTY MUTUAL INSURANCE COMPANY BOSTON, MASSACHUSETTS POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Insurance Company (the "Company") a Massachusetts mutual insurance company, pursuant to and by authority of the By-law and Authorization hereinafter set forth, does hereby name, constitute and appoint KNIGHT CASHION, BENSON A. CASHION, MATTHEW KNIGHT CASHION, JR., WILLIAM R. PLEGGE, CARLA SUE HOLLIS, SHIRLEY STAIN, ALL OF THE CITY OF LITTLE ROCK, STATE OF ARKANSAS each individually if there be more than one named, its true and lawful attorney- r -fact to make, execute, seal, acknowledge and deliver. for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations in the penal sum not exceeding TWENTY-FIVE MILLION '•"'•••""•••••"'•"•"""'"••" 25,000,000""•••••"• DOLLARS ($ ) each, on behalf of APAC-TENNESSEE, INC., APAC-ARKANSAS, INC., APAC-GEORGIA, INC., APAC-KANSAS, INC., AND/OR APAC-KANSAS, INC. WILKERSON-MAXWELL DIVISION . Said undertakings. bonds, recognizances and other surety obligations to be signed for the Company and the seal of the Company affixed thereto by any one of the said KNIGHT CASHION, BENSON A. CASHION, MATTHEW KNIGHT CASHION, JR., WILLIAM R. PLEGGE, CARLA SUE HOLLIS, SHIRLEY STAIN individually. And the execution of such undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company in their own proper persons. That this power is made and executed pursuant to and by authority of the following By-law and Authorization: ARTICLE XVI - Execution of Contracts Section 5. Surety Bonds and Undertakings. The president or a vice president or an assistant vice president authorized for that purpose in writing by the p esident and the secretary or an assistant secretary authorized for that purpose in writing by the president, subject to such limitations as the board may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the company to make, execute, seal. acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the company by their signature and execution of any such instruments and to attach thereto the seal of the company either by an impression of the seal or by the attachment of a seal of paper or other similar substance bearing a facsimile impression of the seal. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary By the following instrument the president has authorized the officers named therein to appoint attorneys -in -fact: Pursuant to Article XVI, Section 5 of the By-laws, Vice President H. Robert Schielke, together with Assistant Secretary Garnet W. Elliott, are hereby authorized to appoint such attorneys -in -fact as may be necessary to act in behalf of the company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds recognizances and other surety obligations. That the By-law and the Authorization above set forth are true copies thereof and are now in full force and effect IN WITNESS WHEREOF, this instrument has been subscnbed by its authorized officer and the corporate seal of the said Liberty Mutual Insurance Company has been affixed thereto in Plymouth Meeting, Pennsylvania this 15th day of September 19 94 LIBERTY MUTUAL INSURANCE COMPANY By H. Robert Schielke, Vent COMMONWEALTH OF PENNSYLVANIA COUNTY OF MONTGOMERY On this 15th me to be the therein ged that .he execute seal and his signet IN TESTIMO By SS. Garnet W. Elliott, Assistant Secretary Se.tember A D 19 94 , before me, a Notary Public, personally •came the individual, known to and officer of Liberty Mutual Insurance Company who executed the preceding instrument, and he acknowled- e seal affixed to the said preceding instrument is the corporate seal of said company; and that said corporate -s duly affixed and subscribed to the said instrument by authonty and direction of the said company. sel my hand and affix my official seal al Plymouth Meeting. PA, the day and year first above written. c EREOF I hr ni CERTIFICATE Notary Public r%.d I, the undersignedN&3'sS taKr retary of Liberty Mutual Insurance Company, do hereby certify that the original power of attorney of which the foregoing is a full, true and cotter copy, is ir full force and effect on the date of this certificate; and I do further certify that the officer who executed the said power of attorney was one of the officers specially authorized by the board'o appoint any attorney-in-fact as provided in Article XVI, Section 5 of the By-laws of the Liberty Mutual Insurance Company. This certificate may be signed by facsimile under and by authority of the following vote of the board of directors of the Liberty Mutual Insurance Company at a meeting duly called and held on the 12th day of March, 1980. _ VOTED that the facsimile or mechanically reproduced signature of any assistant secretary of the co,mparty wherever appearing upon a certified copy of any power of attorney issued by the company shall be valid and boding upon the rorrpany with the same force and effect as though manually affixed. - - - IN TESTIMONY WHEREOF, I have hereunto subscribed my name and aft-xed the corpbra•e seal of the said company this day of 19 —. AssieleOr Seirelay - . - THIS POWER OF ATTORNEY MAY NOT BE USED TO EXECUTE ANY BOND WITH AN INCEPTION DATE AFTER _ -December 31; _ 19 96 co N w w N a c c O ✓ 0 dW C O a Q 0 ae N C CO a°co y0 C 0 o c c - w O• a y0 L . C � O 0 rJ T F� 101 • • SECTION 00700 PAYMENT :BOND • .KNOW ALL MEN BY THESE PRESENTS: That we (1) APAC-ARKANSAS, INC. }ttLiRl N -AN HOR DIVISION a (2) Corporation hereinafter called "Principal" and (3) LIBERTY MDTUAL'IrEURANCSE COMPANY of Boston , .State of Massachusetts hereinafter called the "Surety," are held and firmly bound Tinto (4) CITY .OF FAYEPPEVIIL?, ARKANSAS , hereinafter called the "Owner", in the penal sum of * * EIGHT HUNDRED TWENTY-SEVEN •7fl0[SA D TWO HONDRED TEN AND NO/100 * * * * * * * ($ 827,210.00 ) in lawful money of the United States, for -the payment of which sum well .and truly to be made, we bind ourselves, our heirs, executors, .administrators and successors, Jointly and severally, firmly by these presents. THE .CONDITION OF THIS OBLIGATION is such that whereas, the Principal .entered into a certain contract with Owner, dated the %7l} day of M.arcuEA. , 1915, a copy of which is hereto attached and made a part hereof for the construction of: U. S. Highway 71B and Joyce Boulevard Intersection Improvements Washington County; Fayetteville, Arkansas Bid No. 95-12 NOW THEREFORE, if the Principal shall promptly make payment to persons, firms, subcontractors and corporations• furnishing materials for or performing labor in the prosecution of the work provided for in such contract, and any authorized extension or modification thereof, all amounts due for but not limited to materials, lubricants, oil, gasoline, coal and coke, repair on machinery, equipment and tools, consumed or used in connection with the construction of said work, fuel oil, camp equipment, food for men, feed for animals, ,.premiums for bonds and liability and workmen's .compensation insurance, rentals on machinery, equipment and draft animals; also for taxes or payments .due to the State of .:Arkansas or any political subdivision thereof which shall have arisen on account of or in connection with the wages earned by workmen covered by the bond; and for all labor, performed in such work whether by subcontractors or otherwise, then this obligation shall be void, otherwise to remain in full force .and effect. The Surety agrees that the terms of this bond shall cover the payment by the Principal of not less than the prevailing hourly rate of wages as found by the Arkansas Department of Labor or as determined by the court on appeal to all workmen performing work under the contract. 00700-1 • PROVIDED, FURTHER, that the said 'Surety, for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the .terms•of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligation on. this bond, and it does hereby waive notice of any such change, •extension of time, alteration or addition to the terms of the contract or to the work or to the specifications. PROVIDED, FURTHER, that no final settlement between the Owner and the Contractor shall abridge the right of any beneficiary hereunder, whose claim.may be unsatisfied. This bond is given in compliance with Act 351, Arkansas Acts of 1953, and Act 2.09, ArkansasActs of 1957, the same appearing as Arkansas Statutes (1957), Section 51-635,, Cumulative Supplement. IN WITNESS WHEREOF, this instrument is executed in six .(6) counterparts, each one of which shall be deemed as original, this the 71H day of A4Aec:H , 19g5 . APAC-ARKANSAS, INC., MLCLINTtN-A DIVISION .Attest: Sr asa (Principal) Secretary (Seal) Witness f to Principal P.O. BOX 1367 :Andres fAYETTEVILLE, AR 72702 Attest: �2(� ' eti • n O vim K ($t tett';) Witness as o Su :ty P.O. Box 550 Little Rock, Arkansas 72203 Address Princ.pal By 4 Lie, P.O.:Box 1367 Fayetteville, Arkansas 72702 :Address air 4Y : N•r OChIPANY Sure y �t By k..7=1P- A,. nAY-in-Fact Benson 'A Cashion P.O. fax 550 Little Rock, Arkansas 72203 Address NOTE: Date of bond must not be prior to date of contract (1) (2) (3) (4) (5) (6) Correct name of. Contractor. A corporation, a. partnership, or an individual, as the case may be. Correct name of Surety. Correct name of Owner. If Contractor is a partnership, all partners should execute bond. This bond must be filed with the Circuit Clerk of the county where the work is to be performed prior to the start of construction. 00700-2 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. • This Power of Attorney limits the act of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. LIBERTY MUTUAL INSURANCE COMPANY BOSTON, MASSACHUSETTS POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Insurance Company (the "Company"), a Massachusetts mutual insurance company, pursuant to and by authority of the By-law and Authorization hereinafter set forth, does hereby name, constitute and appoint KNIGHT CASHION, BENSON A. CASHION, MATTHEW KNIGHT CASHION, JR., WILLIAM R. PLEGGE, CARLA SUE HOLLIS, SHIRLEY STAIN, ALL OF THE CITY OF LITTLE ROCK, STATE OF ARKANSAS each individually if there be more than one named, its true and lawful attorney -in -tact to make, execute. seal, acknowledge and deliver, tor and on its behalf as surety and as its act and deed, any and all undertakings. bonds, recognizances and other surety obligations in the penal sum not exceeding TWENTY-FIVE MILLION ""• DOLLARS ($ 25,000,000""""'" 1 each, on behalf of APAC-TENNESSEE, INC., APAC-ARKANSAS, INC., APAC-GEORGIA, INC., APAC-KANSAS, INC., AND/OR APAC-KANSAS, INC. WILKERSON-MAXWELL DIVISION . Said undertakings, bonds, recognizances and other surety obligations to be signed for the Company and the seal of the Company affixed thereto by any one of the said KNIGHT CASHION, BENSON A. CASHION, MATTHEW KNIGHT CASHION, JR., WILLIAM R. PLEGGE, CARLA SUE HOLLIS, SHIRLEY STAIN individually. And the execution of such undertakings bonds, recognizances and other surety obligations. in pursuance of these presents, shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company in their own proper persons. That this power is made and executed pursuant to and by authority of the following By-law and Authorization: ARTICLE XVI - Execution of Contracts: Section 5 Surety Bonds and Undertakings. The president or a vice president or an assistant vice president authorized for that purpose in writing by the president and the secretary or an assistant secretary authorized for that purpose in writing by the president. subject to such limitations as the board may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the company to make. execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective powers of attorney, shall have lull power to bind the company by their signature and execution of any such instruments and to attach thereto the seal of the company either by an impression of the seal or by the attachment of a seal of paperer other similar substance bearing a facsimile impression of the seal. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. By the following Instrument the president has authorzed the officers named therein to appoint attorneys -in -tact: Pursuant to Article XVI, Section 5 of the By-laws. Vice President H. Robert Schielke, together with Assistant Secretary Garnet W. Elliott, are hereby authorized to appoint such attorneys -in -fact as may be necessary to act in behalf of the company to make, execute. seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations That the By-law and the Authonzation above set forth are true copies thereof and are now in full force and effect. IN WITNESS WHEREOF, this instrument has been subscribed by its authorized officer and the corporate seal of the said Liberty Mutual Insurance Company has been affixed thereto m Plymouth Meeting, Pennsylvania this ___Ian _ day of Seotembej 19 94 LIBERTY MUTUAL INSURANCE COMPANY By H Robert Schielke, Vii - den COMMONWEALTH OF PENNSYLVANIA COUNTY OF MONTGOMERY On this 15th me to be the therein ged that he execute seal and his signal. re) IN TESTIMO VP By Garnet W Elliott, Assistarit Secretary aorfr I W. al.,14 ss. September _ A.D. 19 94 before me, a Notary Public, personally came the individual, known to and officer of Liberty Mutual Insurance Company who executed the preceding instrument, and he acknowled- - seal affixed to the Said preceding instrument is the corporate seal of said company and that said corporate as duly affixed and subscribed to the said instrument by authority and direction of the said company set my hand and affix my official seal at Plymouth Meeting, PA, the day and year first above written. aCT • CERTIFICATE I, the undersigne sl tart' - rotary of Liberty Mutual Insurance Company, do hereby certify that the original power of attorney of which the foregoing is a full. true and caret copy, is In full force and effect on the date of this certificate, and I do further certify that the officer who executed the said power of attorney was one of the officers specially authorized by the board to appoint any attorney-in-fact as provided in Article XVI, Section 5 of the By-laws of the Liberty Mutual Insurance Company. This certificate may be signed by facsimile under and by authority of the following vote of the board of directors of the Liberty Mutual Insurance Company at a meeting duly called and held on the 12th day of March, 1980. - - VOTED that the facsimile or mechanically reproduced signature of any assistant secretary of the company Wherever appearing upon a certified copy of any power of attorney issued by the company, shall be valid and binding upon the company with the same force and effect as though manually affixed. - - IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal di the said c rnpany this day of 19. Notary Public%4 e; - Assistant Secret THIS POWER OF ATTORNEY MAY NOT BE USED TO EXECUTE ANY BOND WITH AN INCEPTION DATE AFTER DScernber31 .19 96 to 9 ai d c To a T C. 0 >0 yW za ac., O n. w C O M aE N .o0 w 0) o c v2 ra > n • a c E 00 Ccp O 0 0 O , - CERTIFICATE OF INSURANCE 005625 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION .ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES LISTED BELOW. NAME AND ADDRESS OF AGENCY United Service Agency, Inc. COMPANY COMPANIES AFFORDING COVERAGES LETTER Post Office Box 117.65 Lexington, Kentucky 40577 A INSURANCE COMPANY OF NORTH AMERICA B CIGNA INSURANCE COMPANY OF TEXAS C PACIFIC EMPLOYERS INSURANCE COMPANY NAME AND ADDRESS OF INSURED APAC-ARKANSAS, INC. MCCLINTON-ANCHOR DIVISION P. 0. BOX 1367 FAYETTEVILLE, ARKANSAS 72702 D E F G H I This is to certify that policies of insurance listed below have been issued to he insured named above and are in force at this time. COMPANY POLICY Limits of Liability in Thousands 1000) LETTEREACH TYPE OF INSURANCE POLICY NUMBER .EXPIRATION DATE OCCURRENCE POLICY AGGREGATE GENERAL LIABILITY A X COMPREHENSIVE FORM LAB 26607 12/01/95 PERSONAL INJURY $ $ X PREMISES -OPERATIONS INCLUDING BODILY INJURY X EXPLOSION AND COLLAPSE PROPERTY S S X HAZARD UNDERGROUND HAZARD DAMAGE PRODUCTS/COMPLETED X OPERATIONS HAZARD CONTRACTUAL INSURANCE PERSONAL INJURY, X BROAD FORM PROPERTY DAMAGE BODILY INJURY AND S 2,500 S 2,500 INDEPENDENT CONTRACTORS PROPERTY DAMAGE COMBINED 1�X XPERSONAL INJURY AUTOMOBILE LIABILITY BODILY INJURY $ A �ylEACH L1 COMPREHENSIVE FORM LAB 26607 12/01/95 PERSON/ BODILY INJURY $ X OWNED (EACH DCCURENCE) X HIRED PROPERTY DAMAGE $ IX NON -OWNED BODILY INJURY AND 'PROPERTY DAMAGE COMBINED S 2,500 EXCESS LIABILITY . UMBRELLA FORM :. OTHER THAN UMBRELLA FORM BODILY INJURY AND $ PROPERTY DAMAGE COMBINED $ A A B. C WORKERS' COMPENSATION an EMPLOYERS'd LIABILITY RSC RSC WLR WLR C40609970 C40609908 C40610121 C40610157 12/01/95 STATUTORY $ (EACH 1,000 ACCIDENT) $ S $ $ DESCRIPTION OF OPERATIONS/ HIGHWAY . CITY OF LOCA IONS/VEHICLES 71B FAYETTEVILLE AND .JOYCE BOULEVARD INTERSECTION IMPROVEMENTS. BID NO. 95-12 CANCELLATION: SHOULD EXPIRATION WRITTEN NOTICE SHALL NOTICE ANY DATE OF THE THEREOF, TO THE IMPOSE ABOVE BELOW NO OBLIGATION THE DESCRIBED NAMED ISSUING .CERTIFICATE OR POLICIES COMPANY LIABILITY BE WILL HOLDER, OF CANCELLED ENDEAVOR ANY BUT KIND BEFORE TO FAILURE UPON MAIL THE 30 TO THE DAYS MAIL SUCH COMPANY. NAME AND ADDRESS OF CERTIFICATE HOLDER DATE ISSUED: March 8. 1995 THE .CITY OF FAYETTEVILLE AND DEVELOPMENT CONSULTANTS, LLC CITY ADMINISTRATIVE BUILDING K 113 WEST MOUNTAIN STREET FAYETTEVILLE, ARKANSAS 72701 AUTHORIZED SIGNATURE I MAR -08-1995 16:14 c Form A•5 SIO r ,__,- r. w..V. CITy. .� • ,(1) (!10) .. ,i•, (!) OC .(!? ». .(!�4 ». .(!). POI • ;(M), 4 .(!). .., (!) RENEWABLE ^i =% is .. ANNUALLY ,(!), ;f 1 I I P.4 A Corporation having furnished this Commission a current financial statement ,!4 of its condition, from which it appears that unencumbered assets were on that date sufficient to meet re - ,(I), st quirements of the Law relative to qualifying as a self -insurer for workers' compensation purposes, and no having otherwise qualified for such privilege under the Arkansas Workers' Compensation Law, is hereby :(•!�� authorized to act as a self -insurer within the State for the year ending on the 1st day of ip 4.4 May d!), '-4 ' •1 Mf ..1f. 1.4 14 .., 1(!), .moi ,(nrI1!)4 ,1')14 .4 (), -0ie _ __.yY_2 --• Y -1—,:—_x: s'2=Y �— _—Y .l2:!tix sz:=:—:sil (Certificate of cutIinritg as a Self -c3 usurer under Arkansas Workers' Compensation Law APAC–ARKANSAS, INC. • ;; `. •\a. ••, Y• • 19a subject to the provisions and requirements of said Law. Kiln pit.. Ahhereof we. the undersigned Commissioners of the Arkansas Workers' Compensation Commission, have hereunto set our hands and affixed the Commission seal April , 19 94 this 2 9th day of (5) c'ke-a-Careill- TOTAL P.01 • SECTION 00400 BID FORM Bid Location: City Of Fayetteville Purchasing .Office, Room 3.06 City Administration Building 113 West Mountain Street Fayetteville, Arkansas 72701 Bid Date: February 21, 1995 Bid Time: 2:00 P.M. Central Standard Time (CST) Proposal of AfAc. AMLPas#S,. )c, M`-cuirei0 40c -flint. p•wtsLoNJ a corporation organized and existing under the laws of the State of 17S -4w10-6 ; a partnership consisting of N/A ; an individual trading as MA . To: City of Fayetteville City Administration Building 113 West Mountain Fayetteville, AR 72701 The undersigned hereby proposes to perform all work and furnish all materials required for the construction of the U.S. 71B and Joyce Boulevard Intersection Improvements, Project No. 94-203, in accordance with the referenced AHTD Standard Specification Sections, the Drawings, Specifications, AHTD Standard Drawings, Project Specifications, and the Bid Schedule for the Contract Price of p a -D445 ,tw6aNJu n1 iuo is�,+,� i Jo 4Ja D tia toWAtVS cirdYNo e.thsrS Dollars ($ SZ"I/Z.(p.op ) , It is understood that the contract price includes all lump sum items, in addition to all other work identified with variable quantities listed: in the Bid Schedule. The quantities given in the Bid Schedule are for the purpose of comparing bids only. The contract price will be adjusted in proportion to the actual quantities of work completed and accepted by the owner, at the following unit prices stated in the Bid Quantity and Unit Price Schedule. 00400-1 Bid Item No. 1 2 3 4 ANTD Spec. No. 202 Estnnated Quantity 1975 • • Bid Quantity and Unit Price Schedule U.S. Highway 718 S Joyce Street Intersection Improvements City of Fayetteville Bid' No. 95-12 Fayetteville, Arkansas Units LF Iwo :,gu.AN5 item Description R&D CURB No .ca'wrS (Unit Per Lineal Foot Words) 202 20 LF R&D FENCE ►=.1��/ 0.. AoLtS .,..Li No C6Pis (Unit Rice Per Lineal Foot - Words) Unit price Bid Extended Item Cosf $ Z, oo /LF $ 3°15 0.0>7 .(Numerals) (Numerals) $ 5.00 /LF $ I00.0 (Numerals) (Numerals) 202 2000 SY R&D CONCRETE ISLANDS tie PeL4 (v5 e.-oC— No $z.00 (Unit Price Per Square Vard - Words) 202 382 SY R&D CONCRETE DRIVEWAYS N D o LA AUS Nd ANIS $ 3. o o /sy $ r l q (Numerals) /SY $Le000..00 (Numerals) (Unit Price Per Square Vard - Wads) (Numerals) (Numerals) 5 202 70 LF R&D HEDGE ROW Ti4 (I. -10W V o LA/L A15 >-,R..- Ho C,e;'1J C5 $ 3. 0 0 (Una Rice Per Lineal Foot Words) (Numerals) (Numerals) 6 202 118 SY R&D WALKS Iwo 'ounAVS ooL No CSA)CS $Z o . ,sy $ t.36.00 (Una Rice Per Square Yard - Words) (Numerals) (Numerals) 7 202 .6 EA R&D DROP INLETS i uetr 11.10.pitn,1, cFitt vOwIA45 .-a-ij o $350.00 IFA .$ -Lr 100.00 .(Unit'Price Per Each - Wads) 1"41 S (Numerals) `Numerals) 8 202 118 TLF R&D PIPE CULVERTS o 1W '� FLJfi V ewp.vS ..t ).Jo cr;jJTS$ 2-6- 0° /LF $ Z' I J� 0.00 (Una Rice Per Lineal Foot WONs) (Numerals) (Numerals) 9 202 3 EA R&D HEAD WALLS /LF $ O. 0.0 10 11 202 j wo ugPil'IU > )ti t4 .1,01-1145P5 o-nk-:N5 .c4}Ic55Z5o. D O /EA $ (Unit Price Per Each'- Words) (Numerals) 2 EA R&D WING WALLS Iwo aUi.Spiivert1 CCit1'70Llie ,S 'rot' Ne cots $ZSo.00 /EA $ 500.00 (Una Price Per Each - Words) (Numerals) 15a.00 (Numerals) 208 80 LF FENCE MOVED & RECONTRUCTED swg i ver w;a+Ls d �, Fi TH CO:14-15 (Numerate) $ 86° ,LF $ 510.0° (Unit Rice Per Lineal Foot - Wads) 12 210 5498 CY UNCLASSIFIED EXCAVATION I w� e t,t-lsrv3 t-oU A4 o c.0,4-5 (Numerals) (Numerals) $IZ.00 ICY $ .(Unit Rice Per Gibic Yard - words) Section 00400-2 435 914.4 o (Numerals) (Numerals) Bid Item No. AHTD Spec. Estimated No. Quantity Units Hem Description Unit.price Bid Extended Item Cost 13 210 1200 CY SPEC. COMP. OFEARTHWORK It s VoL.t poi5 Et( -y4 ce6N(i5 $ 1-.50 ICY $ 3)000.00 (Unit Price Per Cubic Yard - Words) (Numerals) (Numerals) 14 401 1532 GAL TACK COAT out potA4t' a.sk-SV.6li -r(vf Cetyls $ 1.15 (Unit Pnce Per Gallon - Words) 15 405 4965 TN M.A. ACHM STAB BS CRS (CL7) (Numerals) ill tderk`1 09CVoLL.WS=�CIAcal t'r•h{ $ 3l.ZS (Unit Price Per Ton - Words) CA51 l . - 16 405 207 TN A.C. IN ACHM STAB .BS CRS (CL7) °Pe414u114.46b tOt.t,AeiS .,.,t_ N0 C-40(-15 (Unit Price Per Ton -.Worth) (Numerals) '17 406 2129 TN MA. IN ACHM BIND.CRSET2 111t144-4 Yovyt, voLLM s ,c- 00 C4I3t5 (Unit Price Per Ton - Words) (Numerals) /GALS ) (Numerals) /rN $155)156 ZS (Numerals) $1Dor.00 /TN :$ 18 406 101 TN A:C..IN ACHM BIND. CRSE-T2 owe koiDadbv �WpJLS cr.te cit.../ No (Unit Price Per Tan- Words) $ 3/4-• o o (Numerals) ITN $ C.1fj'u(S $ 1.00.0.0 TFN $ (Numerals) 19 407 802 TN MA. IN ACHM SURF. CRSE-T2 ►utrK:-i itIG- -r voLI.AILS ,.L -»o c44 -ss 38. oo (Unit Rice Per Ton - Words) (Numerals) 20 .407 42 TN A.C. :IN ACHM SURF. CRSET2 ON1e .1{✓N7 i > TOL(.lM/S 0.01._ p0 CS 3 (Unit Pnce Per Ton - Words) 21 505 213 SY P.C. CONCRETE DRIVEWAY 1►Lnt:s1 -POLA.)4PS c.dL-d0 ca,r5 (Unit Rice Per Square Yard - Wards) .601 1 LS MOBILIZATION Tuiciti Vivo- i&oUSe)jv. U,LAWAd/3 06.0L-0008,43 $ (Unit Pnce Per Lump Sum - Words) 23 603 1 LS MAINTENANCE OF TRAFFIC 5tyL;4 Tvo4smir> tow)sNS 0..,t, pio Cics $400/000.00/Ls $ (oo,000.00 (Unit Rice Per Lump Sum -Wam ds) (Numerals) (Numerals) 24 606 385 LF 18" R.C.PIPE CLVT (CL3) f5-10-14 `20Wt. NS a. C. No GG).)(S $ 14°s °O (Unit Price Per Lineal Foot —Words) (Numerals) 25 92 LF 24" R.C.PIPE CLVT (CL3) \�rtn1‘( CV( Pau-AA/5 cin , N.0 6.63S $45.0 0 (Unit Rice Per Lineal Foot Words) 22 $ 1.00 .0 0 (Numerals) to/00.00 (umenh) 72386.00 (Numerals) 10100.00 (Numerals) ITN $ 30L4714.00 (Numerals) /TN $ 4zoo•00 (Numerals) $ 30.00 ISY $ (039 o AO (Numerate) (Numerals) 00O.0O/LS $ 350o0.00 (Numerals) (Numerals) 606 Section 004003 (Numerals) ILF $ 15114100. O O (Numerals) /LF $ i I40 00 )(Numerate) • AHJD Bid Spec. Estimated Unit Price Extended Item No. Na Quantity Units Mem Description Bid Mem Cost 26 606 24 LF 30" R.C.PIPE.CLVT (CL3) S.yry•Dowan.5 a_oJ__ No c4W-S $ (o.00 /LF $ 11400.00 .(Une Rice Per Uneal,Fool - Words) (Numerals) ) (Numerals) 27 606 63 LF • 18" ZCCS PIPE CLVT (16 GA) i ta4 FndC POW46)5 o,oL, uo S-5 $ 35.o..oILF aZZa5.00 (UM Price Per Lineal Fool - Words) (Numerals) (Numerals) 28 606 56 � LF 24" ZCCS PIPE .CLV•T(16 GA) -- (ISIPtsm ei tG4LC DOWA(VSo. & , n.t r S $ 38 , 0 0 /LF $Zi�jO. 017 (Unit Rice Per Lxeal;Fool.-Wads) (Numerals) )(Numerals) 29 .607 7 EA DROP INLETS (TYPE C) To ikoJS.Ap OAC 4.1tttQtfflwaat.S o,.r.f---- $2100.00 (Una Ree Per Each - Wada)'),) 0 C jjJ(S (Numerals) 30 610 1 EA MANHOLES ADJ TO GRADE S()L {-,J3.IDtz c' t't M'S w...-- Ai o cc s $ l.00, oo /EA (UM Price Per Each - Words) (Numerals) 31 620 /EA $14100.00 (Nmneraln) 3 TN LIME $ GO D. 00 (Numerals) Two WArptua> Ilk)nAtf'Po u41nh e..( --9.1a cs>><s.3Z3o.00 TFN .$ 00, 00 32 620 1.2 AC (Urdt Rice Per Ton - Wads) (Numerals) (Numerals) SEEDING 17.1. n,q oVSAPI> 1701.4.44iS eta.- p CSCS (Una'Price Per Acre - Wads) 33 620 1.2 AC MULCH COVER Two 1j►4Dlw0 04J3tltgp"PoUj» "me Cons Ze,oD.oD /AC $ Z)&tO.00 (Numerals) (Numesa) • $3000.00 /AC $ 3boo . o 0 (Numerals) (Numerals) .(Unit Rice Per Acre - Wads) 34 620 240 MG WATER 4-ort(v( -92bLianvS o L- N o CV) $ 140.00 /MG $ 4 (3o 0. a o (Numerals) (Numerals) (Unit Price Per 1000 Galion -Words) 35 621 60 BA BALED STRAW FILTER BARRIER few DoL.',l I /S o_at_/ ,.j o cs cs . $ 10.0 /BA .$ (000.0 0 (Unit Price Per Bale .Words) (Numerals) (Numerals) 36 621 1900 LF SILT FENCE L SI Se V41.VDNS 0 ....C,-. .),) 6 c4 S $ «,D0 .ILF $ 111L{a.0. 00 (Una Price Per Lineal Foot. Words) (Numerals) (Numerals) Si 624 1000 SY SOLID SODDING ..t=11/4)) bowAt"S Gni—, WO ceX3C5 a ✓C.Oo /sy $ sa00. 0.0 (Unit Rte Per Square Yard - Words) (Numerals) .(Numerals) 38 628 730 CY TOPSOIL FURNISHED R PLACED 16-44 'IJ na.vhn.S .,J./ po CEi3SS $ 19. 00 icy $ J3,q- ,.D.o (Unit Price Per Chic Yard -Wads) (Numerals) (humeral • Section 00400-4 BM Item No. 39 ANTD Spec. Na 632 Estimated Quantity Units Item Description Unit Price Bid 995 SY .CONCRETE ISLAND Tw‘PCCI Fowl., POL,t AAis filo c(jf-5 $7-14100 Extended Item Cost /SY '$ 731 $80. D0 (Unit Pnce Per Square Yard - Wads) (Numerals) (Numerals) 40 633 70 SY CONCRETE'WALKS TwtfilJi` 1 011ur PAA-Auu 0.4 -NO c$u(5 $ Z1.00 (Unit PricePer Square Yam - Words) (Numerals) 41 634 4290 LF CONC CMBN cap TY A (Z-0") /sY $ !trio. 0a (Numerals) sista) bow►vs $ 1,85 ,L $33616.50 (Unll Price Per Lineal Fool Words) (Numeral) .(Numerals) 42 .635 1 LS ROADWAY .CONSTR CONTROL . p 1aTH.alskut D.4Lt e4,S .-S'- No C$)Jfs $15vo0.o0 /Ls $ 150D0.o.0 (Unn Price Per Lump Sum - Words) (Numerals) (Numerals) 43 701 1 EA ACTUATED CONTROLLER (8 PHASE) (0„) liaaJSi /J i-D0L,T,DNS .••-.aL- No cJeary_s $ to 000 ..00 , $ Ip/ 000, 00 Ura Pnce Per Each- Words) (Numerals) (Numerals) 44 704 15 EA VEHICLE DETECTOR 'rwo 4.0.t,41.41> Vou.Ar'S a.L'Nd �$.ZOo.o0 (UM Pnce Pa Each- Words) (Numerals) 45 704 7475 LF LOOP WIRING Wo 7aL4AYUS F1Ff'4 CO-11/41C.S (Ura Price Per.Loieal Foot Words) .46 704 3040 LF FEEDER WIRE ONIf -D.OU Asti --ol-- 14 0 (..li)Jf, (Und Price Per Loral Fool Words) /EA $ 3'000.00 (Numerals) $Z.So $ 18,681.50 (Numerals) (Numerals) $ I.o'0 .(Numerals) /LF $ 31 oL/U, 0 a .(Numerals) 47 706 19 EA TRAFFIC SIGNAL HEAD (3SEC/1.WAY) fyiwJpl pvoLsM'S c60-$1-#00. 0 /EA $ 7‘00. 0 (Ura Price Per Each -.Words) (Numerals) (Numerals) 48 708 1310 LF TRAFFIC SIGNAL CABLE 5C/14AWG OL1Lfi boLiiAlL o dl N o Cyr/.1fS (Unit Price Per Lineal Foot - Words) 49 708 380 LF TRAFFIC SIGNAL CABLE 12C/14AWG rw0 VOLLAIL.S a.p1 {J 0 '-(1iJJ1.S (Unit Price Per Lineal Foot - Words) 50 708 350 LF TRAFFIC SIGNAL CABLE 20C/14A(NG 1-444.16-T7OU/ JS q--- 1.10 C43,015 (Unit Rice Per Lineal Foot - Words) 51 708 720 LF TRAFFIC SIGNAL CABLE 2C/12AWG misp0114..C$NrS (Unit Price Pe( Lineal Fool Words) Section 00400-5 $ I.OD /LF $ l31.oa (Numerals) (Numerals) $ 2'.00 .. /LF $ (b.00 (Nurierals) (Numerals) $ 3.00 /LF $ l 050 .0 o (Numerals) (Numerals) $ 0. 1 /LF $ 04-0 , o o .(Numerals) (Numerals) Bid Mem No. 52 53 54 • • AMD Spec. Estimated No. Quantity Units Mem Description 710 90 LF PVC CONDUIT 1' 710 1455 r04 DOLA.anss 0 c a1cS (Unit Pnce Per !meal Foot Words) LF PVC CONDUIT 3' S / C)J VoLAAANS u#-cL yo t -CAS Unit price Bid $ 5,0o .(Numerals) Extended item Cost !LF $ 1-450.0° (Numerals) $ 11.o0 2F $24135.00 (UM Price Per Lineal Foot - Wads) 711 11 EA CONCRETE PULL BOX (TYPE 1) To {W44it+ FtFt-kiDoWL.:YS rail- No c#1)3j $260.0.0 r $ Zrj50.00 (UM Price Per Each -.Words) (Numerals) (Numerals) 55 714 1 EA TRAFFIC SIGNAL MAST ARM AND POLE WITH FOUNDATION (60') 141 evsprz, DoU,24.6 d,.aL-- Na CW (Und Price Per Each - Words) 714 2 EA TRAFFIC SIGNAL MAST ARM AND POLE FOUNDATION (64) .�1 5 Tan6Mk,.1-14 41Nurl4t, VouldiS 'mss $560.6 0 (Und Price Per Each - Words) y.) 0 C() ¶S / (Numerals) 57 714 TRAFFIC SIGNAL MAST ARM AND POLE WITH FOUNDATION (72') CMS( -1-4•4414033 tic sr ,i tt, n+s s $ 8800, 00 (Unit Pnex Per Each - Words) )46 GE>'t�5 , (Numerals) 58 714 4 EA LUMINAIRE ASSEMBLY 150 WATT, HPS, COBRA roVW-VNmylbp r,r- y ,0tTod-2N►65Nis$t/50,00 (Numerals) .(Numerals) 56 $8 x60.00 /EA (Numerals) 1 EA $ 8,000.00 (Numerals) /EA $ ?)000,00 (Numerals) /EA $ 8 $o o. 0r0 2 .(Numsrak) /EA $ 1800.at (UM ' Per Each -Words) .(Numerals) (Numerals) 59 715 1 LS ELECTRICAL SERVICE 0 i ItagSktrts SauS')J i:JLP1t471,81AMINS ate/ $ 17Do 0a /LS $ j 100.00 (Unit Rice Per Lump Sum- Words))40 CI) 3 / {Numerals) .(Numerals) 60 715 1 LS REMOVAL OF TRAFFIC SIGNAL EQUIPMENT luta 41aJ$Un v.ou rtiS wd--Nd c61VS $3 000.00 /Ls $3000.0.0 (UM( Price Per Lump Sum - Wads) .(Numerals) (Numerals) 61 718 1 LS REMOVAL OF PAINT PAVEMENT MARKINGS 114sit ,t 1 s,1 140\1_1WD yoILM5 o..0 /va (401:5 $13)0 $ 13/000 00 (Una Price Per Lump Sum - Wads) (Numerals) (Numerals) 62 719 5260 LF THERMOPLASTIC PAVEMENT MARKINGS (4' WHITE) s ./ Ce -14 - (UM Price Per Lino) Foot Words) 63 719 225 LF THERMOPLASTIC PAVEMENT MARKINGS (12" WHITE) POL.VLu1.r5 oNo Ce/JCS. (Una Price Per Lineal Fool - Words) 64 719 4960 LF THERMOPLASTIC PAVEMENT MARKINGS (4" YELLOW) 1,)iL{ C )105 (Unit Price Per Lineal Fool - Words) Section 00400-6 $ 0.1O (Wooerals) $ 400. (Numerals) $ 0.(Numerals) /LF $ 3682.0 o (Numerate) ILF $ gao.00 (Numerals) /LF $ 3177..00 / (Numerals) • AMID Bid Spec. Estimated Unit Price Extended • Mem No. No. .Quantity. 'Lhdts item Description BW Item Cost 65 719 340 LF THERMOPLASTIC PAVEMENT MARKINGS N AOL, •�YF�LLOW) ni-) 0-4...140il $ 3..00 .. !LF $ ID�jD,00 (Unit Price•Per Lineal Foil - Words) (Numerals) (Numerals) 66 719 14 EA THERMOPLASTIC PAVEMENT MARKINGS (WOR � uDS 1W6cq N3.e.14.-,v0 CEMS$150..00 .(Unit'Prke Per..Eadi -Words) (Numerals) (Numerals) /F„ .$ 350o. oo 67 719 28 EA THERMOPLASTIC PAVEMENT MARKINGS (ARROWS) OJ( NvtirvMnb nA.4'O WS/0 c•pLa LEON 150.00 (EA s moo. o0 (Unit Price Per Faeh -Wads) (Numerals) I (Numerate) 68 726 31.25 SF STANDARD SIGN (R14) in FrOrd POLO MS 0.4-- No C,$S $ 15.00 /SF $ 1/4.8.15 (Unit Price Per Square Foot- Wads) (Numerals) (Numerals) 69 726 4.5 SFS� STANDARD SIGN (R1-2) TT J t7OLX950LiS eta.- )J'0 C$015 $15 ;DO. /SF $ Ll .5 0 (Unit Rice Per SquareFoot-.Wads) .(Numerals) (Numerals) 70 726 12 SFr STANDARD SIGN (R3-2) Ell -C6 6,-) v0LAMVS .s .sU p0 c c -S $ 1500 /SF '$ 180.00 (Unit Price Per Square Foot - Words) (Numerals) (Numerals) 71 726 12.5 SF STANDARD SIGN (R3-7) 1=hEt M DOL.I.4bAJS o -JL- s o curs $ .15. o o /SF $ 'l €1,50 (Unit Pike Per Square Foot - Wads) (Numerals) (Numerals) 72 726 30 SF STANDARD SIGN (143-9B) Y (Fta .-) VouAs&LS �,.Li ►Jo cess (Unit Price Per Square Foot - Words) 73 726 30 SF STANDARD SIGN (R4-7) Ficar1(,�'JJ T,>owJAds ./tr,L/ no C4pf5 $ .5.00 /SF .$ 1-15°' D 0 (Und Price Per Square Fool - Words) (Numerals) (Numerals) 74 SP 7 EA OVERHEAD SIGN (R10-10) SeWisi`f 'Co( -poR M/S o-ot-4•/0 c$uis $ 5.00 /EA $ 576, o 0 (Unit Price Per Each- Words) (Numerals) (Numerals) 75 726 1 ` A � LS ,�S,IIGN & ASSEMBLY REMOVAL C, (Una Price Per Lunip'Surn -.Words) 15.00 /SF $. °10°' .(Numerals) (Numerals) s7ao.0 0 .2S s 7aa.ao (Numerals) (Numerals) 76 729 24 EA CHANNEL POST SIGN SUPPORT TYPE -U TON D9Lk4,n/S o -A--. u o e--CN\S . $ 16 .00 . /EA $ tit, 0.0 .(Unit Price Per Ea h -.Words) (Numerals) (Numeral,) 77 801 20 CY UNCL EXC STRS - ROADWAY SOW)411`'i Ev\dr-P k/iWl/S e,eli !Jo C$>J(S $ 15.00 icy .$ 15 0 6.00 (Unit Price Per Cubic' Yard -Words) (Numerals) 1 (Numerals) Section .00400-7 AHTD Bid Spec. Estimated Unit Price Extended Item No. No. Ouanlily Uaddts Item Deseripylnn Bid Item Cost 78 802 29.8 CY CLASS S.(AE)CONCRETE-ROADWAY r n- J> 1poo -se. ..No w,Jrs s4to.AO ICY $ it 9Zo.00 (Unit Price Per Cubic Yard -.Words) (Numerals) (Numerals) 79 79 802 20 CY FLOWABLE SELECT MATERIAL �1611S-`( FLvs v k15 os. No cgzurS $ 85.Da ICY $ 11 oo •00 (Unit Pfice'.Per.Cuaic Yard - Words) - 1 (Numrerals) (Numerals) 80 804 3490 LB REINFORCING STEEL (GR.60) O1+C VOLL#1+7 a.eL.' No Chi %�S $_1.OO ILB $ 3tf 10• oa (Unit Price Per Pound - Words) (Numerals) (Numerals ) 81 SHT 10 60 SY R' &.R ASPHALT PARKING LOT FJ� fldl vAM6 0.-.L- No c4)3(3 $ Soo /SY $390,00 (Unit Price Per Square Yard - Words) (Numerals) (Numerals) 82 SHT 10 1 LS :R & R ELECTRIC TRANS. I PAD FWo'{.{JuvV. p �oWAys ..-k. $55oo .o -o 2s $ 550.0.0 O (Unit Price Per ' LumpSum -.Words)}90 .i'(AJ�S (Numerals) (Numerals) 83 SHT 10 1 LS R & R HORSE DISPLAY vies WOV DOLA Pilch oS— pa 6W$ 700.00 &LS $ SOO OO (Unit Price Per Lump Sum - Words) (Nu erals) (Numerals) 84 SHT 10-11 350 LF R & R IRRIGATION PIPING iJ'pott,ANS O..C.' No cars s 60.00 /, $3500,0-0 (Una Price Per Lineal Foot- Words) .(Numerals) ((Numerals) 85 SHT 10 1 LS R & R NELSON SIGN / LANDS. rWo 66J&s#..uDNUd.At5 a j40 o65)r3 $Z000.o0 2s $2000.00 (Una Price Per Lump Sum -Words) (Numerals) (Numerals) .86 51117,10,11 3 EA R & R STREET LIGHT St:Vu7J IsJPnLOti a—'--uo c6- s 100.00 /a $ (Und Price Per Each - Words) (Numerals) (Numerals) 81 SHT 11 1 LS R & R REMAX LANDSCAPING cMi �1Loy5AAoR1UA&S a-cvk � NO GCMGs r $000.00 /LS $ IQo0iOti a Ric e Per Lump Sum - Words)'(Numerals) (Numerals) .88 APP "K -1 LS TRENCH EXCAVATION SAFETY l40 1,oVSAND �,, .I•/'.Dt D t7oLA*. ds $Z5oo.0'0 /LS .$ Z 5j0O •0 cr (Una Price Per Lump Sum - Words) )1d G4u rs (Numerals) " (Numerals) TOTAL CONTRACT PRICE (ALL ITEMS 1 THRU 98) $ $Z'i Z{ O , o o (Numerals) Bidders must complete the schedule in its entirety, to include lump sum and unit prices for all items.. The City of Fayetteville reserves to right to reject any and all bids and waive any formalities as deemed in the best interest of the City of Fayetteville. The undersigned hereby declares: That he has examined the Plans and the Specifications with the related documents and the site of the proposed work and being familiar with all conditions surrounding construction of the proposed project, including availability of material and labor, hereby proposes to furnish all equipment, labor, material, plant and supplies, within the time set forth herein and at the prices stated above. These prices are to cover all expenses incurred in performing the work required under the Contract Documents, of which this proposal is a part. The undersigned further agrees, if awarded the contract, to begin work within ten (10) calendar days from a written Notice t.o Proceed and fully complete all work within one hundred -eighty (180) consecutive calendar days after the date of the Notice to Proceed. Should the Contractor fail to complete the work within the stated time, he shall pay .o the Owner as fixed, agreed, and liquidated damages, the amount of $50.0..00 per day for each consecutive calendar day of delay until the work is completed or accepted. Additional time may be allowed for delays only as stipulated in the Contract Documents.. 004.00-9 The undersigned submits the following subcontractors for use if the contract is awarded. The owner shall have the authority to reject the use of any subcontractor. List .Of Proposed Subcontractors Name Address Contractor's license no. Tin,E S—ct4Mc- NC. VAnI.Q GN,}iili OIit-8o✓W 00400-10 The undersigned Addendum: acknowledges the receipt of the following ADDENDUM NO. DATE OF ISSUE DATE OF RECEIPT Addendum No. 1 Addendum No. 2 Addendum No. 3 The bidder understands that the City of Fayetteville reserves the right to reject any or all bids and waive any formalities as deemed in the best interest of the City of Fayetteville. The bidder hereby agrees that his bid shall be good and binding and may not be withdrawn for a period of 60 days after the scheduled closing time for receipt of bids. Further the undersigned agrees to fully and completely submit the detailed "STATEMENT OF BIDDER'S QUALIFICATIONS" as found on the pages immediately following. The undersigned agrees that failure to complete and/or provide the "STATEMENT OF BIDDER'S QUALIFICATIONS" shall be cause for the Owner and/or Engineer to consider the bid nonresponsive and to reject such bid. by /// A. &cam Vtr,15 - 7"SI IJI Title Z40 Notta wocit.. FP`iGGCi�wC a A& Business Address Sot -74-350 Telephone Number oIt8y11A5 Arkansas Cont 00400=1.1 cense Number STATEMENT OF BIDDER'S QUALIFICATIONS All questions must be answered and the data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered :on separate sheets and then attached to this statement. The Bidder may submit any additional information that he desires. 1. Name of Bidder. 2. Permanent main office address and telephone number. 3. When organized. 4. If a corporation, where incorporated. 5. Contractor's License number. 6. How many years have you been engaged in the contracting business under your present firm or trade name? 7. Contracts on hand. (Schedule these, showing the amount of each contract and the appropriate anticipated dates of completions, and a point of contact for references.) 8. Have you ever failed to complete any work awarded to you? 9. Have you ever defaulted on a contract? If so, where and why? 10. Experience in construction similar in size and scope to this project, along with the project owners and engineers. 11. List of major equipment available for this contract. 12. Will you, upon request, fill out a detailed financial statement, including credit worthiness, and furnish any other information that may be required by the Owner? 04.O.0-12 a .. APAC-Arkansas, Inc. • McClinton -Anchor Division • 240 North Block Street • P.O. Box 1367 Fayetteville, Arkansas 72701 • (501) 521-3550 STATEMENT OF BIDDER'S QUALIFICATIONS 1. Company Name: APAC-Arkans:as, Inc.., McClinton Anchor Division 2. Street Address: 240 North Block Fayetteville, AR 72702 Mailing Address: P.O. Box 136:7, Fayetteville, AR 72702 Phone Number: (501) 521-35.5.0 FAX Number: (501)5.21-2826 3. Organized: Spring of 194:6:as McClinton Brothers Co. 4. Incorporated: Delaware 5. Contractor's License Number: ''(A.rkansas) 01184129:5 6. Present Firm Name: 14 Years - organized under present name on June 22, 19.80.. 7. Contracts on Hand: 1) City of Springdale, 40th & Falcon Street, .$1,422,237.00, Completion - Spring of 1995. REF. Steve Clark, City Engineer. 2) Allen Canning Company, Trailer Parking Additions, $395,500.00, Completion - Spring of 1995, REF. - Rick Allen 3) The Oaks Addition Phase 12 & 13, Springdale Subdivision, $354,4.35.00, Completion - Spring of 1995, REF. Neil Johnson - General Development. 4) Cedar Point Subdivision, Fayetteville, $212,395.00, Completion - Spring Of 1995, REF. Neil Johnson - General Development. 5) Spring Creek Centre Phase III, Fayetteville, $950,000.00 Completion - Summer of 1995, REF. - Steve Clary - •Clary Development. 6) Hwy 412 Surfacing, Hwy 59 East, $11,659,882.00, Completion - Spring of 1995, REF. - Arkansas Highway Department. 7) Various Miscellaneous Contracts, ± $250,000. 8. Failures: None 9. Defaults: None Statement of Bidder's .Qualifications February 20, 1995 Page 2 10. Similar Projects: 1) Hwy. 71B and Zion Road -:.Fayetteville - Turn lanes and signals. Owner: NWA mall, Rouse:.Managemen.t (Ed Pilarz) Engineers: Jorgensen and. Associates 2) Hwy 71B and Shady Grove Road - Turn lanes and signals Owner: AHTD Engineers: AHTD - LeonBr.ewer, Resident Engineer, Springdale 3) 13th Street and Walnut - Rogers - Turn lanes, widening and signals. Owner: AHTD Engineers: AHTD - Jack Brisco, Resident Engineer, :Bentonville. 4) Hwy 71B, Clear Creek Bridge to RR Underpass - Fayetteville, Springdale, widening, overlay & signals. Owner: AHTD Engineers: AHTD - Leon Brewer, Resident Engineer, 11. Major Equipment Available: See Attachment A 12. Yes ATTACHMENT A 4. Eqt .r DESCRIPTIO:'; MAJOR EQUIPMENT LIST 0100 ASPHALT E COM 0105 ASPHALT C -IF SPREADER 01'_0 ASPHALT CURE MACHINE 0'_12 ASPHALT DISTRIBUTOR TRUCK 0115 ASPHALT PAVER RUBBER TIRE 0117 ASPHALT PAVER TRACK TYPE 0120 ASPHALT PNEUMATIC ROLLER 0122 'ASPHALT ROLLER 4 - 8 TON 0125 XSPHALT ROLLER TAMPO 0127 ASPHALT SERVICE TRUCK 0130 ASPHALT STORAGE TANKER 0150 BACKHOE CASE 580 0155 .BACKHOE MIT -180 0160 •BACKHOE MIT -240 0165 -BACKHOE YUTANI 320 0170 BASE SPREADER (JERSEY) 0175 BOX BLADE TRACTOR 0200 COMPRESSORS PORT. SM 0202 CONCRETE 1 TON PICKUP 0203 CONCRETE BOOM TRUCK 0205 CONCRETE CURE MACHINE 0207 CONCRETE FLAT BED TRUCK 0210 CONCRETE SCREED BRIDGE 0213 CRANE CRAWLER MED 0215 CRANE CRAWLER SM 0220 CRANE HYDR (GROVE) 0250 DISCS PLOW FULL TYPE 0255 DOZER CAT D-3 .& RIP 0260 DOZER CAT D-4 0265 DOZER CAT D-6 & RIP 0270 DOZER CAT D-7 0275 DOZER CAT D-8 & RIP 0280 DUMP TRUCK TANDEM AXLE 0650 LOADER CAT 953 0655 -- LOADER CAT 963 0660 LOADER R.T. CAT 930 0665 LOW BOY TRACTOR 0670 LOW BOY TRAILER 0.700 MOTOR GRADER SP M•ED 1400 0705 MULCH SPREADER 0850 PICKUP TRUCK 1/2 TON 0855 PILE DRIVING HAMMER 0950 ROLLER EASE/ DIRT DYNAPAC 0955 ROLLER SH.EEFFOOT'CAT 815 C960 ROLLER SH_EEPOOT TAMPO 0965 ROLLER TRE.CH BACKFILL 10.00 SCRAPER 613 PADDLE WHEEL 1004 SCRAPER 615 PADDLE WHEEL 1005 SCRAPER CAT 621 S.P. 1010 STUMP TRUCK W' TRAILER 1.050 TRAILER TILT TOP 1200 WATER TRUCKS SINGLE AXLE 1205 WATER. TRUCK TANKER 1210 WIDENING MACH. FLAW KNOX Dated this Zi%l day of Pe4ru Gr1, 19 Name of Organization: Title tt: 0ee5;dt State of ____�(,�,�t� County of 1 lJJMe5 H. &t being f my sworn deposes and says that he (she) is the of AP4rthw�c .r, Ike, Contractor(s), and that answers to the foregoing questions and all statements therein contained are true and correct. Subscribed and sworn before me this day of _ 19 Q � _- Notary Public My commission expires iG /' L6,6 (seal) END OF DOCUMENT 00.400-13 STAFF REVIEW FORM AGENDA REQUEST xxx CONTRACT REVIEW GRANT REVIEW For the Fayetteville City C'auncil meeting of n/a FROM: Mandy R. Bunch Enaineer.ing Public Works Name Division Department ACTION REQUIRED: Approve Change Order #1 to the construction contract with McClinton Anchor for the intersection improvements at U.S. Hwy. 71 and. Joyce Boulevard in the amount of $101,374. Council approved a project contingency of $124,082 on March 7, 1995. (Resolution No. 39-95) COST TO CITY: S 101,374 5 1.,227,150 Street Improvements Cost of this Request Category/Project :.Budget .Category/Project Name 4470-947.0-580:9-00 Account Number 94034-.0020 Project Number REVIEW: Coordinator S.979.995 Funds Used To Date S .247., 155 Remaining Balance xxx Budgeted Item CONTRACT/GRANT/LEASE REVIEW: Program Name Sales Tax Const. Fund Budget Adjustment Attached GRANTING AGENCY: Date A Coo dinat , Date z 55 x-22 1s Date Int nal Auditor Date Purchasing Officer.. _ Date STAFF REC ATION: Staff recommends the change order be approved. D Head DateC Cross Reference ��a- New Item: Yes No Department Director Date 5 :.Prey/Res #: 34'45 Administr ive ervces Director &!�� Or ig Contract Date: 3 9T Mayor Date 05/17/95 CONTRACT CHANGE ORDER CHANGE ORDER NO. 1 PROJECT: U.S. Highway 718 & Joyce Boulevard Intersection Improvements PROJECT NO.: DCI No. 94-203 LOCATION: Fayetteville, Arkansas City Fayetteville Bid No. 95-12 OWNER : City of Fayetteville E DATE: May 17, 1995 CONTRACTOR: APAC Arkansas, Inc. ; McClinton -Anchor Division 240 North Block Street Post Office Box 1367 Fayetteville, Arkansas 72702 ITEM NO. DESCRIPTION QUANTITY UNIT CONTRACT TOTAL UNIT PRICE AMOUNT 1 Changes in Contract Quantities and Unit Prices As Shown As Shown As Shown $928,564.00 Attached As "Project Quantity & Cost Estimate" (Prepared & Dated May 17, 1995) TheOriginal Contract Price was............................................................................................................. $827,210.00 Net Change By Previous Change Order(s)............................................................................................. $0.00 The Contract Price Prior To This Change Order was............................................................................. $827,210.00 The Contract PriceWill Be Increased 8y This Change Order by............................................................ $101,374.00 The New Contract Price Including This Change Order is........................................................................ $928,584,00 The Contract Time Will Be Increased by................................................................................................ -0- The Date Of Completion As Of The Date Of This Change Order is ........................................................ September 24, 1995 Recommended: Development Consultants, LLC. BY Title:,, 4t:1 ate: Accepted:APACArkansas, Inc, ; McClinton Anchor Division By: __ TiVe: na ��iitt [lClistii Date: 5//9/95 Approved: City Fayetteville; Fayetteville, Arkansas By. Title: $4 of fate: S/SIQS 05117/95 Project Quantity and Cost Estimate U.S. Highway 71B & Joyce Street Intersection Improvements City of Fayetteville Bid No. 95-12 Fayetteville, Arkansas APAC Arkansas, Inc. ; McClinton- Anchor Division AR. Contractors Uc. No. 011841295 ORIGINAL CONTRACT BID AMOUNT CHANGE ORDER NO. I AHTD PROJECT UNIT EXTENDED PROJECT UNIT EXT Spec. TOTAL AMOUNT UNIT TOTAL AMOUNT L No. Hem Description Units QUANTITY BID COST UANTT Y BID C 202 R&D CURB LF 1975 $2.00 $3,950.00 :12040: $2.00 $4,1 202 R&D FENCE LF 20 $5.00 $100.00 20 $5.00 $1 202 R&D CONCRETE ISLANDS SY 2000 $2.00 $4,000.00 2000 $2.00 $4,1 202 R&D CONCRETE DRIVEWAYS SY 382 $3.00 $1,148.00 382 $3.00 $1; 202 R&D HEDGE ROW LF 70 $3.00 $210.00 170 $3.00 $5 202 R&D WALKS .SY 118 $2.00 $236.00 118 $2.00 $2 202 R&D DROP INLETS EA 6 $350.00 $2,100.00 6 $350.00 $2; 202 R&D PIPE CULVERTS LF 118 $25.00 $2,950.00 118 $25.00 $2J 202 R&D HEAD WALLS EA 3 $250.00 $750.00 3 $250.00 $7 202 R&D WOO WALLS .EA 2 $250.00 $500.00 2 $250.00 $5 :207 .. STONEBACKFILL TN - - ', 1500 $11.00 $16, 208 FENCE MOVED & RECONTRUCTED LF .60 $8.50 $510.00 60 $8.50 $5 210 UNCLASSIFIED EXCAVATION CY 5498 $12.00 $65,976.00 .. "503.0" $12.00 $60, 210 SPEC. COMP. OF EARTHWORK CY 1200 $2.50 $3,000.00 1200 $2.50 $3,1 .. > 3.0.8 Eh. CONCRE7E:VASE... �'. .. : CY ._-. :: _ -:: .: S+ . riaS]'i::.:: i:r::: $70.0:00'.' $7; 401 TACK COAT GAL 1532 $175 $2,681.00 ... i s.:.:.; $1.75 $2,' .405 M.A. ACHM STAB BS CRS (CL7) TN 4965 $31.25 $155,15625 .1587; ' 5028 ' /.P $31.25 $151 405 A.C. IN ACHM STAB. BS CRS (CL?) TN 207 $100.00 $20,700.00 ' 209n j $100.00 $20, 406 MA. IN ACHM BIND.CRSE-T2 TN 2129 $34.00 $72,386.00 .;.. 2 93; i , ! $34.00 $74, .406 A.C. IN ACHM BIND. CRSE-T2 TN 101 $100.00 $10,100.00 .:.::;Y04:;;: t :c $100.00 $10. 407 MA. IN ACHM SURF. CRSE-T2 TN 802 $38.00 $30,476.00 _ :.1873 t $38.00 $71. 407 A.C. IN ACHM SURF. CRSE-T2 TN 42 $100.00 $4,200.00 x=88: :! $100.00 $9,1 505 P.C. CONCRETE DRIVEWAY SY 213 $30.00 $6,390.00 213 $30.00 $6; 601 MOBILIZATION LS 1 $35,000.00 $35,000.00 1 $35,000.00 $35. 603 MAINTENANCE OF TRAFFIC LS 1 $60,000.00 $60,000.00 1 $60,000.00 $60 606 18" R.C.PIPE CLVT (CL3) LF 385 $40.00 $15,400.00 . .. 455. $40.00 $18, 606 24" R.C.PIPE CLVT (CL3) LF 92 .$45.00 $4,140.00 92 $45.00 $4, 608 30" R.C.PIPE CLVT (CL3) LF 24 $60.00 $1,440.00 24 $60.00 $1; 606 18" ZCCS PIPE CLVT (16 GA) LF 63 $35.00 $2,205.00 63 $35.00 $2,: 606 24" ZCCS PIPE CLVT (16 GA) LF 58 $38.00 $2,128.00 56 $38.00 $2, :. 606' . iB";X32" ZGCS PIPEARGH :..... .:, LF.., .24.-,:. .:::. $30.00 $7 607 DROP INLETS (TYPE C) EA 7 .$2,100.00 $14,700.00 b 8 $2,100.00 $16, 607 DRORINLETS&SWALE-;=:. EA - - 7 . .$1,250.00 $8; 610 MANHOLES ADJ.TO GRADE EA 1 $600.00 $600.00 1 $600.00 $6 PIRE;UNDERDRAIN$'. LF 150' :' - " ' $10.00 : $1 620 LIME TN 3 $230.00 $690.00 3 $230.00 $6 620 SEEDING AC 1.2 $3,000.00 $3,600.00 1.2 $3,000.00 $3! 620 MULCH COVER AC 1.2 $2,200.00 $2,640.00 1.2 $2,200.00 $2 620 WATER MGAL 240 $40.00 $9,600.00 240 $40.00 $9! :621 BALED STRAW FILTER BARRIER BA 60 $10.00 $600.00 .60 $10.00 $6 621 SILT.FENCE LF 1900 $6.00 $11,400.00 1900 .$6.00 $11 624 SOUDSODDING SY 1000 $5.OU $5,000.00 1000 $5.00 $5I 628 TOPSOIL FURNISHED & PLACED CY 730 $18.00 $13,140.00 730 $18.00 $13 632 CONCRETE ISLAND SY 995 $24.00 $23,880.00 1255 $24.00 $30 633 CONCRETE WALKS SY 70 $21.00 $1,470.00 70 $21.00 $1; 634 CONC CMBN C&G TV A (2'-0") LF 4290 $7.85 $33,676.50 . :;4440-': .: . $7.85 $34 635 ROADWAY CONSTR CONTROL LS 1 $15,000.00 $15,000.00 1 $15,000.00 $15 701 ACTD CONTROLLER -8 PHASE EA 1 $1.0,000.00 $10,000.00 1 $10,000.00 $10 704 VEHICLE DETECTOR EA 15 $200.00 $3,000.00 : ..22: $200.00 $4, 704 LOOP WIRING LF 7475 $2.50 $18,887.50 •:: -°8516 ".r. $2.50 $24 704 FEEDER WIRE LF 3040 $1.00 $3,040.00 ....:5256.: $1.00 $50 706 TRAF SIG HEAD 3SEC11 WAY EA 19 $400.00 $7,600.00 - E2.O i ';`:° ;" $400.00 , $8 708 TRAF SIGNAL CABLE SC/14AWG LF 1310 $1.00 $1,310.00 _ : -1480'.;`' - $1.00 $1; 708 TRAF SIGNAL CABLE 12C/14AWG LF 380 $2.00 $760.00 380 $2.00 $7 708 TRAF SIGNAL CABLE 20CIl4AWG LF 350 $3.00 $1,050.00 350 $&00 $1, 708 TRAF SIGNAL CABLE 2C/12AWG LF 720 $0.90 $64&00 720 $0.90 $6 710 PVC CONDUIT (1") LF 90 $5.00 $450.00 - 140: : $5.00 $7 710 PVC CONDUIT (3") LF 1455 $17.00 $24,735.00 730.; $17.00 $29 711 CONCRETE PULL BOX (TY.1) EA 11 $250.00 $2,750.00==.16!` • $250.00 $t; 714 TR SG MA.&POLE W/FDN-(60)' EA 1 $8,000.00 $8,000.00 ';. `: 0 $8,000.00 $ 714 TR SG MA.&POLE WIFDN-(64') EA 2 $8,500.00 $17,000.00 2 $8,500.00 $17 714 TR SG MA.&POLE W/FDN-(72') EA 1 $8,800.00 $8,800.00 • : 2 - $8,800.00 $17 714 LUMINAIRE ASSMBLY. (150 W,HPS,COBF EA 4 $450.00 $1,800.00 4 $450.00 $1; 715 ELECTRICAL SERVICE LS 1 $1,700.00 $1,700.00 1 $1,700.00 $1, 715 REMV TRAFFIC SGNL EQUIP LS 1 $3,000.00 $3,000.00 1 $3,000.00 $3 718 REMV PAINT PVMNT MRK LS 1 $13,000.00 $13,000.00 1 . $4,800.00 . $4) ::' :::719..- A. 7tiB. ?AVEMENT.MARKINGS LS ;:. ; 1;;.,:. ;... $2,$50:00: $2,, 719 THERMO PVMT MARK WH(4") LF 5260 $0.70 $3,682.00 : ..'1870 ;i. :$OA5 t:. $1: 719 THERMO PVMT MARK WH(12") LF 225 $4.00 $900.00 '': •:105;'' ; °" $4.00 $4 719 THERMO PVMT MARK YL(41) LF 4960 $0.70 $3,472.00 {�� -- �3445h:��.- � - :,:$OAS- �: $2J 719 THERMO PVMTMARK YL(8") LF 340 $3.00 $1,020.00 340 $3.00 $1 719 THERAi10PVMTMARK(WORD) EA 14 $250.00 $3,500.00 �_"`Y`w'`€9I"I':i";'?") $250.00 ::::$2 719 THEI2MO.PVMT MARK(ARROW) EA 28 $150.00 $4,200.00 = - "-'2O $15000 $3, 726 •STANDARD SIGN (R'1-1) SF 3125 $15.00 $468.75 31.25 ' $15.00 $4 726 STANDARD SIGN (R1-2) SF 4.5 $15.00 $67.50 4.5 $15.00 $1 726 STANDARD SIGN (R3-2) SF 12 $15.00 $180.00 8`. $15.00 $1 726 STANDARD SIGN (R3-7) SF 12.5 $15.00 $187.50 12.5 $15.00 $1 726 STANDARD SIGN (R3 -9B) SF 30 $15.00 $450.00 30 $15.00 $4 726 STANDARD SIGN (R4-7) SF 30 $15.00 $450.00 30 $15.00 $4 SP OVERHEAD SIGN (R10-10) EA 7 $75.00 $525.00 7 $75.00 $5 • STAFF REVIEW FORM AGENDA `REQUEST ' - X CONTRACT REVIEW - - GRANT REVIEW For the Fayetteville City Council meeting of N/A Rn'' 3 9_q5 FROM: Sid Norbash Engineering Public Works Name Division Department ACTION REQUIRED: Approval of the change order #3 and final payment, for Joyce Blvd. and Hwy 71 Intersection Impvts. The justification for this change order is that some quantities were increased as dictated by the field conditions and for various reasons. COST TO CITY: $10,837.25 S2,155•,843 Joyce & Hwy 71 Intersec Imp Cost of this Request Category/Project Budget Category/Project Name 4470-9.470-5809-00 $1,482,460 Street & Intersec.. Impvs. Account Number 94034-0020 Project Number Funds Used To Date Program Name 5673,383 Sales Tax .Cap. Impvts. Remaining Balance Fund X Budgeted Item Budget Adjustment Attached CONTRACT/GRANT/LEASE REVIEW: Officer GRANTING AGENCY: Date A Coordinator Date I ernal:Auditor 1a. a5 STAFF RECOMMENDATION: {4 2 CAI -(n /2 e l4tn t[/ Division Head / n Date Cross Reference 4 IZ•7-4J� New Item: Yes_ No, Department Director Date Coo * )- !.tor Date Prev Ord/Res #: / Orig Contract Date Date uace Date Charles :E. Venable Assistant.Public Works Director dry 8B,o6L C4 3 /q S97 7boa/ iS"v, Z.73 42/Los' 1.O,1 Z /Z � 02t.. 38,OG:a •J lP 2. u V RESOLUTION NO. 39-95 A RESOLUTION AUTHORIZING THE MAYOR.AND CITY CLERK TO EXECUTE A CONTRACT IN THE AMOUNT OF $827,210.00 WITH MCCLINTON ANCHOR FOR INTERSECTION IMPROVEMENTS AT U.S. HIGHWAY 71 AND JOYCE BOULEVARD, AND APPROVAL OF A 15% CONTINGENCY AMOUNT OF $124,082.00 AND AUTHORIZING THE MAYOR TO APPROVE CHANGE ORDERS UP TO THE CONTINGENCY AMOUNT. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council hereby authorizes the Mayor and City Clerk to execute a contract in the amount of $827,210.00 with McClinton Anchor for intersection improvements at U.S. Highway 71 and Joyce Boulevard, and approves a 15% contingency amount of $124,082.00. A copy of the contract is attached hereto marked Exhibit "A" and made a part hereof. Section 2. That the City Council hereby authorizes the Mayor to approve change orders up to the contingency amount of $124,082.00. PASSED AND APPROVED this 7th day of March , 1995. APPROVED• By: ,sced Han'ha, Mayor ATTESCl/1/�/!--�C Traci Paul, City Clerk DEVELOPMENT CONSULTANTS Ms. Mandy Bunch, El Engineering Department City of Fayetteville 113 West Mountain Fayetteville, Arkansas 72701 Re: U.S. Highway 71 B & Joyce Blvd. Final Pay Estimate Revisions Change Order No. 3 Project No. 95206 Dear Mandy: November 2, 1995 tC 1E2 L _'ov - 31995 At your request, we have prepared the enclosed Change Order No. 3, which addresses the completed and measured .quantities for the project. Please find attached the summary of the changes based upon the completed quantities. I trust that the enclosed information and forms are such as to allow the City to execute the enclosed Change Order No. 3 and the final Payment Application No. 3. Please feel free to contact me with any a questions or comments which you may have. Sincerely, re L. Bone, P.E. Pafther, DCI Affiliate GLB/glb Enclosure: Change Order No. 3 wl Final Quantity and Cost (3) Detailed Project Quantity & Cost Breakdown(1) 11/02/95 CONTRACT CHANGE ORDER CHANGE ORDER NO. 3 PROJECT: U.S. Highway 71B & Joyce Boulevard Intersection Improvements LOCATION: Fayetteville, Arkansas OWNER : City of Fayetteville PROJECT NO.: DCI No. 94-203 City of Fayetteville Bid No. 95-12 DATE : November 2, 1995 CONTRACTOR: APAC Arkansas, Inc. ; 240 North Block Street McClinton -Anchor Division Post Office Box 1367 Fayetteville, Arkansas 72702 ITEM NO. DESCRIPTION QUANTITY UNIT CONTRACT TOTAL UNIT PRICE AMOUNT 1 Changes in Contract Quantities and Unit Prices Attached As "Project Quantity & Cost Estimate" As Shown As Shown As Shown $977,483.00 (Prepared & Dated November 2, 1995) The Original Contract Price was..........................:................................................................................. Net Change By Previous Change Order(s).............................._._......--..._.-.-.-...._......-------....-------..._... The Contract Price Prior To This Change Order was............................................................................. The Contract Price Will Be Increased By This Change Order by............................................................ The New Contract Price Inducting This Change Order is........................................................................ The Contract Time Will Be Increased by ...................................................... The Date Of Completion As Of The Date Of This Change Order is ........................................................ $827,210.00 $139,435.75 $966,645.75 $10,837.25 $977,483.00 October 14,1995 Recommended: Development Consultants, LLC. " Tdle: 2'a BYfd: �o !/C _- Date: /mil cceAC Arkansas, Inc. ; McClinton Anchor Division By 1 /.�»u.c% 4.&&_ Title: l' L LG / V R/-dlz Date: ///OZ/9$ Approved: City Fayetteville; F,"'ay�ettteeville, Arkansas By: �%v/Y Tdle: _ayor Date: IJ �✓ Development Consultants, LLC i T•: Project Quantity and Cost Estimate .U.S. Highway 71B & Joyce Street hdersecfion Improvements Cry m Fayanev ie Bid No. 95-12 Feyette.ine, Arkansas AC Arkansas, Inc-: McClinton- Anchor oMslon AR Contractors Uc. No. 011841295 ORIGINAL CONTRACT BID AMOUNT CHANGE ORDER NO. 2 CHANGE ORDEF 4170 PROJECT UNIT EXTENDED PROJECT UNIT PROJECT UNIT EXTENDED Spec. ESTNMATED AMOUNT UNIT ESAMATW AMOUNT UNIT FINAL AMOUNT No: from Deaui Bon Unit QUAMIITY BID COST QUAMni QUANTITY BID COST QLJAKIITY BID 202 R&D CURB LF 1975 •42.00 $3;950.00 211i3::.:.::_ 2200 - WE-34;3ea00'22 2340 $zW 202 R&DFENCE LF 20 $500 $100.00 20 $5.00 $100.00 80 $5.00 202 R&D CONCRETE ISLANDS 5Y 2000 $200 34,000:00 2000 $2.00 54;000.00 7000 $200 202 R&D CONCRETE DRIVEWAYS SY 382 $3.00 $1„146.00 382 $3.00 $1,146.00 80 $3.00 202 R&D HEDGE ROW LF 70 $300 $210.00 170 $3.00 $510.00 170 $3.00 202 R&D WALKS SY 118 $200 $236.00 118 $200 $23600 118 $2.00 202 R&D DROP INLETS EA 6 $350:00 $2,100.00 ; 7'1= •;-( $350.00 S214OI1. =`;; 1111..... , 8 $350.00 202 R&D PIPE CULVERTS IF 118 $2500 $2;950.00 "-. `: $25.00 . 'R7sd5$4' {;00VIntr7 257 $25.00 202 R&D HEAD WALLS EA 3 $250.00 $750.00 3 $250.00 $750.00 3 $250.00 202 R&D WINO WALLS EA 2 $250.00 $50000 2 $250.00 $500.00 2 $250.00 207. I' :`E;Y205 N :,. , TA " : ..;_.°, : - .:,,.. :..--:: :. .. ... ._.: :�;_ , ;. ;: gTAOir='J;r 511.00 i9 n11?$.:56pSR6i:c 2833.06 $11 .00 FENCE MOllEDI$�RECOAI7RUC7ED..v 1F 6D $8.50 $510.00 60 38.50 $51000 0 $830 210 UNCLASSIFIED EXCAVATION CY 5498 $12.00 $65976005410'.1 .. ,, �.,......f'y:. :' $12.00 p .0 ...Y.'., ......... vtl _,.!x28492000..-.i 8763 $12.00 210 SPEC COMP OF EARTHWORK CY 1200 $2.50 $3,000.00 ::.. 1'A3 $2.50 uEi5i$3;1d5D0:tiir 2697 $2.50 309 CONCRE $,BASE'::: 11,11 .. _. '._ 'CY., = 1111 - -. ... _ 65 $11000 . $7,150.00 59.8 $11000. 401 _ .. - TACK COAT .. .. GAL 1532 $1.75 $2,681.00 1111... . -,,.C 4'Yiw 18'32,;;,;,;, $1.75 .._. Riilil 4:1'R '23' :OU;„ 3332 $1.75 405 MA.ACHM STABBSCRS(CL7) TN 4965 $31.25 $155.156.25 ::$:,-=51r $31.25 ..-. k;181093 i$� 3768.85 $31.25 405 A.C. IN ACHM STAB. Be CRS (CL7) TN 207 $100.00 $20,700 00 • 1214 $100.00 A '52 E$ORbC9r3 157.04 $100.00 406 MA IN ACHM BIND.CRSE-T2 TN 2129 534.00 $1235600 -•'5-s, 4(S $34.00 1954.36 $34.00 406 A.C. N4 ACHM BIND. CRSE-T2 TN 101 $100.00 $10,100.00 :;;1hF6;; '' '?e $100.00 "''F20)p ' 92.733 $100.00 407 MA IN ACHM SURF. CRSE-T2 TN 802 $38.00 $30,47600 $iii ,: i9e $38.00 1-�: `3!JiYJ!/, i✓n 2A98.33 $38.00 407 A.C. IN ACHM SURF CRSE-T2 TN 42 $100.00 $4,200 .00 + <103 € " :ia, $100 .00 - aaIX3'Lp'JOU00z7`sv 125.43 $100.00 $OS Pt CONCRETE DRIVEWAY SY 213 $30.00 $6,39000 213 $3000 $6,39000 25 $30.00 601 MOBILIZATION LS 1 $35.000.00 $35,000.00 1 $35,000.00 $35,000.00 1 $35,000.00 '603 MAINTENANCE OF TRAFFIC LS 1 :$60.000-00 - WDIXI00 I $60.=.W 1w;0) I $60,0W.W 606 18"R.C.PIPE.CLVT(CL3) LF 385 $40.00 $15,400.00 :' ::828`a Cij=E $40.00 `._.":628; 2Q00'':."; 608 $40.00 606 24" R.C.PIPE CLVT (CL3) LF 92 $45.00 $4,140.00 92 $45.00 $4,140.00 80 $45.00 606 30" R.C.PIPE CLVT (CL3) .LF 24 $60.00 $1,440.00 24 $!10100 $1,440.00 225 $60.00 606 16" ZCCS PIPE CLVT (16 GA) LF 63 $35.00 $2,205.00 63 $35.00 $2,205.00 59 $35.00 606 24 ZCCSPIPE.CLVT(16GA) IF 56 $38.00,. $2.128.00 56 $38.00 $2,128.00 68 $38.00 606 i6 :X82 xC 171?$1Gri V .. ( E.:::. -... 24 $30.00 $72000 24 $30.00 607 DROP INLETS (TYPE C) � EA :: 7 $2,100.00 = v $1470000 , .,� 11,11 ... .. ii.-.. $2100.00 zrI$2 , :�=fwilo n! 11 $2,100.00 .8U7•.:sns tiROF11N(EETSgyltALf= ,,;rJ•Ld=� a., =: ;EA -s;.:.:.:: -: • -'.: - . .:. 7 $1,250.00 $8,750.00 7 $1,250.00 610 MANHOLES ADJ.TO GRADE EA I $600.00 $600.00 1 560000 $600.00 1 5600.00 ..-..........._._ :6$11";`:`1 .............._...._...._____.... .. , , s r PIPE:I/NDERORAMISa,!'c `"""'°:--, 1111. .,. 211 a .-: LF"':"'�"".-....�'.']..i -- ,... ._ ..._ : ' .':: - -.-: - 150 $10.00 $1,500.00 194 $10.00 620 LIME TN 3 $Z=O.W $690.00 3 5270.00 $690.00 0 $270W 620 SEEDING AC 1.2 $3,000.00 $3,600.00 12 $3,000.00 $3,600.00 1.2 $3,000.0) 620 MULCH COVER AC 1.2 $2,200:0) $2,640.00 1.2 $22W.W $2,640.00 1.2 $2,200.00 620 WATER MGAL 240 $40.00 $9,600.00 240 $40.03 $9,600.00 68 240.90 621 BALED STRAW FILTER BARRIER BA 60 $10.00 $600.00 60 $10.00 $600.00 20 $10.00 621 SILT FENCE IS 1900 :$6.00 $11,400.00 1900 $6.00 $11,400.00 1400 $8.00 624 SOLID SODDING SY 1000 $500 $5,000.00 1000 $5.03 $5,000.00 0 $5.00 628 TOPSOIL FURNISHED & PLACED CV 730 $18.00 $13,14000 730 $18.00 $13,140.00 768 518.00 632 CONCRETE ISLAND SY 995 $24.00 $23,880.03 1255 $24.00 $30,120.00 1303 $24.00 633 CONCRETE WALKS SY 70 521.00 $1,470.00 70 $2100 $11470.00 70 $21.00 634 CONC CMBN.C&GTYA(2'-0") LF 4290 $7.85 $33,676.50 Is':4690'`'�:'": $7.85 ! !S86;035i50:!1`.i 4740 $7.85 635 ROAOWAYCONSTR CONTROL ts 1 *15,000.W $15;000.00 1 $15;W0.W 115,W0.W 1 $15,000.03 701 'ACID CONTROLLER -S PHASE EA 1 $10.000.00 $10,000.00 1 $10,000.00 $10,000.00 1 $10,00000 704 VEHICLE DETECTOR EA 15 $200.00 $3,000.00 22 $200.W $4,400.00 22 $200.0) 704 LOOP WIRING IF 7475 .$250 $18,687.50 9616 $2.50 $24,040.00 11236 $250 704 FEEDER WIRE LF 3040 '$1.00 $3,040.00 5256 $1.00 $5,256.00 5198 '$1.00 706 TRAF SIG HEAD 3SEC/1WAY EA 19 $400.00 $7,600.00 20 $400.00 $8,000.00 21 $403.00 708 TRAF SIGNAL CABLE 5CJ14AWG LF 1310 1100 $1,310.00 1450 $1.00 $1,460.00 1548 $1.00 708 TRAF SIGNAL CABLE 12C/14AWG LF 380 $2.00 $76000 380 $2.00 $760.00 457 $2.00 706 TRAF SIGNAL CABLE 2DCI14AWG LF 350 $300 $1,050.00 350 $3.00 $1,050.00 428 $3.00 708 TRAF SIGNAL CABLE 2C/12AWG LF 720 $0.90 $648.00 720 $0.90 $648.00 981 $030 710 PVC CONDUIT(I) LF 90 $5.00 $450.00 140 $5.0) $700.00 264 $5.00 710 CONDUIT(3") LF 1455 $17.0 124,73500 1730 317.00 $29,410.00 1628 $17.00 711 CONCRETE PULL BOX(TY-1) EA 11 $250.00 $2,750.00 16 $250.00 $4,000.00 16 $250.00 714 TRSG MA.&POLE W/FDN-(607 EA 1 $8,000.00 $8,000.00 0 $8,000.00 $0.00 0 $8,000.00 714 TR SG.MA&POLE W/FDN-(64) EA 2 $8,500.00 $17,000.W 2 58.503.0) $17,000.00 2 $8,500.00 714 TR SG MA&POLE WIFON-(7Z EA 1 $8;600.0) $8,600.00 2 $8,800.00 $17,600.00 2 $8,500.00 7i4" : $ v 1 ii¢t=...fiu' §e Y'9 2, ; `i- •: , p ''v q - ; 1,.... •_" e {-: t;N 'ely �?I'� 41 �L��i 1 ,70 $.00 714 - . LUMINAIREASSMBLY.(150W,HPSCOB EA 4 $4500$1,800.00 4 1450.W $1,800.00 4 $450.00 715 ELECTRICAL SERVICE LS 1 $1,700.00 $1,700.00 1 $1,700.00 $1,700.00 1 $1,700.00 715 REMV TRAFFIC SGNL EQUIP IS 1 $3,000:00 $3,000.00 1 $3.000.00 $3.000.03 1 $3,000.00 .718 REMV PAINT PVMNT MRK LS 1„ $13,WO.W-., $13,000.00 1 $4,800.00 $4,80)00 1 $4,8 0000 713 ... 79 B:P.AVEMEN,FMARKINGB•.. ,,, .._ -.. - L$ , - .. _...... ._ .. . 1 $2,350.00 $2.35000 1 $2,350.00 719 ThERMOPVMrMARK WH(4') -LF '5260 $0"70 $3,68200 1870 30.85 51,58950 22(10 $0.85 719 THERMO PVMT MARK WH(12") LF 225 $4.00 $900.00 105 54.W 5420-00 216 $4.00 719 THERMOPVMT MARK YL(4") LF 496) $0.70 $3,472.00 3445 $0,85 $2,928.25 3573 $0.85 719 THERMO PVMT MARK YL(8) IF 340 53.00 $1,020.00 340 $3.00 $1,020.0) 0 $3.00 719 THERMO PVMT MARK (WORD) EA 14 $25000 $3,500.00 9 $250.00 $2,250.00 10 $250.00 719 THERMO PVMT MARK(ARROW) EA 28 $150.00 $4,200.00 20 $150.00 53.000.00 19 $150.00 .726 STANDARD.SIGN(RI-1) SF 31.25 $15.00 $468.75 3125 $15.00 $468.75 45 $15.00 726 STANDARD'SIGN (Rt-2) SF 4.5 $15.00 $67.50 4.5 $15.00 $97.50 9 $15.00 726 STANDARD SIGN (R3-2) SF 12 $15.00 $180.00 8 $15.00 $120.00 18.5 $15.00 .726 STANOARD.SIGN (R3-7) SF 12.5 '$15.00 $187.50 125 $15.00 $187.50 18.75 $15.00 726 STANDARD SIGN (R3 -9B) SF 30 .$15.00 $450.00 30 $15.00 $450.00 30 $15.00 726 STANDARD SIGN (R4-7) SF 30 $15.00 $450.00 30 $15.00 $450.00 30 $15.00 SP' OVERHEAD SIGN (RIO -10) EA 7 $75.00 $525.00 7 $75.00 $525.00 8 $75.00 'SR "F M71E1?17141`t UIPE P(1SilIN "[A 7A17i7N, - : FA'.`..:: `_. ..L .a ..:; �. - ":. .'. - 5 $285.00 $1,425.00 5 $285.00 726 SIGN & ASSEMBLY REMOVAL IS 1 $700.00 $700.00 1 .$700.0 $700.00 I $700.0 729 CHNL POST SIGN SUPT TY-U EA 24 $10.00 $240.00 24 $10.00 $240.00 24 $10.00 801 UNCL EXC STRS -ROADWAY CY 20 $7510 $1,500.0) 20 $75.00 $1,500.00 20 $75.0) 802 CLASS S (AE)CONCRETE-ROADWAY CY 29.8 $400.00 $11,920.00 29.8 $40.00 $11,920.00 25.4 $400.03 802 FLOWABLE SELECT MATERIAL CY 20$85.00 $1,700.00 20 $85.00 $1,700.00 41.5 $85.00 804 REINFORCING STEEL (GR 60) L8 3490 $1.00 $3,490.00 3490 $1.00 $3.490.00 3490 $1.00 IHT 10 R & R ASPHALT PARKING LOT SY 60 $5.00 $300.00 210 $5.00 $1,05000 210 $5.00 !HT 10 R & R ELECTRIC TRANS. I PAD LS 1 55,500 00 $5,500.00 1 $5,500.00 $5,500.00 1 $5,500.00 ;HT 10 R & R HORSE DISPLAY IS 1 $500.00 $500.00 '1 1.50000 $500.00 1 $500.00 IT 1()-11 R & R IRRIC-ATION PIPING LF 350 $10:00 $3,500:00 350 $10.00 _ $3,500.1X} 1388 $10.00 illT 10 R & R NELSON SIGN /'LANDS. IS I . 52,00000 $2,000.00 1 $2,000.00 $2000.00 1 $2,000.00 7 7,10,11 R & R STREET LIGHT EA 3 5700.00 $2,100.00 5 5703-00 $3,500.00 5 $700.00 ;HT 11 R & R REMAX LANDSCAPING LS 1 $1,000.00 $1,00000 1 $1,000.00 $1,000.00 1 $1,000.0 PP 'A'" TRENCH EXCAV. SAFETY IS I $250000 $2500.00 1 5W.W 503.0) 1 $2,500.00 TOTAL CONTRACT PRICE (ALL ITEMS 1 THRUM) $827,210.00 $966.645.75