Loading...
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