HomeMy WebLinkAbout129-09 RESOLUTIONRESOLUTION NO. 129-09
A RESOLUTION AWARDING BID #09-41 AND APPROVING A
CONSTRUCTION CONTRACT WITH DEAN CROWDER CONSTRUCTION,
INC. IN THE AMOUNT OF $1,360,185.43 FOR IMPROVEMENTS TO
TOWNSHIP STREET FROM GREGG AVENUE TO NORTH COLLEGE
AVENUE; AND APPROVING A 15% PROJECT CONTINGENCY IN THE
AMOUNT OF $204,028.00
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1. That the City Council of the City of Fayetteville, Arkansas, hereby awards Bid
#09-41 and approves a construction contract with Dean Crowder Construction, Inc. in the
amount of $1,360,185.43 for improvements to Township Street from Gregg Avenue to North
College Avenue.
Section 2. That the City Council of the City of Fayetteville, Arkansas, hereby approves a
15% Project Contingency in the amount of $204,028.00.
PASSED and APPROVED this 16th day of June, 2009.
APPROVED: ATTEST:
By:
'� NELD JO I:AN, Mayor SON E. SMITH, City ler Treasurer
Chris Brown
Submitted By
City of Fayetteville Staff Review Form
City Council Agenda Items
and
Contracts, Leases or Agreements
6/16/2009
City Council Meeting Date
Agenda Items Only
Engineering
Division
Action Required:
Development Services
Department
A resolution to award a contract to Dean Crowder Construction, Inc. in the amount of $1,360,185.43 for construction of
improvements to Township Street, Gregg Avenue to North College, and approve a project contingency of 15% in the
amount of $204,028.00.
1,452,818.43
111,395.00
Cost of thls request
4470.9470.5809.00
5400.5600.5808.00
Account Numbers
04017.1
02067.1
Project Number
Budgeted Item
IKE
1,836,888.00
433,290.00
Category 1 Project Budget
$
57,517.45
163,230.00
Funds Used to Date
1,779, 370.55
$
270,060.00
Remaining Balance
Budget Adjustment Attached
rtrttent Din
j
City Attorney
cx
Township St (Gregg to N College)
Water & Sewer Cost Sharing -
Program Category / Project Name
Street improvements
Water Line improvements
Program / Project Category Name
Sales Tax Capital Improvements
Water & Sewer
Fund Name
in* O
Date
6-2- wog
Finance and Internal Services Director Date
Previous Ordinance or Resolution #
Original Contract Date:
Original Contract Number:
Received in City
Clerk's Office
Received in
Mayor's Office
Comments:
Revised January 15, 2009
City Council Meeting of June 16, 2009
CITY COUNCIL AGENDA MEMO
To: Mayor and City Council
Thru: Don Marr, Chief of Staff
Jeremy Pate, Development Services Director
From: Chris Brown, City Engineer
Date: May 28, 2009
Subject: A resolution to award a contract to Dean Crowder Construction, Inc. in the amount of
$1,360,185.43 for construction of improvements to Township Street, Gregg Avenue to North
College, and approve a project contingency of 15% in the amount of $204,028.00.
RECOMMENDATION:
Staff recommends approval of:a resolution awarding a contract to Dean Crowder Construction, Inc. in the
amount of $1,360,1.85.43 for construction of improvements to Township Street, Gregg Avenue to North
College, and approve a project contingency of 15% in the amount of $204,028.00.
BACKGROUND:
Township Street Widening is a part of the Capital Improvement Program. The project consists of widening
and reconstruction of approximately 2100 LF of Township Street from Gregg Avenue to North College
Avenue including approximately 8,450 SY of Asphaltic Concrete Surfacing, 9,500 SY of Asphaltic Concrete
Base, 5,600 LF of Curb & Gutter, 2,600 SY of Concrete Sidewalk, 1,950 LF of 18-42" Reinforced Concrete
Pipe, a Double Barrel 10'x8'x90' Box Culvert, 2,400 LF of 12" PVC Waterline, and miscellaneous related
items. Relocation & upgrading of the existing 8" water main to a 12" line will also be completed as part of the
project. The plans were designed in-house and advertised for bid on May 7 and May 14, 2009.
DISCUSSION:
Bids for this project were received on May 21'`. Nine bids were submitted, ranging from $1,360,185.43 to
$2,235,389.20. The low bid was submitted by Dean Crowder Construction, Inc. of Bentonville. The low bid
was approximately 13% lower than the Engineer's Estimate of $1,566,422.85. In addition, a project
contingency equaling 15% of the amount bid ($204,028.00) is recommended. Therefore, the total
recorrrrnended construction funding is $1,564,213.43.
The bids have been reviewed and the low bid has been determined to be acceptable by staff.
BUDGET IMPACT:
This construction contract will be funded primarily from the Sales Tax Capital Improvements Fund dedicated
to street improvement projects. Additional funding in the amount of $111,395.00 will come from the Water &
Sewer Fund to pay for the increased cost of upgrading the existing water line from 8" to 12". The contract
amount plus contingency is within the original project budget.
RESOLUTION NO.
A RESOLUTION AWARDING BID #09-41 AND APPROVING A
CONSTRUCTION CONTRACT WITH DEAN CROWDER
CONSTRUCTION, INC. IN THE AMOUNT OF $1,360,185.43 FOR
IMPROVEMENTS TO TOWNSHIP STREET FROM GREGG
AVENUE TO NORTH COLLEGE AVENUE; AND APPROVING A
15% PROJECT CONTINGENCY IN THE AMOUNT OF
$204,028.00.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1. That the City Council of the City of Fayetteville, Arkansas,
hereby awards Bid #09-41 and approves a construction contract with Dean
Crowder Construction, Inc. in the amount of $1,360,185.43 for improvements to
Township Street from Gregg Avenue to North College Avenue.
Section 2. That the City Council of the City of Fayetteville, Arkansas,
hereby approves a 15% Project Contingency in the amount of $204,028.00.
PASSED and APPROVED this 16th day of June, 2009.
APPROVED: ATTEST:
By: By:
LIONELD JORDAN, Mayor SONDRA E. SMITH, City Clerk/Treasurer
DOCUMENT 00500 — AGREEMENT
BETWEEN OWNER AND CONTRACTOR
Contract Name/Title: TOWNSHIP STREET IMPROVEMENTS -COLLEGE AVENUE TO
GREGG AVENUE
Contract No.:
THIS AGREEMENT is dated as of the day of
in the year 2009 by and
between The City of Fayetteville, Arkansas and Dean Crowder Constriction, Inc. (hereinafter
called Contractor).
ARTICLE 1 - WORK
1.01 Contractor shall complete all Work as specified or indicated in the Contract
Documents. The work under this Contract includes, but is not limited to:
Widening and reconstruction of approximately 2100 LF of Township Street from Gregg
Avenue to North College Avenue including approximately 8,450 SY of Asphaltic
Concrete Surfacing, 9,500 SY of Asphaltic Concrete Base, 5,600 LF of Curb & Gutter,
2,600 SY of Concrete Sidewalk, 1,950 LF of 18-42" Reinforced Concrete Pipe, a Double
Barrel 10'x8'x90' Box Culvert, 2,400 LF of 12" PVC Waterline, and miscellaneous
related items.
ARTICLE 2 - ENGINEER
2.01 The Project has been designed by the City of Fayetteville, Engineering Division, who
is hereinafter called Engineer. The Engineer assumes all duties and responsibilities,
and has the rights and authority assigned to Engineer in the Contract Documents in
connection with completion of the Work in accordance with the Contract Documents.
City of Fayetteville
Township Street Improvements
00500 - 1 Project No. 04017
DOCUMENT 00500 — AGREEMENT (continued)
ARTICLE 3 - CONTRACT TIME
3.01 TIME OF THE ESSENCE:
A. All time limits for milestones, if any, Substantial Completion, and
completion and readiness for final payment as stated in the Contract
Documents are of the essence of the Contract.
3.02 DATES FOR SUBSTANTIAL COMPLETION AND FINAL PAYMENT:
A. The Work will be Substantially Completed within 210 calendar days after
the date when the Contract Times commence to run as provided in the
GENERAL CONDITIONS, and completed and ready for final payment in
accordance with the GENERAL CONDITIONS within 270 calendar days
after the date when the Contract Times commence to run.
3.03 LIQUIDATED DAMAGES:
A. Owner and Contractor recognize that time is of the essence of this
Agreement and that The City of Fayetteville will suffer financial loss if the
Work is not completed within the time specified above, plus any extensions
thereof allowed in accordance with the GENERAL CONDITIONS. The
parties also recognize the delays, expense, and difficulties involved in
proving the actual loss suffered by The City of Fayetteville if the Work is not
Substantially Completed on. time. Accordingly, instead of requiring any such
proof, The City of Fayetteville and Contractor agree that as liquidated
damages for delay (but not as a penalty) Contractor shall pay The City of
Fayetteville Seven Hundred Fifty Dollars ($750.00) for each calendar day
that expires after the time specified above in Paragraph 3.02 for Substantial
Completion until the Work is Substantially Complete. After Substantial
Completion, if Contractor shall neglect, refuse, or fail to complete the
remaining Work within the time specified in Paragraph 3.02 for completion
and readiness for final payment or any proper extension thereof granted by
The City of Fayetteville, Contractor shall pay The City of Fayetteville Seven
City of Fayetteville
Township Street Improvements
00500 - 2 Project No. 04017
DOCUMENT 00500 — AGREEMENT (continued)
Hundred Fifty Dollars ($750.00) for each calendar day that expires after the
time specified for completion and readiness for final payment.
ARTICLE 4 - CONTRACT PRICE
4.01 The CITY OF FAYETTEVILLE agrees to pay, and the CONTRACTOR agrees to
accept, as full and final compensation for all work done under this agreement, the
amount based on the prices bid in the Proposal (BID FORM) which is hereto
attached, for the actual amount accomplished under each pay item, said payments to
be made in lawful money of the United States at the time and in the manner set forth
in the Specifications.
4.02 As provided in the General Conditions estimated quantities are not guaranteed, and
determinations of actual quantities and classifications are to be made by ENGINEER
as provided in the General Conditions. Unit prices have been computed as provided
in the General Conditions.
4.03 Changes, modifications, or amendments in scope, price or fees to this contract shall
not be allowed without a prior formal contract amendment approved by the Mayor
and the City Council in advance of the change in scope, cost or fees.
ARTICLE 5 - PAYMENT PROCEDURES
5.01 SUBMITTAL AND PROCESSING OF PAYMENTS:
A. Contractor shall submit Applications for Payment in accordance with the
GENERAL CONDITIONS. Applications for Payment will be processed by
Engineer as provided in the GENERAL CONDITIONS.
5.02 PROGRESS PAYMENTS, RETAINAGE:
A. The City of Fayetteville shall make progress payments on account of the
Contract Price on the basis of Contractor's Applications for Payment as
recommended by Engineer, on or about the 15th day of each month during
construction. All such payments will be measured by the schedule of values
00500 - 3 Project No. 0401'7
City of Fayetteville
Township Street Improvements
DOCUMENT 00500 — AGREEMENT (continued)
established in the GENERAL CONDITIONS (and in the case of Unit Price
Work based on the number of units completed) or, in the event there is no
schedule of values, as provided in the General Requirements.
1. Prior to Substantial Completion, progress payments will be made in
an amount equal to the percentage indicated below, but, in each case,
Tess the aggregate of payments previously made and less such
amounts as Engineer shall determine, or The City of Fayetteville
may withhold, in accordance with the GENERAL CONDITIONS.
a. 90% of Work Completed (with the balance being retainage). If
Work has been 50% completed as determined by Engineer, and
if the character and progress of the Work have been satisfactory
to The City of Fayetteville and Engineer, The City of
Fayetteville on recommendation of Engineer, may determine that
as long as the character and progress of the Work subsequently
remain satisfactory to them, there will be no additional retainage
on account of Work subsequently completed, in which case the
remaining progress payments prior to Substantial Completion
will be an amount equal to 100% of the Work Completed less the
aggregate of payments previously made; and
b. 100% of Equipment and Materials not incozporated in the Work
but delivered, suitably stored, and accompanied by
documentation satisfactory to The City of Fayetteville as
provided in the GENERAL CONDITIONS.
2. Upon Substantial Completion, The City of Fayetteville shall pay an
amount sufficient to increase total payments to Contractor to 95% of
the Contract Price (with the balance being retainage), less such
amounts as Engineer shall determine, or The City of Fayetteville
may withhold, in accordance with the GENERAL CONDITIONS.
City of Fayetteville
Township Street Improvements
00500 - 4 Project No. 04017
DOCUMENT 00500 — AGREEMENT (continued)
5.03 FINAL PAYMENT:
A. Upon final completion and acceptance of the Work in accordance with the
GENERAL CONDITIONS, The City of Fayetteville shall pay the remainder
of the Contract Price as recommended by Engineer and as provided in the
GENERAL CONDITIONS.
ARTICLE 6 - CONTRACTOR'S REPRESENTATIONS
6.01 In order to induce The City of Fayetteville to enter into this Agreement, Contractor
makes the following representations:
A. Contractor has examined and carefully studied the Contract Documents
including the Addenda and other related data identified in the Bid
Documents.
B. Contractor has visited the Site and become familiar with and is satisfied as to
the general, local, and Site conditions that may affect cost, progress,
performance, and furnishing of the Work.
C. Contractor is familiar with and is satisfied as to all federal, state, and local
Laws and Regulations that may affect cost, progress, performance, and
furnishing of the Work.
D. Contractor has carefully studied all:
(1)
Reports of explorations and tests of subsurface conditions, if any, at
or contiguous to the Site and all drawings of physical conditions in
or relating to existing surface or subsurface structures at or
contiguous to the Site; and
(2) Reports and drawings of a Hazardous Environmental Condition, if
any, at the Site. Contractor acknowledges that The City of
Fayetteville and Engineer do not assume responsibility for the
accuracy or completeness of information and data shown or indicated
City of Fayetteville
Township Street Improvements
00500 - 5 Project No. 04017
DOCUMENT 00500 -- AGREEMENT (continued)
in the Contract Documents with respect to Underground Facilities at
or contiguous to the Site.
E. Contractor has obtained and carefully studied (or assumes responsibility of
having done so) all such additional supplementary examinations,
investigations, explorations, tests, studies, and data concerning conditions
(surface, subsurface, and Underground Facilities) at or contiguous to the Site
or otherwise which may affect cost, progress, performance, and furnishing of
the Work or which relate to any aspect of the means, methods, techniques,
sequences, and procedures of construction to be employed by Contractor and
safety precautions and programs incident thereto.
F. Contractor does not consider that any additional examinations,
investigations, explorations, tests, studies, or data are necessary for the
performing and furnishing of the Work at the Contract Price, within the
Contract Times, and in accordance with the other terms and conditions of the
Contract Documents.
G. Contractor is aware of the general nature of work to be performed by The
City of Fayetteville and others at the Site that relates to the Work as indicated
in the Contract Documents.
H. Contractor has correlated the information known to Contractor, information
and observations obtained from visits to the Site, reports and drawings
identified in the Contract Documents, and all additional examinations,
investigations, explorations, tests, studies, and data with the Contract
Documents.
Contractor has given Engineer written notice of all conflicts, errors,
ambiguities, or discrepancies that Contractor has discovered in the Contract
Documents and the written resolution thereof by Engineer is acceptable to
Contractor.
City of Fayetteville
Township Street Improvements
00500 - 6 Project No. 04017
DOCUMENT 00500 — AGREEMENT (continued)
J. The Contract Documents are generally sufficient to indicate and convey
understanding of all terms and conditions for performance and furnishing of
the Work. •
ARTICLE 7 - CONTRACT DOCUMENTS
7.01 CONTENTS:
A. The Contract Documents which comprise the entire Agreement between The
City of Fayetteville and Contractor concerning the Work consist of the
following and may only be amended, modified, or supplemented as provided
in the GENERAL CONDITIONS:
1. This Agreement.
2. Exhibits to this Agreement (enumerated as follows):
a. Notice to Proceed.
b. Contractor's Bid.
c. Documentation submitted by Contractor prior to Notice of
Award.
3. Performance, Payment, and other Bonds.
4. General Conditions.
5. Supplementary Conditions.
6. Specifications consisting of divisions and sections as listed in table
of contents of Project Manual.
City of Fayetteville
Township Street Improvements
• 00500 - 7 Project No. 04017
DOCUMENT 00500 — AGREEMENT (continued)
7. Drawings consisting of a cover sheet and sheets as listed in the table
of contents thereof, with each sheet bearing the following general
title:
TOWNSHIP STREET WIDENING
8. Addenda number one (1).
9. The following which may be delivered or issued after the Effective
Date of the Agreement and are not attached hereto: All Written
Amendments and other documents amending, modifying, or
supplementing the Contract Documents pursuant to the GENERAL
CONDITIONS.
ARTICLE 8 - MISCELLANEOUS
8.01 TERMS:
A. Terms used in this Agreement which are defined in the GENERAL
CONDITIONS shall have the meanings stated in the GENERAL
CONDITIONS.
8.02 ASSIGNMENT OF CONTRACT:
A. No assignment by a party hereto of any rights under or interests in the
Contract Documents will be binding on another party hereto without the
written consent of the party sought to be bound; and specifically but without
limitation, moneys that may become due and moneys that are due may not be
assigned without such consent (except to the extent that the effect of this
restriction may be limited by Law), and unless specifically stated to the
contrary in any written consent to an assignment, no assignment will release
or discharge the assignor from any duty or responsibility under the Contract
Documents.
City of Fayetteville
Township Street Improvements
00500 - 8 Project No. 04017
DOCUMENT 00500 — AGREEMENT (continued)
8.03 SUCCESSORS AND ASSIGNS:
A. The City of Fayetteville and Contractor each binds himself, his partners,
successors, assigns, and legal representatives to the other party hereto, its
partners, successors, assigns, and legal representatives in respect to all
covenants, agreements, and obligations contained in the Contract Documents.
8.04 SEVERABILITY:
A. Any provision or part of the Contract Documents held to be void or
unenforceable under any Law or Regulation shall be deemed stricken, and all
remaining provisions shall continue to be valid and binding upon The City of
Fayetteville and Contractor, who agree that the Contract Documents shall be
reformed to replace such stricken provision or part thereof with a valid and
enforceable provision that comes as close as possible to expressing the
intention of the stricken provision.
8.05 FREEDOM OF INFORMATION ACT:
A. City contracts and documents prepared while performing city contractual
work are subject to the Arkansas Freedom of Information Act. If a Freedom
of Information Act request is presented to the City of Fayetteville, the
contractor will do everything possible to provide the documents in a prompt
and timely manner as prescribed in the Arkansas Freedom of Information Act
(A.C.A. §25-19-101 et. seq.). Only legally authorized photocopying costs
pursuant to the FOIA may be assessed for this compliance.
IN WITNESS WHEREOF, The City of Fayetteville and Contractor have signed this Agreement
in quadruplicate. One counterpart each has been delivered to Contractor and Engineer. Two
counterparts each has been delivered to The City of Fayetteville. All portions of the Contract
Documents have been signed, initialed, or identified by The City of Fayetteville and Contractor or
identified by Engineer on their behalf.
City of Fayetteville
Township Street Improvements
00500 - 9 Project No. 04017
DOCUMENT 00500 — AGREEMENT (continued)
This Agreement will be effective on , 2009, which is the
Effective Date of the Agreement.
DEAN CROWDER CONSTRUCTION, INC. CITY OF FAYETTEVILLE
By: By:
Title: Title:
(SEAL) (SEAL)
Attest Attest
City of Fayetteville
Township Street Improvements
00500 - 10 Project No. 04017
DOCUMENT 00500 -- AGREEMENT (continued)
Address for giving notices Address for giving notices
804 SE 215` St 113 W Mountain St
Bentonville, AR 72712 Fayetteville, AR 72701
License No. 0031610310
Agent for Set -vice of process
(If Contractor is a corporation,
attach evidence of authority to
sign.)
City of Fayetteville
Township Street Improvements
(attach evidence of authority to
sign and resolution or other documents
authorizing execution of Agreement)
Approved As to Form:
By:
Attorney For:
END OF DOCUMENT 00500
00500 - 11 Project No. 04017
BID: 09 -It
r2oact
2:00 PM, Local Time
CITY OF FAYETTEVILLE
aye evi le
ARKANSAS
Bid 09-41, Township Street Widening
1 APAC-Arkansas, Inc.
$2,184,843.70
2 Dean Crowder Construction, Inc.
$1,360,185.43
3 Fochtman Enterprises, Inc.
$1,664,939.61
4 Goodwin & Goodwin, Inc. $2,235,389.20
5 L.E. Davis Construction $1,970,134.00
6 Summit Construction Co. $1,849,625.44
Sweetser Construction, Inc. $1,531,697.50
8 Tomlinson Asphalt Co., Inc.
$1,720,848.21
9 Township Builders, Inc.
$1,961,922.00
NOTICE; Bid award is contingent upon vendor meeting minimum specifications and formal authorization by City officials.
CERTIFIED:
P. VICE - PURCH MGR
5
d
ITNESS D TE
Township Street Widening - BID TAB - MAY 21, 2009
ton
Na
Emm Peseri• '• •
unit
Orrewi
Eroeiner's Estimate
„!.is,i";S6510iE3:,'.';':;il;!;i.1;
Iilait
,':;:: ,:: :!:ktlC>>
rr
114751 Prig
Tad Did
090 Pam
. 2*60 617
Privy
T0011 Gia
Vaie him
2014163
1
.-•w CoreeruMee Cerx l
1.
!
1 I 1
YOr Fri. ,
MP WO
. .7. 1
?.'19' it
.'r I .
M4 fr l7
2
3
T,,60 sad ExCiiiai. S•e.).S}aeire.
7e027 Cassel Arw,r a_w
L4
LS
i
i
32500.07
570A05.01
31_500.00
630.063.00
S1301.1.0)
51,503.00
51300.00
35.500.00
550350
587,500-00
550.0
7317300.00
534.000.00
553.000.0.00
534000.00
583251093
4
0005060WII
LS
1
675,000.5
325,000,00
575000
5730.00
522.635.05?2.R7.00
579.000.00
579.1100.60
5
42o02o. Grubbing. A t6'n6101m
LS
1
3755.00175.00
54 ,05X1.00
347,0069
543.90050
7711:250..0
541.250.00
S15.50000
515300.00
6
Pat Fa066.061
CY
19
5125.00
512,500.00'
2175.00
5573011.00
5130.50
515 ...1.51.3
5160.00
518.00000
7
Uo9uei6ed Dame -Aloe elan Qaariyl
CY
9,359
95.07
570.9:5-00
` 53.70
534,739.30
55.00
576.45.03
55.00
546.943.00
Y
Embeueimem[Plan 000531
CY
1.967
577.0
511.00200
0140
51.967.00
56.25
512.297.75
35.00
$91835.00
9
a. f, rT ^^^4 WPEm 00a0r5
CY
6.373
56.50
341,424.50
59.00
557.357.000
5630
543'.424.505.8.03
51098450
10
OP deesut&LEWD
CY
3.200
51640
5551,2010.00
513.00
541,600.06
51003
.$32,00030
312.00
530430.00
11
Jelsgraie Peepor025t
52
9.476
51.00
518.93100
31.00
59.476.00
52.9
518,957.80'
5200.
. 515,952.00
1.2
4' Ihpnil PIa0.cem (2u4 Alec]
SY
i I,75
51.50
577.950.0*
51.00
811.700.00'
. 31.50
957,550.00
52.012
523,452.00
19
h 890 aced Came& Pipe Wader Parcmwi
LF
200
531.03
,6.200.9
536.00
57.300.00'
. 3'+3.50
56,700.00
534.00.
56.80030
14
2014[R9rt 1Cwsrerc Pipe tRCPjryeder Pmsnsai
LF
37
542.00
51.554.W
558.00
02.546.3*'.
550.50
51 A61369.
367.00
51,628.03
15
30-Iah &.4 n1 ml Coronae Pfpe 15C51 Wader PmennI4
LF
90
568.00
56 120.05
565.00
55,830110
574.00
. • 56.640210
.a..20-7-
54,95({.00
16
34 -Ire& 1.15355.red Comm@ Pipe OMP) [rwMr F50o,000
LF
37
.595.00
55.3E5.03
$85.00
55,145.0)
5195.0.
53.885.00
372 00.
52,664.00
17
47..•inh Widowed Cwcree Pope (RCN ?Ueda Panama
LF
199
5115.00
522.98500
596.03
559,530W
5115.00
522.7155.00
33340
$53,517:06
18
14.7741 DektS d Capone Dip 0,1213
. LF
216
530.50
56,528.00
70-03
56,400.00
529.00
56.364.00
326.00
50616.00
19
3454.6 held rxd Coeoxu Pips 4RCP1
LF
301
7744.00
513.'24450
540.00
512.642.0
544.54
.. 0(5.14430
51,033300
20
0.•vd Reiatemed Comp. Pim4303 "
LF
511
559.00
531,9191377
55200
528.132.01
56100
512360-00
`53000.
yw-1s1
.525,88030
21
3411c6 Rciert eed Comte. Pipe 121,C21
It
166
572.00
511.932.00
564.00
010.624.00
580.00
519,280.07
063.03
510,458.00
53
98di.exb Rmimmel Ribald Relsio,ml Muer Km [HEP29)
LF
73
5105.00
57.60590
573.44
55.473.00
575.00
S5.525113
059.00
$7,425.00
23
03s.74465113wimeed F31i460 Reiaforead r•...,.,.. Pipe 7IF6CPI
IF
93
5175.00
5E1.623.00
586.0
57,99500
5175.00
111,61550
3103.00
5937950
24
59:735' Reinforced 01oo•TC50F154
EA
2
51.900.00
03.800.00
01.600.00
332009
51,600.13
53300.00
51,300.00
52.800.00
15
05 341.62 .4 [34xme FEY
01.1
51.900.50
31.90400
512300.00
51,600.00
31.47575.00
01.903-00
51,200.00.
51,700,00
26
s'c_ Ore@ hidr-ypr C 0r MO 40 Din.
FA
72
51900185•
54.30050
05.400.00
523.800.9
51.800.00
*51.09.1.1.1
4.40050
as mow
27
S x 4Drop 1016 9ppe C or ASO 510 DSI
EA
5
52.400.9
352.000.00
52.400.03
512.00000
57.300-00
531500.00
30,60500
3133:00110
28
5' x 5' lilmo Wet 4TyEe0 or 445 ft DLL3
FA1
52.400.4
52.400.0
' 54.400.00
9
52,4.00
52,500.00
52251.0.00
S2.700.00
52.76003
.
29
6' x 5• Drcq Wel i1 -31/0C Or x1060, 8605.1
(361
53.100.00
93,200.9
52,400.00
32,400.00
53.44000
53.40100
53,400.00
53.400.W
30
Fvap Wm Exlcuaon 54 Fl/
EA
26
5500.3
513313030
5500.03
3134331w
3300.00
513400.00
5600.00
.515,603. 00
51
1631300e160
541
51,900-9
01.900.00
52,400.00
2.500.9
51,900.00
51.900.00
53,10050
53.10044
32
4x7 Orme Inkr(54S+3810
E1
1
33.500.00
53.500,00
55.90.00
55,000.00
53.800.80
53.80103
57,500.40
54.306,00
233
433 A00663040796+751.109
EA1
53,09.50
53451050
52,006.0)
52.00070
91.800.0
$1.3.00
53.90000
53.00255110
34
645 koalas Wu
F.A
3
32,29.50
36,400353
52.000.05
94400330
53.700.9
5639.9
94300310
Is „loam
35
Cowart 700. 10)4.0 3 9IP Prop MN. Mx 7*9147 503
Et.
1
52000.03
52,00000
5900.03
5930.00
51.600. W
ST .000,00
*3.300.00
53.30050
36
6554 Erx OnLrg Suurrarc 195 215+37.5916
EA3
52,000351
52,800.00
5900.00
590090
5300.07
3800.00
53.900.00
53,90050
37
8605 10',3' 002001607,60)91, 631031471 Yrs -Castor GP
LF
90
51,400.00
5126.000.00
81.300.00
0106.000.00
5965.00
300.050.00
51,100.00
399,803.00
36
Wispalls 0,Ammanxa01rDouble 10'315 0108
5,2
1
524.6910
524,0000.00
570.000.00
670.00000
333.050.80
6221000.9
357,840.00
547,00050
39
033,0019tpp'9 iae 0,05eul3r 1.4eaw..m¢up
CY
750
54.00
51230.59
40.20
51,30090
51100
03,902.00
530.00
_£7•500.00
40
5460Fens 60903.,' Sm. RiL11
51
167
535.00
35545.00
935.00
05,84500
575.053
813.55512.1
530.00
22,01050
VSi
24,54635AC41k&A mCcurre
5Y
0,492
57.96
546.920.19
57.67
963,673.47
57.75
265348.00
57.80
555.769.67
41
7160-ideaARUM 0trder Cour=
5Y
5,269
48.92
073,75056
5i3.13
523,734.04
510.50
566.014.00
59.90
576.892.40
45
1Eree-Eo ]r ACHE 51udu Coarse We fur Camel
5Y
9,476
56.72
564.525.93
59-90
$93.812..00
51030
7599.490.00
39.90
597,017,400
44
Warm SM. 440040400ce
SY
3,432
51.00
91.422.013
50-50
54216.00
50.30
5,329.60
50.14
p,110.40
43
33/vm00. Asphalt 3213113].c
SY
57.744
$1.50
530,616.9
50.55
59,75920
50.35
50.210,40
30,42
57,453.48
46
AMes5. Comma Datrate1 for 60.5* eex of Yaffe
TN
100
5125.00
5123999
560.9
58600.43
5103.00
5I0.080.3121
0155.011
515500.3
47
Cserme ❑50&t0)er
LF
5.700
50.00
543.66090
59.35
353.295.9
79.00
553,900.3
. 39.00
551,39.00
48
8 060,e.3 Melnik 14'. -
55
2.030
528.00
556063.00
55.00
510.670.30
528.00
356,09.9
534.03
363.0950
49
7 co.... 6000016"3
52
500
$34.60
557.003.9
56.00
53600.00
350.551
517,000.0)
536.50
51800090
50
5' 1 .n 9165 53'5
SY
50
939.0
51,950.90
57.00
5350.51
596.60
52.00.00
338.0
51.9.0..0
51
6-C40)50)Dritemp 3401109lr
33'
1150
535.00
543.700.9
56.00
36,99.50
334.10
534.16.0
337.9
542.550.00
52
9' Cur o-.- 11421,46F Applmrtr
SY
95
542.00
53.990.00
57,00
5665.00
34090
53.854.00
03940
33.703.00
53
44302 C0016090 9,60
5Y
400
57217
52.1328.0
. $12.00
54,1310.00
91443
35.6950
324.00
• •,400.9
54
6' Currey Dame,- Rauh
517
500
534.00
2131.03.0
510.35
. 34.152.00
83430
053.600.00
335.40
315.20050
55
0' Ce ercx 12,n m.LRppuir
53'
60
539.0*
2.340.00
57.50
5420.7583
540.00
52.400.0
540.00
32,40450
56
Czrrane Dr00 ... 56m4r(517-P7310
55
115
53450
53.910.00
57.00
580.9)
1336.00
81.574.00
540.00
59290A3
57
L111.. 1350505851kla0450x 7+2310
SY
170
334.0
55.780,W
57.00
51.190.30
55.00
5E0.00
$11.00
73,570.00
36
Press asemte2lxels.op
EA
10
5125.00
51.250.06
577.00.
$63.00
0223.0.
5750.00
019030
51.50000
59
354.,.060wi & MWcld90
At
3
52.70.00
56200.80
52 .500.00
57.570000
$0.3311-9
60119
42.4! 41
56.840.00
666
S4113 50.1
02
. 4,150
52.5
02 357.511
33.03
512030.54
53.50
51051550
46.60
S1 a 790-00
61
14660Sup 0.11451,061
EA
20
560.00
51, 90.0
560.00
51.24300
550.00
51,50 , l
560.' 1
: 1 1 r.0)
6211.1.1thesm
Fd
20
560-00
51,751790
560.00
51,20000
35010
35.000.00
5,50.00
51.200.00
63
4' Wilk eeYANY ra Nmol.:'_'en .....,
LP
5,635
5035
51e.9�72.23
50.35
53.099.25
30.50
52517,$0
$0.55
339109:25.e
64
12" WNW Pa cxa 61 415.xa,gi4a6
LF
60
_.55-W
_ 521,-9
513.20
• _00
$12.011
5720.60
0(390
5786.90
Township Street Widening - BID TAB - MAY 21, 2009
tem-...
No
ttem Eic • .- .• ion
IN
.1MEzM
.... �...�
11,51 Price
EMELOlsilni:u
Ter EV
1.1,01 ice
Toffile.111/ EA
cii PriMMIIIIII9.01
Old . L.1/8
'111.11Prix dal Hid .
.
..
IIrMEMxmMiiis3finW]
MN31P.i �5ra:�rJ;
MEEMIECIN
52.590.06
5200.90
$3,790-90 ME=
$2,806,E20 =3 EI
$2_88000 I
iivI:31211S
.
•=12E®
=11M1=42033
56.196.00 540-0
5336000 11
11
WM
Pm.,005 rrl.Wrnr 05. f.55 - •..1 - Clew
EZIEiiiiiEI
=MO
2113-00
1=111111111M021 IMIMMINICED
IIIEW.4
$305.99
ii
stn.., Ami1E
1ni•18
LIEll
SSOAO
810000 MEM
072.00
,9r
5375.505703.00
5150,00
5760.00 '
72
:ME
EaredanCceoci
..-yy .e asst for &uad 100m4/100C
MS
MI
I
$1050000
51000
S16,5000)
535,350.00
5.24 00000
=MUM
574000.09 5I1,80000
529.420.00
7r• 30040.
",]�:
'
IMEEMUM
53600
7
t
: 250.00:'
57610.10
512.600.0)
MOM
" ..-MIMMINIMIIIMMINIMINIMOBEIEDI.
III
£11 1.00
J0.01)
5'.110..0000 1100.oia
li., =3000
SI '1,510
1 589000
$1 603 00
0.03
Sd2.60
56,967_90
51 OD
®�OM
��iW
52.793oo
wee PramIce Few*
LF
sn
5.125
4980.00
43-40
52,600.00
51,561130 r 54500
52080,00
SO
(5' PVC C903 (681171 Waco Lim 6048er 75s'.-sa 0
LF
S40
556:00
530,240.00
.. 545.00
534,30200 $38.09
53[1,520.09
834)30
019.740.00
81
"PVC CW30{11E55 Water LI. (Under Putnice0
LF
90
548.00
51370.00
935.00
53,150.1.1 530.00
woo.va
529,00
50620.00
82.
0' PVC 52510 (3014i Waer 4+4 10000 Pxwce00
LF
93
545.013
51,690.00
530.90 .
51,31100/529-00
Si -010
527,00
3,080,00
12'83 PVC C903 081. W147 rier Lire
536-90
561,58000
53303
539.850.90
I I
82600
544.49000
84
8- PVC 0500 534 00 5eak. lice
IF
120
528-00
5536000
$3007
93190.00
52500
_ 53,03040
85
6' PVC. 03103 EPR 125 Water 1301
LIE
30
52700
$810.00
5135.10 .
01,1350110 526.00
S780 01
32490
572000
86
• PVC C903032. 151 Wever 1
52200
01340.00
535.00
52.109530
$23.90
51,380.01
9-•0. 13ppi, Meewe and Vale wl&"
FA
51.800.9b.
52.805.00
52.007.114
$".290)]0
52.70000
3,40000
•
6-x6.7aat0ng Skew and ',UM w.'Son
EA
52.40000
52.400.90
53.210)19
52,20000
51.800.00
51.80000
89
12' &anrr • Vibe HdBar
EA
6
511.801109
552.69090
52.700.00
516 930.00
53 300410
519.000.09
• 0.7
8• Gefe Via, 48393
FA
4
51.400.00
96.000.00
91.500-90
36.000.00 91,400.00
06,400,00:
51,100.00
51,4000
91
6' 0a • Vaice 45oa
FA
4
51.190,01
64.400.0
0810.00
53.200.00 51,11(0.00
54,400.00:
590.00
53.600.00
92
G. 451r. wf
(16
1
91.935.00
5I)300.0
5650,00
5550-0 593100
2E255 00
071*00
sr74B3
93
3-lV'47 Fva 00444 A440:60
EA
4
83.400.90
513.690.90
52000.00
56.00000 ."5.500.40
714,000.00
52.400194
$9,60000
i 94
Ole If3drau[ Miustrirm
EA
2
55110.40
514(1.09
5400.00
500 .00 580000
51.600.00
5700.01
58.40040
1 95
Sbmpazr 6aeslwixd ice.lnerilc ices Feder
LB
8,975
58.110
071.1(04.0
57.00
562.565,00 57.75
9691556715
• 56.60
053.85003
96
Ow. 6a la S• slca
E5
!
5453-90
5154.00
560000
860000 5450.00
•5450.01:
5900.00
5920.0
97
Cu 41d fS9 6.4811956 M.
EA
1
542550
3.25.00
$5911.119
8500011 5450.30
543000:
5400-30
550000
98
31' Suxl F 53xw
IF
10
580.00
53.60000
550-101
5100300 578.00
51560:01
565.1
5130100
99
24' 409l08(509 c9
IF
210
9293.00
542)300.00
527000
556.70040 520000
557.6131(0
' 819500
544.950.40
1 290
1±' Swain 0481e. 4. 15rpe44ur98.9- sod Tap
EA
15
5400.00
36.0040
510.00
5.440170 5400-00
CO
S850.50
52.35400
101
a' scnae 597415. I' 69rpa tats 9oP. 1141 7.9
FA
1
$20000
52005(0
518040
318000 535190
5375.011
5145.0
5143011
102
12' 54rt04Sttldk. 2' [2,mnr04Sow.. and 739
EA
1
$450.05
535490
529501
5290.00 5500.63
95(0,00
570700
53170.01
303
1' PE 5159048 10e
65
450
55.00
52,7 x00
5900
441150.47 58.07
55.603.01:
$17.00
47.5510.07
104
r PE 44,re Lim
LF
131
512.07
Si .57200
51300
51.703.00 512,03
51,572.61
521.00
41.751113
105
Fleubk 5/67 Mau Sct[uf1, laiaaim PWnrbe(LhPneerk0 w 0,.ier WINit Ye.•kr
E4
9
583700
57,20000
8470.01
54.230.10
5700-01
56,300.9
' 560090
53.47440
106
3:034 kV 644, Licr Irxlulaq; Kurile.. Oxus: leo ExeiLW:9art Ser. 64
EA
7
5990.00
52.800.00 540000
52.80000
5010.W
34201.0
5590.60.
54,13090
107
3000 1' Mmr 50118 34548 4 Plumber 44144.3mn w 0419404 844667 son'
EiA
1
54.19040
53.21000 559040
5590.00
SEW.50
$80040
092.0
590000
108
5IPik2' Mek! S.5i4.l(01901Pe Phial rre 4mm56m 440495, 6uki Sanaa
EA
]
52.000.0
52)100.00' 53.200.00
59.360-99
51.950.00
91.950.00:
51,500.66
51.500.90
169
4' Pvr: 5anixr5 3.+51105019 &plaa0ar
LF
55
534911
3.090.40 535.00
$2.975.00
540.00
'i -5.-83:40(1.07:
i 525.90
52.125.00
110
Imaercae H05001i.Pliwnera
EA
1
2.500-09
$1.560.00 52,360.00
45,2 0AO53.39000
i05 i ii
52.29000
.22.700-0
111
I0' Shd 06=09kr 4444.. Scxur
FA
75
5400.00
515009.01' 540.153
53000183
57500.�
x755367119
575:00.
55,625.00
182
094444419044864444190938(1960.5.
EA
1
250009
5300.93 5730.40
573000
55320
13'
5700.00
5/0940
IVW. R4TE IATED CONE -CRU i1O5 cnsrs
$1.566,442.85
$1,360.185:43
$i 544,522.50
$1##,939.61
90.40
�{$12,825-00],V
60700
Township Street Widening - BID TAB - MAY 21, 2009
Item
10.
Berm Description
holt
Q9066y
: "•:..:l
•ifmi[
1a15esi.i:: i:;i ii
i'ii". ;'.i;:ii1GO1115i 1 l `i. i,1 � ii'
.. ..
5i7iiij_ i�
: 2221'.:' is"li' .
•Moil •race r
: r: ;;i: i 'j:5'.'
Prix
Turd Bid
23_41 PAW
T8ou.8i(2. 1 Voh Price
'Fml Bid '
TaW Bid
FYI I.
.1111! 1'i
::' ,110
-.47].6'
6. IR
�;"
51.04!0.6
51.4600
• 536,733110
516-755.00: 86,0600
" IL'1:
::'SL
"'•03
5M070A0
533.900.00
560,006..'
5976.00
0.7
561000100 571,00006
540.776.81 520.5'36,40
571.000.0:
520,55550:
850,1300.00'
538,00000
00
s32.05A.120
37,000.00
576.000.00
570000.00
5221,631.00
691,631.00 1191.000.00
541.1)00.00
540000.06
540.06.00:
6
Pnc9E0-_ 8.0
CY
100
5200.07
525.0,0.61•'3'
587.00
58., 44 6
532500
512.60096
7
0/6I999.0-94.Fsamr on Om Qumig•1
CY
9.389
09.06
654,501.00
57.00
565,7'3.00 , 36.00
515,00
575.112.00
529 50503
5560
I.::::'• 12:a
575,112.66
Ii'?: 23606714,
E
6003,66,4 0550 060:11
CY
1,067
S835
9
501901 12m5rm560,1 Who 0010854
CY
6,373
019.00
563330.00
511.74
574,519.02: 915-00
595:595-00
; 0(3.00
576.47/00
10
1969rcur 9 940M
CY
3.000
321,00
367.23.010
513.04
548,125.02
008,6
63745MM
5(200
53A41.10.04
11
59999661.6861599/
53'
9,476
022.5
9.1.321.03
52-05
519.941.04
5200
518.152813
22.04
518,952.00
12
4' Te 269 Mamma 1564 Aac46
53'
11.700
50.60
530.42000
52.95
553.111.00 1
5200
523.400.00:
95.102
535.106.6
0
14-600. 991699959 0665 Pq 112,0 (11694. Pameme90
LF
2/7
552.0
513.40100
549.77
59,954.00
50000
312. 000.60
53500
57-000.00
14
301633. /2626704 Clmcrcrc Pim (&CP1(On1cr PPmr.m4
LF
37
550.06
57,1466.00
564.94
32.587.70
57500
• 775.00:
545.00
51455.6
15
30-19951568 6:91 Cm., -1e P76(RCP1105616 06ew4
LF
90
572.00
50.750.03
t 595.47
34,592.30
592-00
5&'25000'
560.04
55.400.00
16
36.9ach 56ioremd C..veem Nye 1035(11935/11.696/661
LF
37
555.66
53,145.03A::.:'8776:65
. ':+.: ":54299654.
553700
55,34200:
57600
5233000
17
42-fec15 &viefaad Cwxmr P90(0CP1WNW Pxwrul
LF
199
0119.00
526,581231
3146.6
529.054.6:
5156.00
S3l,442.CO
. 5100.00
319,901100
18
14.1643 8.,,04 0 Cwcnae PIS R5C%
12'
216
530.001
56,4801(
531.38
56778.08
548.00
510,36&(0
530.00
_ 57 60.00
19
24-065 Re1599 9 Comae Pox /6CP1
LF
301
540.00
212,076.00
548.40
514.06640
563.00
516.361,00.
540.50
512114006
20
369,06 keiefond e.ocm. Pipe (R12P5
LF
541
550.00
327.05654
1 561.27
533.147.07
581.00
5431 .09 821
56090
512860.00
21
36,"466068.140108124/18/9%Pm(30E1
LF
166
5,$•00
51 1..2s6.4.10
555.96
514.269.36.
5103.00
53.7,098.1:
97400
411,630.00
22
35.12446413 Horlmnod E19/90.9115565659/1. Caxreu 11559 01171L33
LF'
75
884.00
56.200-00
50.54
56,295.50
5100.00
57,5(10.60:
$10050
- 9.50016
25
..03049m5 16 100011 67715961 0x10105446 C344n04 Pipe 0118391
LF
93
8156.00
517,090.0
5133.56
512234.64:
5157.00
514,601110'
5150.6
513,950.06
24
345'374' Reink5r5i1:6iva41.1,5
EA
2
51,60194
53.26.00
51.391.6
62,73100
521000.00
54100310
52,35100
55400111
25
42' 6005969 Cmc nC Flt
Fit
1
52.480.00
52.480.00
01.005.0
01.993.00.
A.,706 00
52.24110
52.500.00
12500.03
26
4' 9.4' 004(1616 4464 Co r AAO 4 R 00.7
EA
2
52,20/0.00
924.490.00
53,60.3.69
371,71600
53.190 W
1S7,203 CO
51.4700.90
574.00600
27
5'x3' Dem !945{5.659 Coa MO 5 11.5461
EA
5
52,800.00
514400.00
52,698.9
513.490.00
53.110000
519116.6:
52,5056
5125600
28
5' x 5' 0 • 10,04 .. c.5./440 511.024.1
FA
1
52,800.00
02,80000
52,49800
52.698.07
5$.900-6
53,900.6
53,06.00
53 919.»'
2'
5' x 5' Dmp Irl. (T300 C 6e 510 6 6.041
EA
1
53,73X36
55,7180.2.0
55028.0
59.028.30.
54500.00
54,56.1
a 57,96,00
5500000
30
131(5.8294 E0.659 91 1102
EA
26
5510.6
513.06516
5696.00
. 918.096.6
5360.00
59,360.00
51,200.6
559.830.00
31
503003uo Moi
EA
3
52.000.00
52.001.00
82,5116.6
02.606.1
55.26.00
53.26,0.
52500.6
32.,595.00
32
087(3014Ira. (Su. 1-5540
EA
1
51100-657
3236.00
54,332,26
. 54,332.00
55200.6
55.250.00
5041001
650600
33
4936.64-621144(458+78.10n3
EA
1
02.270.0
52.030.001
03,47717
52,477.1:
52,56.6
59,500110:
5300050
53,000.00
34.
6569-9/91956
EA
2
44,200.00
38.46.00
. 52.918011
52316.60
5431.10
59.1100110,
55000.00
510000.00
35
1200.04n 944 99916m 00 w 11,6p1,20419.2+91.37 rrl
EA
1
52.70000
32.701100
53,03310
53110040.
51,30000
51.3000
1 5500100
1500040
36
mediry 5La. 16.195/5 6,34,re (56 96 447.59 01
EA
1
31.550.00
51533.014
53730.00
33.047.00
' 01.I00.60
51.16-00
65.10.6
3500500
37
13/9.619 101.0' 864904ee4Cmm9Boc C4669 P(, -C 4or CIF
1F
911
81,246.00
5102.150.6:
595426
585.86160:
41,456.6
SI30,50910
j 5200.6
51501106.00
3e
W99.0103.4908340* 5..66 10.35' 904
5.3
1
123 55(0.00
513.300.00
1 519.27700
545.27700
! 521,000.6
521.000.00
i 539.000-00
550)50090
39
C -06t0 5.5mratleneYd99919( 619x5/65,,,01
CY
250
512.6
53.000.10
51130
52,875.00
i 330.6
52,500.1:
022000
55.0606
40
7110'k44(10,,79...,9159.0
5Y
!67
530110.
55,010.06
545.94
57.671.95
571100
51589910
950.6
58,290.00
41
Two -L336 AUDISerrrcc COurle
5Y
8,452
59-90
550-10410
59.76
35296.32
i 5000
575.888.00:
maw
504,31000
2
79rec-in.94806181Neer Cm/A,
SY
8,268
501.90
598.36920
510.68
559,30224'
511-03
590.92600
51200
35921600
43
76re1-196 14C71810194r 004449(55100126.95
5Y
9.476
512.6
5113,71200
511.334
5107.457.84
i 512110
5115.712470:
51300
5123,158.0
44
9'u04Mk .09460 A611554
57
8.532
50.54
$4,555.20
5(5516
51,349.12
51.00
56441.1
' 51.14
38,452.06
45
waren Ma.v926.411400e
SY
/7,744
90.62
51100125.
50.46
_
51102.24
51.00
107.744.6
32.6
536.4158300
46
A9 111m.. 1...131of for a4a 65494 of 1,9119
TN
106
5125.00
312,564.00
012600
8.631.00.
51491.00
116.01.1:
5200.1
820.001.6
47
Conant Curb &Cr416r
LF
5.71
59.10
354 870.00
59.18
556.836.1
517.00
996.96.00
1 51210
568,460.00
45
6' 0995r64e 84, 495 14'4
SY
2010
031.00
562.0000
534---11
565.3451.31
545.00
33606.1
' 300.00
540.006.00
49
B 12one.ne 3116.40 t61
SY
300
537.01
548.800.»
55150
311,250.00
552.0
536190.7.6:
5.? 00
511.003.00
50
6 Cw-n.s511-,x0 08'3
SY
50
543.50
52.175.6
570.59
53,314.30
56600
0316008:
535.6
21.25000
51
6-1.2'2.11.4, 00'5 .0 59pr'o5.
SY
1150
541.60
548,990.00
542.52
551,198.00
553.00
562.56.1
527.6
525.3600
52
8' Commie l5*. uy 400'. J.
S1
05
540.60
54,607.00
56480
33.571.00
563.00
55,511700
000.5121
82,850.6
53
4.19903 30.e652Repair
55'
100
924.67
59,450000
$20.94
511,576.6
550.00
50806.1
54000
53603100
54
6' tn......, thi c.3r 843,ir
SY
46
351.60
516.6400
547.77
515.36.00'
552.00
520.86.6'
515.6
510.000.00
55
Ccae1.oo-6.n:ep 8.33222
5Y
60
549.60
003.976110
564.70
53042.00
561.03
53.600301
(11.895.6
56
Caecre3660'6!654Re060130. 162010
SY
115
537111
44.514.00
523.03
15431.40
5626
57.13000
530.00
53,45000
57
C4.0.n6 13410e15y &wm451156 7+25 51
SY
170
89.6
51,23000
555.47
56,029.90
511.00
51.870.00
810.1
01.700.00
SS
Preme. 54x0402Wh :IOW
FA
10
570.00
570000
581.00
5810.6'
295.00
5959.1
3569.94
55,60.00
542
Hydro 11..11:. & MulclJos
AC
3
53..610.6
56.72000
54,56.6
5035001..:
5210.00
56071.1'
53 55000
543.500.60
60
!*129504
SY
4,/50
52.60
510,790.6
012661
510,531.30:
5410
51600010
54.6
516600.31
61
60400, %MIA. (0144111
E1
20
551.50
51,03006
56300
14660.06'
512510
5'1 0730
i 573190
51.95060'
62
)4409024.6
EA
20
551.50
30,4150.00
8536111
81.000.00
81710
5340.1
j 5190.00
52.60.00
45
4' W34(R 7 di. 7,P.,269501.85110600,00060101
LF
5,639
5031
5573214
90.66
53.719.10
01.1
55.635.00
i 11.00
85.655.00
6R
! 12- Kline P .I 1346.6.0.171x. 0[40:3
LF
66
512.56
5741.40
513.76
587560
1 33010
WPM 6.6:
0
5210
51.200.001