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>YA(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