Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
163-13 RESOLUTION
RESOLUTION NO. 163-13 A RESOLUTION TO AWARD BID # 13-34 AND APPROVE A CONSTRUCTION CONTRACT WITH BOULDER CONSTRUCTION, INC. IN THE AMOUNT OF $1,415,423.95 PLUS A PROJECT CONTINGENCY OF $70,771.20 FOR THE CONSTRUCTION OF THE FRISCO TRAIL EXTENSION AND TO APPROVE A BUDGET ADJUSTMENT IN THE AMOUNT OF $1,248,000.00 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 #13-34 and approves the attached construction contract with Boulder Construction, Inc. in the amount of $1,415,423.95 plus a project contingency of $70,771.20 for the construction of the Frisco Trail Extension and approves a budget adjustment in the amount of $1,248,000.00. PASSED and APPROVED this 16th day of July 2013. APPROVED: ATTEST: By: '-�r IJ-7n� SONDRA E. SMITH, City Clerk/Treasurer City of Fayetteville, Arkansas V12.0724 Budget Adjustment Form Budget Year Division: Transportation Services Request Date Adjustment Number 2013 Department: Transportation Services 7/16/2013 BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION This budget adjustment recognizes revenue from the Northwest Arkansas Regional Planning Commission as part of the Razorback Regional Greenway for Frisco Trail Extention 40g—e7-::m" Prepared By: Matt Mihalevich DIVISi ad Date kspringer Reference: B get Director Date Budget & Research Use Only _j�—Z 7 /3 Type: A B C D E P De p m t Director Date General Ledger Date in ce Irectjg Posted to General Ledger C iet Staff Date Initial Date. r / Checked / Verified ay r Zate Initial Date Account Name Trails '"ADD"'Commercial grants TOTAL BUDGET ADJUSTMENT Account Number 4470„9,4 .5814.05 447 .4305.00 1,248,000 1,248,000 Increase / (Decrease) Expense Revenue D 1,248,000 - �1 4 nno Ann Project.Sub Number 02016 1201 02016 1201 K:\Trails\Projects\Frisco Trail\MLK South\Bidding\City Council\BA Frisco Trail Extension Rec. Revenue.xls 1 of 1 City of Fayetteville Staff Review Form Matt Mihalevich�— Submitted By City Council Agenda Items and Contracts, Leases or Agreements 7/ 16/2013 City Council Meeting Date Agenda Items Only Engineering Division Action Required: Development Services Department A resolution awarding Bid #13-34 and authorizing a contract with Boulder Construction, Inc. in the amount of $1,415,423.95 for the construction of the Frisco Trail Extension, approving a five percent (5%) project contingency in the amount of $70,771.20 and approving a budget adjustment. $ 1,486,195.15 $ 396,000.00 Frisco Trail (South to Walker Park) Cost of this request Category / Project Budget Program Category / Project Name 4470.9470.5814.05 $ 39,202.58 Trail Development Account Number Funds Used to Date Program / Project Category Name 02016 / 1201 $ 356,797.42 Sales Tax Cap Imp Project Number Remaining Balance Fund Name Budgeted Item Budget Adjustment Attached Departme �_. City Attorr -27--13 Date -ZJ- t3 Date C.Crt. -- Finance and Internal Services Director Date Date > r 1-3 ate Comments: Previous Ordinance or Resolution # Original Contract Date: Original Contract Number: Received in City, - _ - ? Clerk's Office arwi Received in Mayor's Office Revised January 15, 2009 Zayj Vl e RKANSAS� CITY COUNCIL AGENDA MEMO To: Mayor and City Council Thru: Don Marr, Chief of Staff Jeremy Pate, Development Services Director �p ND Chris Brown, City Engineer 45 From: Matt Mihalevich, Trails Coordinator l"�k Date: June 271h, 2013 THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENT CORRESPONDENCE Subject: Frisco Trail Extension bid award MONOMER RECOMMENDATION: Staff recommends a resolution awarding Bid #13-34 and authorizing a contract with Boulder Construction, Inc. in the amount of $1,415,423.95 for the construction of the Frisco Trail Extension, approving a five percent (5%) project contingency in the amount of $70,771.20 and approving a budget adjustment. PROPOSAL: The Frisco Trail Extension is part of the 36-mile Razorback Regional Greenway and will provide safe pedestrian and bicycle connections to the numerous residents and businesses around Walker Park, as well as the future Tsa La Gi (Cherokee) trail to be extended west along the old rail line south of MLK Jr. Blvd. March 201h, 2012 resolution number 57-12 authorized Garver, LLC to begin the design work on the ''/Z mile Frisco Trail Southern Extension. The schematic design for the Frisco Trail Southern Extension was approved by the Fayetteville Street Committee on August, 281h 2012 following the recommendations from public surveys, Garver, the Active Transportation Advisory Committee, and the Parks and Recreation Advisory Board. The approved design includes construction of a tunnel under MLK, installation of 3 new bridges at stream crossings, and installation of a pedestrian hybrid beacon signal at the proposed crossing of School Avenue (Hwy 71B) as shown on the attached site plan. BUDGET IMPACT: Funding in the amount of $1,248,000 has been provided though the Northwest Arkansas Regional Planning Commission as part of the Razorback Regional Greenway and a budget adjustment has been included to recognize this revenue. The remaining funds of $238,195.15 have been budgeted through the Trail Development Capital Improvement Program. Five bidders responded to the request for formal bids and Boulder Construction, Inc. was the lowest responsive bidder. The base bids for Boulder Construction and Mobley Construction have been adjusted to use the bid unit prices due to adding errors in their extended price - see attached detailed bid tab. The bid for Boulder Construction was adjusted from $1,416,616.19 to $1,415,423.95, a decrease of $1,192.24. The Bid for Mobley Construction was adjusted from $2,067,928.94 to $2,066,648.94, a decrease of $1,280.00. RESOLUTION NO. A RESOLUTION TO AWARD BID #13-34 AND APPROVE A CONSTRUCTION CONTRACT WITH BOULDER CONSTRUCTION, INC. IN THE AMOUNT OF $1,415,423.95 PLUS A PROJECT CONTINGENCY OF $70,771.20 FOR THE CONSTRUCTION OF THE FRISCO TRAIL EXTENSION AND TO APPROVE A BUDGET ADJUSTMENT IN THE AMOUNT OF $1,248,000.00 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 #13-34 and approves the attached construction contract with Boulder Construction, Inc. in the amount of $1,415,423.95 plus a project contingency of $70,771.20 for the construction of the Frisco Trail Extension and approves a budget adjustment in the amount of $1,248,000.00. PASSED and APPROVED this 16th day of July 2013. APPROVED: ATTEST: LIONELD JORDAN, Mayor SONDRA E. SMITH, City Clerk/Treasurer .Y ._.. �,:.—.- Mr• _.---..y.., c. ti.A}ii=.. �ry-. r+.�ww r•' •ter t. 1� � '' -- Prairie St.'. �{ Existing } -� _ 7.6 Mile y f rl Trail _ ' �t iii �' _ f i q�v �•� 1 _ •+�.... a t.r `� � yI V � i�' J �_,: Ar Z7, ON AL �, •j al 5 MLK Jr. Blvd. (Hwy 18�} � �� =..-- �• � - R �� R ! � � �F � � �t *, � l Proposed Under Tunnel i f fit'—� i E . e er MLK Jr. Blvd���� r'Proposed 1 ' o j' t f 01 New Sidewalk '• Proposed Connection Trail Brid Future Tsa La Gi Trail i t .r Ilk 0 i{, �1 04 +rX' . ��` - .• �� .. ,., .. _t• � fi 3 .111►d7 _ i ' it ,Proposed Trail Brid_qe -- Pedestrian - 1- brid Be con Crosswalk M. 41111ti-. {f0 1 f Proposed Bride g +: Grove Apts. '• f a �;. i - �I'� ,r 812 Students `fn tic of Opened 201 ". ft St. If u Ir ni> 4,_.. y� `w'� t r Walker 1 ¢' �.., +�: "'` + } Park c ;�:. 75 Acre To TO n car r i Branch Trail ; Frisco Trail 1 r3 7ay*AP—�II_'+ MLK Jr. South to Walker Park ...,; OVERALL TRAIL SITE PLAN MARCH 2O13 B 1 DO 200 NORTHWEST ARKANSAS REGIONAL PLANNING COMMISSION 1311 CLAYTONST. SPRINGDALE, ARKANSAS 72762 (479)751-7125 June 14, 2013 Mayor Lioneld Jordan City of Fayetteville 113 Mountain Fayetteville, AR 72701 Re: Frisco Trail Southern Extension — Funding Dear Mayor Jordan: FAX (479) 751-7150 Reference is made to your request for assistance in financing the Frisco Trail Southern Extension, which will be part of the Razorback Regional Greenway. This letter acknowledges that the Northwest Arkansas Regional Planning Commission, utilizing grant funds awarded to it by the Walton Family Foundation, has awarded $1,248,000 in construction funding for this portion of the Greenway. It should be noted that payments will be made on a reimbursable basis, subject the chief Greenway designer's concurrence with your staff s payment determinations. As such, please take such as action as may be necessary to cash flow costs for the project. Should any questions arise, or should additional information be required, please advise. Cc: Matt Mihalevich Trails Coordinator Sincerely, Jeff 11awlcil�s Director PLANNING - MANAGEMENT - IMPLEMENTATION a continuing process DOCUMENT 00500 — AGREEMENT BETWEEN OWNER AND CONTRACTOR Contract Name/Title: FRISCO TRAIL EXTENSION — MARTIN LUTHER KING, JR. BOULEVARD TO WALKER PARK Contract No.: THIS AGREEMENT is dated as of the#"f tiay of in the year [rx COW by and between The City of Fayetteville, Arkansas and Contracto ). ARTICLE 1 - WORK 1.01 Contractor shall compete all Work as specified or indicated in the Contract Documents. The work under this Contract includes, but is not limited to: The project includes, but not limited to, the extension of the existing Frisco Trail from Martin Luther King, Jr. Boulevard to the existing trail located in Walker Park. The Contract consists of approximately 2200-feet of 12-ft wide concrete trail, a 12'x10' tunnel under Martin Luther King, Jr. Boulevard with retaining walls on ramped approaches, 3 prefabricated pedestrian bridges, a pedestrian traffic signal, approximately 2900 linear feet trail lighting 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. ARTICLE 3 - CONTRACT TIME 3.01 TIME OF THE ESSENCE: /0 00500 Agreement Frisco Trail Extension 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. 00500- 1 Garver Project No. 11047140 Addendum No. 1 DOCUMENT 00500 — AGREEMENT (continued) 3.02 DATES FOR SUBSTANTIAL COMPLETION AND FINAL PAYMENT: A, The Work involving lane closures within the AHTD right-of-way along Martin Luther King Junior Boulevard will be Substantially Completed as defined in the GENERAL CONDITIONS by September 1, 2013. The anticipated notice of award date is July 17, 2013. B. The remainder of the Work will be Substantially Completed within 240 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 involving lane closures within the AHTD right- of-way along Martin Luther King Junior Boulevard is Substantially Complete. Additionally, 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 remainder of the Work is Substantially Complete. After Substantial Completion, if Contractor shall neglect, refuse, 00500 Agreement 00500-2 Garver Project No. 11047140 Frisco Trail Extension Addendum No. 1 DOCUMENT 00500 — AGREEMENT (continued) 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 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 detenninations 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. 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 snake 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 00500 Agreement 00500-3 Garver Project No. 11047140 Frisco Trail Extension Addendum No. 1 DOCUMENT 00500 — AGREEMENT (continued) construction. All such payments will be measured by the schedule of values 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, less 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. 95% of Work Completed (with the balance being retainage). b. 100% of Equipment and Materials not incorporated 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 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. 00500 Agreement 00500-4 Garver Project No. 11047140 Frisco Trail Extension Addendum No. 1 DOCUMENT 00500 — AGREEMENT (continued) 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, perfonnance, 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 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 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 00500 Agreement 00500-5 Garver Project No. 11047140 Frisco Trail Extension Addendum No. 1 DOCUMENT 00500 — AGREEMENT (continued) 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. I. 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. J. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 00500 Agreement 00500-6 Garver Project No. 11047140 Frisco Trail Extension Addendum No. 1 DOCUMENT 00500 — AGREEMENT (continued) 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. 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: FRISCO TRAIL EXTENSION 8. Addenda numbers one (1) to (�, inclusive. 00500 Agreement 00500-7 Garver Project No. 11047140 Frisco Trail Extension Addendum No. 1 DOCUMENT 00500 — AGREEMENT (continued) 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. 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. 00500 Agreement 00500-8 Garver Project No. 11047140 Frisco Trail Extension Addendum No. 1 DOCUMENT 00500 — AGREEMENT (continued) 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. OTHER PROVISIONS: Not Applicable. 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. 00500 Agreement 00500-9 Garver Project No. 11047140 Frisco Trail Extension Addendum No. 1 DOCUMENT 00500 —AGREEMENT (continued) This Agreement will be effective on �� 200, which is the Effective Date of the Agreement. t7 CONTRACTOR 0410 �" a By: Title: MV51 paq 1 (SEAL) Attest _ O7 Address for giving rya ices g g o;;_ /Lla3 W CA To SPGS R J � � Ft4yr 1 T E'J1-L L C r73 %I M w License No. � 13 L4 to 1 0 Ll € Agent for Service of process (If Contractor is a corporation, attach evidence of authority to sign.) END OF DOCUMENT 00500 �FAY[.'€P-AT1L Title: MOW r-3. • JJ y�LT EViLI_C; '����• kAN`t� •f �.� Attest T� C Address for giving notices A3 Adize� (attach evidence of authority to sign and resolution or other documents authorizing execution of Agreement) Approved As to Form: By: Attorney For: 00500 Agreement 00500- 10 Garver Project No. 11047140 Frisco Trail Extension Addendum No. 1 GARVER June 26, 2013 2049 E. Joyce Blvd. Suite 400 Fayetteville, AR 72703 TEL 479.527.9100 FAX 479.527.9101 www.GarverUSA.com Matt Mihalevich City of Fayetteville 113 W. Mountain Fayetteville, AR 72701 Re: Recommendation to Award Frisco Trail Extension — Martin Luther King, Jr. Boulevard to Walker Park Dear Mr. Mihalevich: Bids were received for "Frisco Trail Extension — Martin Luther King, Jr. Boulevard to Walker Park" at the City of Fayetteville, Purchasing Division, Room 306 — City Hall, 113 W. Mountain, Fayetteville, Arkansas at 10:00 a.m., Tuesday, June 25, 2013. A total of five bids were received for this project. Boulder Construction of Fayetteville, Arkansas submitted the low bid for the project in the amount of $1,415,423.95. A copy of the tabulation of bids received including the Engineer's estimate is attached. We recommend that the City of Fayetteville award the construction contract for "Frisco Trail Extension — Martin Luther King, Jr. Boulevard to Walker Park" to the low bidder, Boulder Construction. We believe that the award of this project to Boulder Construction represents the best value for the City. Please call me if you have any questions. Sincerely, GARVER Nathan Becknell, P.E. Project Manager Attachments: Bid Tabulation X:\2011 \11047140 -Fayetteville Frisco Multi -Use Trail\Correspondence\Outgoing \Mihalevlch 2013-06-26 Recommendation to Award.doc CITY OF FAYETTEVILLE FRISCO TRAIL EXTENSION BID TABULATION -13-34 BID OPENING: 6/25/2013; 10:00 AM ITEM NO. SPEC. NO. DESCRIPTION 1 111 Construction Control Trench and Excavation Safety System: 2 112 3 20i _Clearing, Grubbing, and Demolition Undercut and Backhll 4 202 5 202 Unclassified Excavation 6 202 Select Embankment 7 a _ 202 P03 Embankment 5u ride Preparation 9 204 4" Topsotl Placement {Yard Areas .� 10 W1 18" R, C. Pipe 11 301 24" R. C. Pipe 12 301 12" PVC Pips 13 301 18" R.C. Flared End Section 14 302 V Drop lnlets ype MOy 15 962 4' Junction Box IT ope MO} T x B' Precast Concrete Box Culver! 16 303 17 18 303 f305 & Wingails Appurtenances _ Channel Excavation _ A" Aggregate Base Course 6" Aggree gate Base Course 4" Asphalt Concrete Hot Mix Binder Course {ACHMSC} ,2" Asphalt Concrete Hot Mix Surface Course_(ACHMBC) Asphalt Concrete Patching for Maintenance of Traffic 19 40i 20 401 21 403 22 403 _ __ _ 23 405 _ 24 501 T, Concrete Curb and Gutter 4+' Thick Goncrete Sidewalk 25 502 28 503 _ Concrete Rriveway Aprons Concrete Drlvewa+ - - - 27 503 28 503: Asphalt Driveway _ Aggregate Base Course Driveway Asphalt/Concrete Driveway F3emoval Seeding and Mulching Solid Sod Additional Waterin�____� 29 503 30 _ 503 31 505 32 ^505 33 505 34 507 _^ 4" Pavement Marking Palntl 4" pavement Marking�Therrnaplastic} 24" Pavement Marking (Thermoplastic) Pavement Marking Removal Ereslcn Contra] Traffic Control and Maintenance 35. 507 36 507 37- 507 38 1 509 39 510 ENGINEER'S ESTIMATE Boulder Const. EST. UNIT UNIT QUANTITY PRICE LS z $5,000-00 L5 1 510,000.00 1 S 10,000.00 CY 50 $15.00 CY �4,528 _ - $8,00 CY 1,545 $'! 2,00 CY- 305 SY�4, 2,864 �$8.00 $2.50 SY848 - $2.00 lS4DAa LF70 LF 1;44E-F-:WX* LF-4l $25.00 EA 1F $1:00.0.0 EA 3._ _LS 1 L5 1 CY-~ 185 BY 2,15 SY 230 SY 7$ SY 1 78 TON 1 4 LF 710 _SY - 380 SY ! 320 SY 201 �SY 43 SY 431 SY _128 Acre �0.80 SY 1,170 MG 60-, LF 2,605 LF 352 I LF T 168. 40 511 Wobilixation LS j 41 512 _ Wood Privacy Fence LF 42 512 Temporary Fencing_ 43 513 Cast -in -Place Detectable Warring Panel 44 513 Handicap Access Ramp. �SF SY 45 517 Tree Protection Fencing LF 46 SP 26 Iecorative Fence _ _ _ Decorative Fence with Bollards LF i 47 SP 26 LF i 48 SP 26 Chain Link Fence �9� LF 49 SP 26 Chain Link Security Fence LF 50 5P 27 4"Thick Concrete Trail SY i 51 SP 27 6" Thick Concrete Trail $Y C 52 SP 27 8" Thick Concrete. SY I 53 SP 29 Permanent Pavement Repair SY j 54 SP 30 Landscaping LS 55 SP 28 - _ Thermoplastic Pavement MarkingPaitern; SF 1 1._ 42 335 196 fib 500 360 152 196 141 2,377 134 44 1 720 $40,000.0 $20,000.0 $8,00 $5,00 $8.00 $75.00 $85.0D $120.00 $30.00 _ $42.50 _ $40.00 $25,00 $10A0 $7.50 $2,250.01 $3.00 $17.50 $0.60 $1.00 $12.50 $2.50 $10,000.0 - $10000.0, $40,000.0 $20.00 _ _$6.00 ~$30.00 $42.50 um $3.50 555-00. $131.50 $21.50 UNIT AMOUNT PRICE AMOUNT $5_000.00 $15.744-74 $15,744.741 $10,000.00 $11,662.01 $11,662.01 j $10,000.00 $29,159.12 1 $29,159.121 $750.00 $24.10 $1,20-5.001 $7.56 34,231.68i _ _$36,224.00 $113,540.00 - $12.29 $t8,988.05 - $2.440.00 $2.90 $884.50j $7,160.00 $2.30 $9.696.00 $2.49 $12,071.521 $2,$00.00 - $40A 7 $2,811.901 $7,7O-0- $49.96 $6,997.201 50.00 $29,24 $11,871.44j $1,000.00 -!- $627.02 $827.621 $2,500.30 $2,953.64 $21953.641 - $7,500.00 $3,70717 $11,121.81 $24,000.00 $22,725.27 $22,725.27I $20,000,00 $2,999.48 $2,999.48j $1,480.00 $8.39 $1,552.15 $13,395.00 - 0.34 $14,305.86', $1,840,00 $5.33 J $1,225.90j $5,850.00 $8.46 $659.88'i S6.630.00r $3,41 $265.98 $480.00 $87.43 I T $349.72 $8.,875.00 $12.98 $9,215.80 T $11,430.30 $25.35 $9,633.00 $13,600.001__ $35.46---F--- $11,347.20 - $8 040.001 $34.09 $6,852.091 $1,075,00 j $17A6 i $750.78 $4,310.00 55.54 �- --- $2,387.74 $960-00' $6.23 J- $797.44 $1,800.001 $3,577.44 SU10.00 $3.07 1 $3,591.90 - $'1,050.o $66-54 !$0,33 $3,992.40 $1.563.00 1- $859.65 $,362.00 $2,36 $830.72 - 0-0 _•- $2,100.00I_- _•- $17.72 - .'96 $2,976.96 $50.00 $3.78 $10,000.00 $4,688.52 $4,688.52 $1 0,000:00 $42,9fi7.27 $42,967.27 $40,000:D0 -� $0.00 oa S840.00;�$17.72` - - $744.24 $2,01 D.001 $17.29 $5,792.151 $5,880.000 J $20A1 $4,078.76 $2,890.00 $23.96 $1,629.28 - $1,750,00 $1.07 - - $535.00` $19.800.00 $49.62 1 $17,863.20' $19,988.00 $111.06 - $16,881.12. $4,085.00? $36.53 $6,940.70 _ $3,525.00im $32.85 $4,631.85 $42.50 $101,022.50 ! $23.96 $28.95 $42.10 i $44.16 $1,729.38 $23.27 $56,952.92 $3,879.30 - $1,852.401 $18,591.36 $1,729.38 $16,754.40 11 -�� $55.00 $7,370.60i $68.00 1 - $2,992.W $95.00. $39995:00 6,500.0D $6,5002.. $iD.DOT - $7,200.00 Garver Project 11047140 CITY OF FAYETTEVILLE FRISCO TRAIL EXTENSION BID TABULATION -13-34 BID OPENING: 6/25/2013; 10:00 AM ENGINEER'S ESTIMATE Boulder Const. ITEM SPEC. EST. UNIT UNIT NO. NO. DESCRIPTION _ UNIT QUANTITY PRICE AMOUNT PRICE AMOUNT 56 Actuated Controller T82-Type 2, (8 1 701 Phases} EA 1 $15,OOO.UO $15,000.00 $17,721.81 $17,721.81' 57 S 7Tra 10 & Traffic Signal Head, LED, (3 Section, 1 EA 4 I $745.00 $2,080.00 `$1,075.12 $4,300.48 -- y) III_ 58 SP 9 & Countdown Pedestrian Signal Head, LED EA 2 $675.00 $1,350.00 $661.61 $1,323.22 707 -- i 59 70.8 Traffic Signal Cable (5.c114W.$7 AG.) LF 560 J ~$1.25 00.001 $2.01 $1,125.601 6..0 706 Traffic Signal Cable (12c/14 A.W.G) LF 126 $2y5Q- $315,001 _ $2A8 $312.48; 6i 749 Galvanized Steel Conduit [1.25") L1" 15 $10.00 _ $150.00 $11.81 $177.15j 63 710 ENon•Metallic Conduit (1�) 5 } _ LF 1117 -- $11.00 �$781.00 $6.50 $461.50t $8.00 $72.00 $7 09 _ i $63.811 I,. 64 710 Non Metallic Conduit 3" LF + 22. $2,632.5q $23 63 $2,764.71 65 SS & Concrete Pull Box (Type 2 HD) EA 4 $550.00 $2.200.00 $561.19 $2.244.76 711 _ 66 SS & Traffic Signal Mast Arm Pale With 2 �.5� $19,000:00 $12,700.63 µ $25,401.26 714 Foundation (32'} EA 67 SS & Traffic Signal Pedestal Pole With EA. 3. $1,000.00 $3,000.00 $i,016.05 $3,048.15 715 ,Foundation _ `_.... _..__. _._ 68 726 Standard Signs _ __ _ SF _,t_ .......45 _( $20.00 _ $900.00i $60.25 $2,711.25• 69 iEEle tril Conductors -In -Conduit (2c/6� SP 7 LF 1 27 $3.00 $81.00+ $3.96 $106.92 70 SP 7 ;Electrical Conductors -In -Conduit (1c/8 i LF 241 $1.00 $241.00. S1.18 $284.38 �A,W.G.fEGC) _ 71 SP 7 Electrical Conductors-ln-Condu€! (1 c/12LF SO $0.50 $25-001 $1-77 $88.501 A.W.G.. EGCy 7'g 1 .SP 8_- bectrical Conductors for Luminaires LF 159 $1.50 $238.501 $2.24 $356.16 73 SP 11 '1 uminaire Assembly EA 1 $375.OD $375.00 $484.40 $484.40 ---- -- T _..-.--.. - 74....... SP 12 ,Service Point Assembly (2 Circuit) EA 1 $1,000.00 $1;OOQ..DO $3,89$.8D $3,898.80 75 SP 25 25 1Light Fixture, Type A, Installed on Pole EA 7 l $f,8f0.00 $111 270_00 $2,615.29 $18,307.03 76 5P 25 Light Fixture, Type B Installed EA 4 i $1.118.00 $4,460 00 $1,161-18 I. $4 644.72j 77 Sr 25 }f IgN Fixture, Type C Instal le_d on Pole EA 36 $2,125.00 $76,500.00j $0.00 - $0,00' 78 SP 25 (Electrical Handhole, 11 4, EA 43 $350.00 $15,050.00[ $165.40 L $7,112.20 79 SP 25 Non -Encased Schedule 40 PVC, 2" ^ LF 2.400 �$4.00 $9,600.00 $10.40 $24,960.00! Diameter, Installed in Trench _ 80 SP 25 Non -Encased Schedule 8o PVC, 2" LF �50 $6.00 $300.00 $6.50 M1 v $325.00 Diameter, Exposed- _ 81 j Concrete-Engalsed-Schedule 40 PVC, 2" - 5P25 LF 300 $20.00 $6,000.00 $17.97 $5,391.00 Diameter, Installed in Trench _.._._- 82 Galvanized Rigid Steel conduit, 2° SP 25 ? LF 400 $8.75 $3,500.00 $22.22 $8.888.00 _ � ;Diameter, Exposed T 83 !Coated Galvanized RiyiU Sieel Conduit, + SP 25 12" Diameter, Transitioning from Grade to LF 25 Exposed. 84 SP 25 !directional Bore One•Wa�C LF :' 80 do 0r eo No. 3 AWG Copper Conductor LF 200 86 SP 25 No. 8 A_WG Copper Conductor JLF 10,02 87 SP 25 Electrical Service Equipment Pedestals EA 2 B8 _SP 4 Tunn_el Construction - 96` L_ong LS 1 89 SP 31 Modular Block Walls 4.02; 90 SP 3 Truss BridgeJ78' x 121) _SF LS _ 1 91 SP 3 Truss Bridge (fig' x 12'L LS 9P SP 3.� � 4 Truss Bridge (77' x 12`} LS 1 83 SP 32 Native Brown Stone Riprap - CY 50 �94 SP 32 - - Filter Blanket- _ Sy 100 TOTALS $20.00 $500.001 $11.55 _------- _....._.------- $40.00 ----------- ___ _...__ _..._ .i-_-._..-......___.. $3 200 00 1 $30 25 $6.00 W$1,200:00.- $10,025.00�__ $1.55 _$1.00 1,000.00 ; $2,000,001.$31,275.10 $190,800.00i $154,544.55 30,800.00 $61.58 $247,875.001 $43.18 66.380.001 $1166,380.00 17,840.001 $117,840.00 37,420.00 $137,420.00 $50.00 i $2,500.00 $5.00 - $500.00 $1, 607, 628.50 16.962. 34.595. $64.73 $9.07 $288.75 $2,420.00 51,418.00 $15,538.75 $62,550.20 $154,544-55 $173,799.50 $138,773.38 $116,962.86 $134595.02 $3,236.50 5907.00 $1,415,423.95 Corrected Price CARVER • Garver Project 11047140 CITY OF FAYETTEVILLE FRISCO TRAIL EXTENSION BID TABULATION -13-34 BID OPENING: 6/25/2013; 10:00 AM SSl Fochtman ITEM SPEC. EST. UNIT UNIT NO. NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT PRICE AMOUNT i 111 ;Construction Control LS 1 1 $5,300.00 $5,300.00 $10,000.00 $10,000.00 2 112 :Trench and Excavation Safety Systems LS 1 $6,000.00 T $6,000.00� $20,000.00 $20,000.00 _3 201 Clearing, Grubbing, and Demolition L5 1 $23,300.00 $23,300.00 $22,500.00 $22,500.00 4 ? 202 Undercut and Backfill CY 50 I $30.00 $1,500.00 $25,00 _ $1,250.00 �5 202� ;Unclassified Excavation CY 4;528 $8.00 $36,224.00± $7.50 $33,96C 0 6 202 'Select Embankment _CY !. 1,545 $15.00 $23,175.00 $9.00 $13,905.00j -- - _ - 7 ? 202 `Embankment CY 305 $18.00 $5,490.00 _ $5.00 $1,525.00' --......_...... .. ------ -- - - - 8.. 203 Subgrade Preeparaiion W SY 2,864 1 $1.00 $2,864.00 $3.00 $8,592.00 8 2D4 4" Topsail Placement and Areas SY i 4,848 $4.50 $21,816.00 $3.50 $16,968.00 i -- - - - - 10 301 18" R. C. Pipe - LF 70 $42.00 j $2,940,00 $32.00 $2,240.00 11 301 24" R. C. Pipe LF 140 $47.40 F- $6,636.00 $44.00 $6,160.00. 12 30i 12" PVC Pipe LF 406 $12.00 $4,872.00? $40.00 $16,240.00 1 S 301 18" R.C. Flared End Section ........ - - - - - , 14 3a2 4' Drop Inlets {Type MD,] EA r- 1 $3,800.00 $3,800.00 $3,160.00 $3,160.00' 15 302 4' Junction Box (Type M_O)_-_- EA � ] 56,500.00 $19,500.00 $6,500.00� $19,500.00 16 303 I3' x 8' Precast Concrete Box Culvert- 1 $59,0.00.00 $59.000.001 $54,000.00 $54,00_0.0_0 17 303 �Wingalls & Appurtenances LS 1 $3,500.00 $3,500.00 $12,000.00 $12,000.00s 18 30_5_IChannel Excavation _ CY € _185 $24.00 $4,440.00 _$5.50 $1,017.50 199 401 4" Aggregate Base Course SY� 2,679 �'i $6.00 $16,074.00 $2.75 - $7,367.25 2D. 401 8" Aggrer�ate Base Course SY i 230 1 $8.50 $1,955.00 $4.00 $920.00 21 4" Asphalt Concrete Hol Mix Binder 403 SY 78 ( $53.00 $4,134.00; $50.00 $3,900.00 Course (ACHNIBC)� �) 22 2" Asphalt Concrete Hot Mix Surface i 403 SY 78 $30.00 $2,340.00 $28.00 $2,184.00 Course (ACHMBC) �23 Asphalt Concrete Patching for f 405 TON 4 $300.00 j $1,200.00' $100.00 $400.00' Maintenance of Traffic _ } _. - 24 z 501 Concrete Curb and Guttery �LF 710 $12.00 $8 520,00 $12,00 $8.590.00 25 502 4" Thick Concrete Sidewalk SY --386 $47.00 $17,860.00 $36,00 $13,M.001 - - - - - 26 503 Concrete Driveway Aprgns .SY 320 $53.00 $16 960 00 $67.00 $21,440.60 27 5a3 Concrete Driveway ( SY 201 $56.00 $11 256 00: $60.00 $12,060.00 26 503 Asphalt Driveway SY 43 $59.00 $2,537 001 _ $60.00 $2,580.00 29 503 Aggregate Base Course Driveway _ ` SY 431 $9.00 $3,679.00 $6.00 $2,586.aa 30 503 Asphalt/Concrete Driveway Removal i SY_ 128 $11.00 $1 408 00 $5.00 $540.00 31 505 Seeding and iNulching - Acre ' 0.80 $5,300.00 $4,240.00 $4,400.00 $3,520.00 32 L505 Solid Sod SY_ 1,170 $3.00 $3,510.00` $4.00 $4,68_0,00 33 505 Additional Watering____I�MG i 60 $42.00 I $2,520.001 $50.00 $3 000.00 34 607 j4" Pavement Marking (Paull) LF € 2,605 $0.40 $1,042.00 $0.45 - $1,172.25 35 1 5507 07 14" Pavement Mar ing (Thermoplastic LF 352 �$6 00 $2,112.00 $3.90 $1.972,80 36 rkin��Thermoplastic� LF 168 $21.00 $3,528.00i $15.50 $2.604.00 37 507 Pavement -Marking Removal SF 20 $2.40 550.p0. 38 509 Erosion Control LS 1 $8,200 00 _ $8,200.00i $30 000 00 �$30,000.00 39 510 ,Traffic Control and Maintenance LS 1 $12,000 00 $12 000 00 $40 000 00 $40,000.00 40 ' 511 Mobilization LS 1 $6 500 00 $6 500 00, $38 000 00 $38 000 00 41 512 Wood Privac Fence ._._ _r � LF 42 840 0 $20 00 _ - $0._ $19 00 42 512 ETemporaryFencing !� LF_ 335 $6.00 _ _ $2,010 00; $6 00 $2 010 00 �..w _ 513 °Cast in -Place Detectable Warning Panel SF 1 196 $24 00 _I� �$4,704 00 $25 00 ! _ $4 900.00 43 _. _ , 44 513 Handicap Access Ramer I SY 68 $53.00 $3,604 00.f $65.00 $4,420.00 �..._-.-..-�.� _ _..._. 45 517 Tree Protection Fencing LF 500 $7.70 $3,850.00 $6.50 $3,250.00; 46 SP 26 =Decorative Fence LF 360 $53:00 $19,080.00' $50.00-$18,000.00 _47 SP 26 Decorative Fence with Bollards LF 152 $.115.00 $17,480,00 $100.00 $16,416.00 L 48 , SP 26 Chain Link Fence (9) - - LF i90 $42.00 $7.980,00 $40.00 $7,600,00 �0 $P 27 f4H Thick Concrete Trail..... -SY �2,377 $35,00 $83,195,00 $50.00 $116,850,00 49 j SP 26 Chain Link Security Fence LF f41 _ $38.00 $5,358.00 $35.00 _ _ 0.00 51 SP 27 G Thick Concrete Trail SY 134 $53A0. - $7,102.00 565.00 _ $8,714.00 52 8" SP 27 Thick Concrete Syf 44 $80.00 $3,520,00 $75.00 $3,300.00 -- -- _ p - - - - g - Y_ 421 512.00 $5, - - .00 $45.00 _ $_ 18.945.00 55 SP 28 Thermo ast�c Pavement Markin Pattern S Y 53 SP 29 permanent Pavement Repair 5 _ 54 SP 30 Landsca in L.S # $10,506.00 $10,500.00 $25,a0D.00 $25,000.00 F 72a23.00 _ $]6.560.00 �21.40 $15,408.00 3 of 6 Garver Project 11047140 CITY OF FAYETTEVILLE FRISCO TRAIL EXTENSION BID TABULATION -13-34 BID OPENING: 6/25/2013; 10:00 AM SSI Fochtman ITEM SPEC. EST. UNIT UNIT NO. NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT PRICE AMOUNT 56 Actuated Controller TS2-Type.2, (8 701 _ Phases].. 1 EA 1 $17,500.00 $17,500.001 $16,500.00 �- $16,500.00 EA i 4 $1,100.00 57 SP 10 & Traffic Signal Head, LED, (3 Section, 1 $4,400.00i $1,000.00 $4,000.00 706- Wayl I ! _ 58 SP 99 & Countdown Pedestrian Signal Head, LED _ EA 2 $653.00 $1,306.001 $620.00 _ $1,240,00 707 f 59 708 Traffic Signal Cat Ie (5cJ14 A_W.G.� LF _ 560 ^ $2.00 _ $1,120.00; $1.90 _ $1,064.00' LF .f 126 $315.00 $2.50 $3_15.001 0 60 708 Traffic Signal Cable (12c/14 A._W_G.) $2.50 fit 709 Galvanized Steel Conduit (1.25"j LF l 15 $12.00 $180.00 i $11.00 $165.00 LF _ j 9 $7.00 $6_3.00 $7.00_ 62 710 Non Metallic Conduit (T_25'� $63.00 63 _ 710 Non -Metallic Conduit (1 1) _ 64 710 Non -Metallic Conduit (3'� .......... LF - -- 117 $24.00 - -- $2,608. 001 $22.00 $2,574.00 EA 4 $550.00 65 55 & Concrete Pull Box 711 (Type 2 HD) $2,200.00, $525.00 $2,100.00 _ 66 SS & Traffic Signal Mast Arm And Pole With 714 Foundation (32') EA 2 $12,600.00 $25,200.00 i�$11,825.00 $23,650.00 1 67 SS & iTraffic Signal Pedestal Pole With 715 !Foundati EA 3 $1,000.00 $3,000.00i $946.00 $2,838.00: 68 .. ._....__-....._.___ 726 - .__ _ g _ SF 45 $60,00 $2,700.00i $56,00 $2,520.00 69 ,[ `Electrical Conductors -In -Conduit (2c/6 SP i i �l 7 € A.W.G.) LF 27 $4.00 $108.00 $4.00 l $482.00 $1.10 $108i00 - $265.10 70 !Electrical Conductors -In -Conduit (1c/8 SP 7 LF i 241 $2.00 TSP $82.50I 71 7 iElectrical Conductors -In -Conduit (1c/12 LF 50 $2.00 $100.00 $1.65 A.W.G. EGG $333.90i _72 -SP 8 :Electrical Conductors for Luminaires LF EA 159 �, $3.00 $480.00 _ $477.00 $2.10 $480.00 � $451.00 73 SP 11 Luminaire Assembly $451.000 74 � SP 12 'Service Point Assembly 2 Circuit) SP 25 1 Light Fixture�TXp( A, Installed on Pole EA �1 s 1 $4,000.00 y $4,000.00,' $3,630.00 $28,000,00 $2,435.00 $3,630.00. 75 EA _ 7 $4,000.00 $17,045.00. l 76 _�� SP 25 ,Light Fixture, Type B, Installed j EA ( EA - 4 $4,400.00. $87,660.00 $1,400.00 $5,600.00i $1,100.00 $144,0W.00 $2,435.00 f 77 SP 25 ;Light Fixture,TYpe C, Installed on Pole 36 $4,000.00 78 S_ P 25 Electrical Handhole 11 x9" EA 43 $166.00 $7,138.00$154.00 y $6,622.00. 79 Non -Encased Schedule 40 PVC, 2" SP 25 LF 2,400 $9.00 $21,600.001 $11.25 $27,000.00€ Diameter Installed in Trench I LF 50 $7.00 $350.001 $6.00 $300,00 80 Non -Encased Schedule 80 PVC, 2" SP 25 _ Diameter Exposed _ _ 81 5P 25 Concrete -Encased Schedule 40 PVC, 2"LF 300 $23.00 $6,900.00 $23.00 $6,900.00 Diameter, Installed in Trench LF. 400 $22,00 $8,800.00 $21.00 $8, 0 82 SP 25 Galvanized Rigid Steel conduit, 2" Diameter, Exposed - - - - 83 Coated Galvanized Rigid Steel Conduit. SP 25 2" Diameter, Transltioning from Grade to. LF 25 $12.00 $300.00= $11.00 $275.00 Exposed_ W 84 SP 25 Directional Bore One-Wa 2" C $2,240.00 $1,400-00 LF LF 80 200 $30.00 $7.00 $2,400.00; $28;00 $1,400.00 $7.00 85 i SP 25 No. 3 AWG Capper Conductor 86 SP 25 No. 8 AWG Coppgr Conductor LF 1.D,1'325 $1.60 l $16,040.00 $1$1.50 $15.037.50 877 S Electrical Sernce Equipment Pedestals $5,000-00 EA 2 ' $5,200.00 $10,400.00 $2,500.00 �88 SP 4 Tunnel Construction 96 Lon LS 1 �� $126,000.00 $126,000.00, $140,200.00 _ 89 SP 31 ...9-- Modular Block Walls SF 4 �25 ,$47.00 $189,175 00' $50.00_ - _$14_0,200.00 $201,250-DO 90 SP 3 , Truss Bridge (7$' x 12'� LS 1 $140,000.00 $140,000.00' $200,472.00 $200,472.00 91 � SP 3 -may _.._ Truss Bridge (fig' x 121 $181,604.00 LS 1 ' $125,000.00 _-.00 $125,000.001 $181,604.00 LS _ T $130,000.00 92 SP 3 Truss 8rtdge $130,000 00 $188 897.00 $188 897.001 `93 SP 32 Native Brown Stone Rlprap CY 50 $134.00 $6,700.00 �$125.00 $6,250-00 94 SP32 ,FifterBianket SY i00 $14.00 _ - $1,400.00' $10.50 TOTALS $1, 591, 970.00 $1,861,073.80 GgFrVE4i 4of6 Garver Project 11047140 CITY OF FAYETTEVILLE FRISCO TRAIL EXTENSION BID TABULATION -13-34 BID OPENING: 6/25/2013; 10:00 AM Sweetser Mobley ITEM SPEC. EST. UNIT UNIT NO. NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT PRICE AMOUNT j--- 111' __.__...__�.. CansVuCtion-Control _ LS i 1 1 $20,000.00 $20,000.00 $20,773.79 $20,773.79j 2 ' 112 - 'Trench and Excavation Safety Systems LS_t� - 1 J $35,000.00 �_$35,000;00 $13,993.20 $13.,993.20' 3 ? 201- Cleating, Grubbing, and Demolition LS ! 1 $19,150.00 j $19,150.00 $28,449.46 ; $28,44 4 4 202 Undercut and_Backfill CY 50 $20.00 � $1,000.00� $63.67 $3,183.50 5 202 _ Unclassified Excavation CY i 4,528 i_$9.50 $43,016.00 _ $12.17 1 _ $55,105.76 6 202 Select Embankment _ CY 1,5�45 $12,50 { $19,312.50 j $27.73 $42,842.85 7 Embankment CY 1 305 $12.50��_ $3,812.501 $29.82 $9,095.10 8 _202 203 5-ubg-rode Preparation _S_Y 2,864 i $4.00 $11,456.00 $ 19 0 $26,062.40 $ 204 4" Topsoil Placement (Yard Areas. sj SY 4,848 $3.50 $16,968.00 _ $3.80 $18,422.40r 10 301 18" R. C. Pipe LF 70 1$0.00 - $3,360.00 $_901.56 11 301 - - 24" R. C. Pipe LF 140 $58.50 $8,190.001 $74.91 $10,487A0 12 361 12" PVC Pipe LF ' 4� 0 $48:00 $19,488.001 $21.29 . $8,64 743 743 13 301 18"R..C. Flared End Section EA 1 $1,100.00 $1,100.00 1 $832.10 $832.101 14 302 14' Drop Inlets (type MO) EA 1 1500000 1 $5 000 001 $4 095 00 1 $4 095 00 2 WV tion 16 _' W303 ;3'x 8'CPrecaBset Concrete Box Culvert LS $61 000 00 $61,000.00 $+�Be906 8. _$46,906.48 -- - -. _. - 303 ; Wingalls & Appurtenances LS ,� 1 - $12 500 00 $12,500.00 $14,602,42 $1 18 305 'Channel Excavation j CY � 185 $9 50 $1,757.50, $35.11 ;� $6,495.351 19 4fl1 4" Ag _"ata Base Course �j SY 2,679 $4.00 $10,716.00� $12.31 j $32,978.49 20 401 6" Aggregate Base Course _ SY 230 $6.00 i $1,380.00 $26.42 $6,076.60 91 4" Asphalt Concrete Hot Mix Binder (([ Course 22 ' 403 i2 Asphalt Concrete Hot Mix Surface SY �78 $13.00 f $1,014.00` $29.25 $2,281.50I 403 SY 78 $24,00 $1872.00 $52.65 $4,106.70 %Course (A Concrete TON 4 $150.00 $600.001 $239. 8 $959.52 23 405 ;Asphalt Concrete Patching for Maintenance of Traffic and Gutter LF 710 $10.00 ,799.101 25_ 502 4" Thick Ccncbrete Sidewalk J �^ SY .l _ 380 $38.00 _ $1$4,440.001 $34.76�' $103,208.80' -s 503 CC r ?e D 4 ay A; r^rs SY 320 $42.00 $13,440.001 $47.97 $15,350.40 j 27 503 `Concrete Driveway _ SY 201 $42.00 $8,442.00 $54.25 $10,904.25 28 503 Asphalt Driveway SY ' 43 $15.00 f $645.00 $58.50 ' $2,515.504 219, �503 Aggreregate Base Course Drivew. SY 431 $6.00 $2_586.00 ( �$27_95 j $12,04_6.451 30 503 Asphait/Concrete Driveway Removal SY 128 $7.50 $960.00 [ $26.25 1 $3,360.00' 31 5p5. Seeding and Mulching Acre 0.80 $2,200.00 $1,760.00 $5,265.p0 _ $4,212.00 32 505� Solid Sod - SY 1,170 $4.50 $5,265.00 $2:93 $3,428.10 33 505 Additional Watering, MG 60 $15.00 $4DO.6n $23.40 $1,404.00' - - - - - 34 507 4" Pavement Marking (Paint) LF 2,605 „ $1.32 $3 438.601 _$1.46� ,$3,803.30 35 507 4" Pavement Marking {Thermoplastic] ` LF 352 ` $2.20 $774.40i $2.34 $823.68 38 R507 24" Pavement Marking (Thermoplastic) LF 168 �$16.50 $2,772.00! $17.55 $2,948.40; 37 507 Pavement Marking Removat SF 20 $3.30 $66.001 $3 51 $70.20 38 509 Erosion Control _ LS _ _1 $i8,500.00 $18,500.00 $22,621.80 �$22,621.80= 39 51❑ Traffic Control and Maintenance _ LS 1 $75,000.00 $75,D00.00 $18,698.61 $18,598.61 - -- 40 - 511 Mobilization LS 1 $40,000.00 $40 000.00 $82,433.74 �$62,433.74: 41 512 'Wood Privacy Fence LF 42 $34.15 $1,434.30 $119.89 $835.38 42 1 512 Temporary Fenci _ LF 335 $6.82 $2284,701 $5.85 $1,959.75' 43 j 513 Cast -in -Place Detectable Warning Panel SF 18B $25.00 $4.900.001 $11.86 $2,324.56` 44 1 513 €Handicap Access Ramp _ ____.._..__..,. 5Y_ 68 $75.D0 $5,i00.00 $#22.41 $8,323.88i 45 ? 517 'Tree Protection Fencing_ LF 500 $5.00 $2,$6 - - _�...__....__..500.00'...�-__._ ...3.4_- $1,730.00 _ 46 i SP 26 Decorative Fence LF 360 $58.27 $20,977.20 $52.65 $18,954.00` , 47 5P 2G Decorative Fence with Bollards LF 152 $138 00 $20 976.00 $114,66 $17,428 32 48 SP 26 Cha n Link Fence [9 LF 190 $30 65 $5 823.50: $42.12 _ $8;002 80 _. _. - _ 49 SP 26 Chain Link Security Fence LF 141 - _ . _ $49.68 $7.004:88 $37:44 �$5,279.04. 50 SP 27 4"Thick Concrete Trail 2,377 $38.00 $90,326.9034.34 $81,6_26.18 5 SP 27 S" Thick Concrete Trail SY 134 i $42,00 $5�628.00 $61.32 J $8,216.88 92 SIP27 8" Thick Concrete SY 44 �.f. $48A0 $2,112.00116.13 55,109,72' _ 53 _5P 29 Permanent Pavement Repair SY 421 $88.00 $.37.04&00 W-50 $24,628.50 54 SP 30 Landscaping __� LS 1 $8,169.7p $S,ifi8.70 __$40,950.00__ $40,950.00 55 5P 28 Thermoplastic Pavement Marking Pattern SF 720 $22.00 $15.840.00 $23.40 ' _$16048..00 5 of 6 Garver Project 11047140 CITY OF FAYETTEVILLE FRISCO TRAIL EXTENSION BID TABULATION -13-34 BID OPENING: 6/25/2013; 10:00 AM Sweetser Mobley ITEM SPEC. EST. UNIT UNIT NO. _......._�_... NO. DESCRIPTION UNIT EA QUANTITY PRICE $15,750.00 AMOUNT PRICE $15,750.001 $17,550.00 AMOUNT 56 -----------_. 701 :Actuated Controller TS2-Type 2, (8 1 $17,550.001 Phases). ;SP 10 &'Traffic Signal Head, LED, (3 Section, 1 $3,822.001 $910.00 $3,640.00 57 EA 4 $955.50 706 Wa S7l 7& Countdown Pedestrian Signal ]lead, LED 708 TmMc Signal d --i7eAW EA 2 $588.00 58 $1,176.001 $560.00 $1,120.0 � $952.00f 59_ 50 $1,008.00 .$1.705 $277.20' _-- $264.60 $150.00 60 _afCe A.W.Ga 708 _al ab_2c/14 709 Galvanized Steel Conduit (1.25") 126 $2.20 61 LF 15 $10.50 _.--__ _$.2.10_ $157.501 $10.00 f2 710- Non^MetalficCondui 1.25") 710 Non -Metallic Conduit {1 j �9 LF $6.30 $56.70; _ $6.00 $409.67 j 05.50� $54.00 $390.50; LF 71 $5.77 _63- 64 7i0 Non Metallic Conduit (3` 117 -$21.00_ $2.340-00 LF $2,457.00. $20.00� 65 SS & Concrete Pull Box (Type 2 FAD) $1,900.00 EA 4 $498.75 $1,995.001 $475.00 711 66 S5 & jTraffic Signal Mast Arm And Pole With 714 Poundatifln @?J SS & Traffic Signal Pedestal Pole With EA 2 $11,287.50 $22,575.001 $10,750.00 $21500.00 - 67 715 Foundation _726 Standard Signs EA 3 $903.00 $2,709.00 $8` 60.00 $2,580.0 68 SF 45 $53.55 $2,409.751 $51.00 .$2,295.00 68 _ SP 7 Electrical Conductors -In -Conduit (2c�6 LF 27 $3.51 $94.77 i $3.35 $90.45 AWG.) (Electrical Concluctom.In-Conduit (1c/8 SP 7 ; f $253.05 $1.00 $241.00 70 I 11 LF 241 $1.05 A.W.G., EGC} �- - LF 50 $1.57 - --- $78.50� $1.50 71 SP 7 ;Electrical Conductors -in -Conduit (1c/12 $75.00 A.W.G., EGC1 _ -._ .. -_.-._-- .W G_ .. - - LF EA 159. 1 $1.99 72 � SP 8 ;Electrical Gonduotbrs for Luminaires - 11 `Luminaire Assemb $316.41 $1.90 - $430.50 $410.00 1--- $302.1❑ $41o.0 73S_P $430.50 74 I SP 12 ;Service Point Assembly (2 Circuiiq EA 1 $3,465.00 $3,465.00 $3,300.00 $3,300,00 _75_ 5P 25 . Light Fixture, Type A, Installed on Pole EA �7 $5,050.00 $35,350.00 $4,500.00 $31,500,00 76 i SP 25 Light Fixture, Type B, Installed EA $6,000.00! 4 $1,500.00 $6,000.00 $1,500-00 77 SP 25 : Light Fixture, Type C, Installed on Pole EA 36 $4,800.00 - $172,800,00'1. $5,300.00 $190,800.00 EA 43 $225.00 $9,675.001 $199.00_ $8,557.00 78 SP 25 ElectricaIHandhole.11"x9" 79 Non -Encased Schedule 40 PVC, SP 25 2° 2,4110 $12.00 $28,800,00 € $11.35 $2 00427 0 I Diameter installed in Trench - ,i l 80 Non -Encased Schedule 80 PVC, 2" SP 25 LF 50 $8.00 $400.00 $7.95 $397.50 Diameter, E�osed -- SP 25 Concrete -Encased Schedule 40 PVC, 2" --�„( $5,100.00 81 LF 300 $46.00 $13,800.001 $17.00 Diameter, Installed in Trench__ LF 400 $17,50 $7,000,00 $16.00 82 SP 25 1 Galvanized Rigid Steel conduit, 2" - $6,400.00 I 83 Diameter, Exposed Coated Galvanized Rigid'Sieel Conduit, SP 25 I2" Diameter, Transiboning from Grade to LF 25 $25.00 $625.00i $26.00 Expsed.P 25 Directional Bore One -Way 2' C P 25 No. 3 AWG Copper Conductor $5,280.00 $65.00 LF 80 $66.00 4g.77sll LF 200 $2;55 $510:00 ` $2.70 P 25 No.8 AWG Copper Conductor 25 [Electrical Service Equipment Pedesta#s SP 4 ;Tunnel Construction - 96, LorM 1 SP 31 €Modular Block Walls LF 10025 $1.60 $16040.00 $1.60 EA tt LS SF LS 2 1 ti 4,025 1 $6,600.00 $13,200.001 $7,371.00 88 :' $243,297.00 $45.00 $135,050.00 $243,297.00; $169,704.35 $181,125.001;_ $64.85 $135,050.00 $159,776. 22 89 1 90. SP 3 Truss Bridge12'] 91 SP 3 - Truss Bridge (69' x 12)` LS 1 $130,919.00 $130,919.001 $142,617.23 92 SP rusBr 3 Ts ide 7T x 1 - 001__ � 2�- LS 1 $138,550.00 $138,5_50:OOj $149,244.34 _ _gam. 93 8P 32�Native Brown Stone Rpm p - CY_ 50 $130.00 ��$6,500.001_ $105.30� - �94 _i SP 32 `Filter Blanket SY 100 $3.00 $300.00 $9.36 TOTALS $1,943,567.83 $650.00 $14,742.00 s1 BS,704.35 $261,021,25 $159,776.32 $142,617-.23 $936.00 $2, 066, 648.94 Corrected Price GAR►7ER Garver Project 11047140 Granite Re, Inc. Performance Bond CONTRACTOR: Boulder Construction, Inc. . TKIII1� City of Fayetteville, Arkansas CONTRACT: Date: Amount: Description: 7/17/13 $1,415,423.95 SURETY: Granite Re, Inc. 14001 Quailbrook Drive Oklahoma City, OK 73134 I I llll l l l l l! I! II I l! I!I I I! l l l l l l l I I I I I! l f l l ll!!I lIIII ! II II !l1II l l l l l I I II I I I I I I l!I Doc I0: 015291500007 Type: LIE Kind: PERFORMANCE BOND Recorded: 07/16/2013 at 08:56:43 An Fee Amt: $45.00 Pape 1 of 7 kashinpton County, AR Kyle 5vlvester Circuit Clerk FileB032-00000004 Frisco Trail Extension -Martin Luther King, Jr. Boulevard to Walker Park Bond#: GRAR25438 Date: 7/17/13 Amount : $1,415,423.95 Modifications to this Bond: W]No CONTRACTOR AS PRINCIPAL Boulder Construction, Inc. Signature:_ JeV7 Lj Name and Title: 2. ki GR0709-16 Yes, see last page SURETY Granite Re, Inc. /17 Signature:, 61,61 Name and itie: Bi y Eugene Bennett, Jr. Attorney -in -Fact The Contractor and the Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to the Owner for the performance of the Construction Contract, which is incorporated herein by reference. If the Contractor performs the Construction Contract, the Surety and the Contractor shall have no obligation under this Bond, except to participate in conference; as provided in Subparagraph 3.1. If there is no Owner Default, the Surety's obligation under this Bond shall arise after: 3.1 The Owner has notified the Contractor and the Surety at its address described in Paragraph 10 below that the Owner is considering declaring a Contractor Default and has requested and attempted to arrange a conference with the Contractor and the Surety to be held not later than fifteen days after receipt of such notice to discuss methods of performing the Construction Contract. If the Owner, the Contractor and the Surety agree, the Contractor shall be allowed a reasonable time to perform the Construction Contract, but such an agreement shall not waive the Owner's right, if any, subsequently to declare a Contractor Default; and 3.2 The Owner has declared a Contractor Default and formally terminated the Contractor's right to complete the contract. Such Contractor Default shall not be declared earlier than twenty days after the Contractor and the Surety have received notice as provided in Subparagraph 3.1; and 3.3 The Owner has agreed to pay the Balance of the Contract Price to the Surety in accordance with the terms of the Construction Contract or to a contractor selected to perform the Construction Contract in accordance with the terms of the contract with the Owner. 4. When the Owner has satisfied the conditions of Paragraph 3, the Surety shall promptly and at the Surety's expense take one of the following actions: 4.1 Arrange for the Contractor, with consent of the Owner, to perform and complete the Construction Contract; or 4.2 Undertake to perform and complete the Construction Contract itself, through its agents or through independent contractors; or 4.3 Obtain bids or negotiated proposals from qualified contractors acceptable to the Owner for a contract for performance and completion of the Construction Contract, arrange for a contract to be prepared for execution by the Owner and the contractor selected with the Owner's concurrence, to be secured with performance and payment bonds executed by a qualified surety equivalent to the bonds issued on the Construction Contract, and pay to the Owner the amount of damages as described in Paragraph 6 in excess of the Balance of the Contract Price incurred by the Owner resulting from the Contractor's default; or 4.4 Waive its right to perform and complete, arrange for completion, or obtain a new contractor and with reasonable promptness under the circumstances: .1 After investigation, determine the amount for which it may be liable to the Owner and, as soon as practicable after the amount is determined, tender payment therefor to the Owner; or .2 Deny liability in whole or in part and notify the Owner citing reasons therefor. If the Surety does not proceed as provided in Paragraph 4 with reasonable promptness, the Surety shall be deemed to be in default on this Bond fifteen days after receipt of an additional written notice from the Owner to the Surety, demanding that the Surety perform its obligations under this Bond, and the Owner shall be entitled to enforce any remedy available to the Owner. If the Surety proceeds as provided in Subparagraph 4.4, and the Owner releases the payment tendered or the Surety has denied liability, in whole or in part, without further notice the Owner shall be entitled to enforce any remedy available to the Owner. 6. After the Owner has terminated the Contractor's right to complete the Construction Contract, and if the Surety elects to act under Subparagraph 4.1, 4.2, or 4.3 above, then the responsibilities of the Surety to the Owner shall not be greater than those of the Contractor under the Construction Contract, and the responsibilities of the Owner to the Surety shall not be greater than those of The Owner under the Construction Contract. To the limit of the amount of this Bond, but subject to commitment by the Owner of the Balance of the Contract Price to mitigation of costs and damages on the Construction Contract, the Surety is obligated without duplication for: 6.1 The responsibilities of the Contractor for correction of defective work and completion of the Construction Contract; 6.2 Additional legal, design professional and delay costs resulting from the Contractor's Default, and resulting from the actions or failure to act of the Surety under Paragraph 4; and 6.3 Liquidated damages, or if no liquidated damages are specified in the Construction Contract, actual damages caused by delayed performance or non-performance of the Contractor. 7. The Surety shall not be liable to the Owner or others for obligations of the Contractor that are unrelated to the Construction Contract, and the Balance of the Contract Price shall not be reduced or set off on account of any such unrelated obligations. No right of action shall accrue on this Bond to any person or entity other than the Owner or its heirs, executors, administrators or successors. The Surety's total obligation shall not exceed the amount of this Bond, and the amount of this Bond shall be credited for any payments made in good faith by the Surety. 8. The Surety hereby waives notice of any change, including changes of time, to the Construction Contract or to related subcontracts, purchase orders and other obligations. G R0709-16 9. Any proceeding, legal or equitable, under this Bond may be instituted in any court of competent jurisdiction in the location in which the work or part of the work is located and shall be instituted within one year after Contractor Default or within one year after the Contractor ceased working or within one year after the Surety refuses or fails to perform its obligations under this Bond, whichever occurs first. If the provisions of this Paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. 10. Notice to the Surety, the Owner or the Contractor shall be mailed or delivered to the address shown on the signature page. 11. When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. The intent is that this Bond shall be construed as a statutory bond and not as a common law bond. 12. DEFINITIONS 12.1 Balance of the Contract Price: The total amount payable by the Owner to the Contractor under the Construction Contract after all proper adjustments have been made, including allowance to the Contractor of any amounts received or to be received by the Owner in settlement of insurance or other claims for damages to which the Contractor is entitled, reduced by all valid and proper payments made to or on behalf of the Contractor under the Construction Contract. 12.2 Construction Contract: The agreement between the Owner and the Contractor identified on the signature page, including all Contract Documents and changes thereto. 12.3 Contractor Default: Failure of the Contractor, which has neither been remedied nor waived, to perform or otherwise to comply with the terms of the Construction Contract. 12.4 Owner Default: Failure of the Owner, which has neither been remedied nor waived, to pay the Contractor as required by the Construction Contract or to perform and complete or comply with the other terms thereof. 13. Principal: The individual or entity named and listed under the section of this bond titled Contractor. The entity or individual named as Contractor is not assignable. MODIFICATIONS TO THIS BOND ARE AS FOLLOWS: (Space is provided below for additional signatures of added parties, other than those appearing on the cover page.) CONTRACTOR AS PRINCIPAL SURETY Company: Company: Signature: Name and Title: GR0709-16 Signature; Name and Title: Granite Re, Inc. Payment Bond CONTRACTOR: Boulder Construction, Inc. OWNER: City of Fayetteville, Arkansas CONSTRUCTION CONTRACT: Date: 7/17/13 Amount: $15415,423.95 Description: SURETY: Granite Re, Inc. 14001 Quailbrook Drive Oklahoma City, OK 73134 Frisco Trail Extension -Martin Luther King, Jr. Boulevard to Walker Park BOND: GRAR25438 Bond#: Date: 7/17/13 Amount: $1,415,423.95 Modifications to this Bond: No CONTRACTOR AS PRINCIPAL Boulder Construction, Inc. Signature: 11P. Name and Title: 2. GR0709-15 ❑Yes, see last page SURETY Granite Re, Inc. 1 Signature: Name and itle: Bil Eugene Bennett, Jr. Attorney -in -Fact The Contractor and the Surety, jointly and severally, bind themselves, their heirs, executors, administrators, Successors and assigns to the Owner to pay for labor, materials and equipment furnished for use in the performance of the Construction Contract, which is incorporated herein by reference, With respect to the Owner, this obligation shall be null and void if the Contractor: 2.1 Promptly makes payment, directly or indirectly, for all sums due Claimants, and 2.2 Defends, indemnifies and holds harmless the Owner from all claims, demands, liens or suits by any person or entity whose labor, materials or equipment were furnished for use in the performance of the Construction Contract, provided the Owner has promptly notified the Contractor and the Surety (at the address described in Paragraph 12) of any claims, demands, liens or suits and tendered defense of such claims, demands, liens or suits to the Contractor and the Surety, and provided there is no Owner Default. 3. With respect to Claimants, this obligation shall be null and void if the Contractor promptly makes payment, directly or indirectly, for all sums due. 4. The Surety shall have no obligation to Claimants under this Bond until: 4.1 Claimants who are employed by or have a direct contract with the Contractor have given notice to the Surety (at the address described in Paragraph 12) and sent a copy, or notice thereof, to the Owner, stating that a claim is being made under this Bond and, with substantial accuracy, the amount of the claim. 4.2 Claimants who do not have a direct contract with the Contractor: .1 Have furnished written notice to the Contractor and sent a copy, or notice thereof, to the Owner, within 90 days after having last performed labor or last furnished materials or equipment included in the claim stating, with substantial accuracy, the amount of the claim and the name of the party to whom the materials were furnished or supplied or for whom the labor was done or performed; and .2 Have either received a rejection in whole or in part from the Contractor, or not received within 30 days of furnishing the above notice any communication from the Contractor by which the Contractor has indicated the claim will be paid directly or indirectly; and .3 Not having been paid within the above 30 days, have sent a written notice to the Surety (at the address described in Paragraph 12) and sent a copy, or notice thereof, to the Owner, stating that a claim is being made under this Bond and enclosing a copy of the previous written notice furnished to the Contractor. Within a reasonable period of time after the claimant has satisfied the conditions of Paragraph 4 and after the Surety has reviewed all supporting documentation it requested to substantiate the amount of the claim, the Surety shall pay or arrange for payment of any undisputed and earned amounts. These amounts shall only be paid if previously certified by the Architect or Engineer and paid to Contractor by Owner. Failure of the Surety to satisfy the above requirements shall not be deemed a forfeiture or waiver of the Surety's or the Contractor's defenses under this Bond or their right to dispute such claim. However, in such event the Claimant may bring suit against the Surety as provided under this Bond. 6. The Surety's total obligation shall not exceed the amount of this Bond, and the amount of this Bond shall be credited for any payments made in good faith by the Surety. 7. Amounts owed by the Owner to the Contractor under the Construction Contract shall be used for the performance of the Construction Contract and to satisfy claims, if any, under any Construction Performance Bond. By the Contractor furnishing and the Owner accepting this Bond, they agree that all funds earned by the Contractor in the performance of the Construction Contract are dedicated to satisfy obligations of the Contractor and the Surety under this Bond, subject to the Owner's priority to use the funds for the completion of the work. 8. The Surety shall not be liable to the Owner, Claimants or others for obligations of the Contractor that are unrelated to the Construction Contract. The Owner shall not be liable for payment of any costs or expenses of any Claimant under this Bond, and shall have under this Bond no obligations to make payments to, give notices on behalf of, or otherwise have obligations to Claimants under this Bond. 9. The Surety hereby waives notice of any change, including changes of time, to the Construction Contract or to related subcontracts, purchase orders and other obligations. 10. No suit or action shall be commenced by a Claimant under this Bond other than in a court of competent jurisdiction in the location in which the work or part of the work is located or after the expiration of one year from the date (1) on which the Claimant gave the notice required by Subparagraph 4.1 or Clause 4.2.3, or (2) on which the last labor or service was performed by Claimant or the last materials or equipment were furnished by Claimant under the Construction Contract, whichever of (1) or (2) first occurs. If the provisions of this Paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. GR0709-15 11. Notice to the Surety, the Owner or the Contractor shall be mailed or delivered to the address shown on the signature page. Actual receipt of notice by Surety, the Owner or the Contractor, however accomplished, shall be sufficient compliance as of the date received at the address shown on the signature page. 12. When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. The intent is that this Bond shall be construed as a statutory bond and not as a common law bond. 13. Upon request by any person or entity appearing to be a potential beneficiary of this Bond, the Contractor shall promptly furnish a copy of this Bond or shall permit a copy to be made. 14. DEFINITIONS 14.1 Claimant: An individual or entity having a direct contract with the Contractor or with a subcontractor of the Contractor to furnish labor, materials or equipment for use in the performance of the Contract. The intent of this Bond shall be to include without limitation in the terms "labor, materials or equipment" that part of water, gas, power, light, heat, oil, gasoline, telephone, service or rental equipment used in the Construction Contract. 14.2 Construction Contract: The agreement between the Owner and the Contractor identified on the signature page, including all Contract Documents and changes thereto. 14.3 Owner Default: Failure of the Owner, which has neither been remedied nor waived, to pay the Contractor as required by the Construction Contract or to perform and complete or comply with the other terms thereof. 15. Principal: The individual or entity named and listed under the section of the bond titled "Contractor". This individual or entity is not assignable. MODIFICATIONS TO THIS BOND ARE AS FOLLOWS: (Space is provided below for additional signatures of added parties, other than those appearing on the cover page.) CONTRACTOR AS PRINCIPAL SURETY Company: Company: Signature: Name and Title: GR0709-15 Signature: Name and Title: GRANITE RE, INC. GENERAL POWER OF ATTORNEY Know all Men by these Presents: That GRANITE RE, INC., a corporation organized and existing under the laws of the State of OKLAHOMA and having its principal office at the City of OKLAHOMA CITY in the State of OKLAHOMA does hereby constitute and appoint: PAT A. GIRARD; BILLY EUGENE BENNETT JR.; ADRIAN W. LUTTRELL; DANNY LEE SCHNEIDER; MICHAEL ADRIAN LUTTRELL; JACQUE L. LINDSEY its true and lawful Attorney-in-Fact(s) for the following purposes, to wit: To sign its name as surety to, and to execute, seal and acknowledge any and all bonds, and to respectively do and perform any and all acts and things set forth in the resolution of the Board of Directors of the said GRANITE RE, INC. a certified copy of which is hereto annexed and made a part of this Power of Attorney; and the said GRANITE RE, INC. through us, its Board of Directors, hereby ratifies and confirms all and whatsoever the said: PAT A. GIRARD; BILLY EUGENE BENNETT JR.; ADRIAN W. LUTTRELL; DANNY LEE SCHNEIDER; MICHAEL ADRIAN LUTTRELL; JACQUE L. LINDSEY may lawfully do in the premises by virtue of these presents. In Witness Whereof, the said GRANITE RE, INC. has caused this instrument to be sealed with its corporate seal, duly attested by the signatures of its President and Secretary/Treasurer, this 191h day of July, 2012. o� FX,� Kenneth D. Wh4tingron, President STATE OF OKLAHOMA ] s ' } SS: NZ .w.. COUNTY OF OKLAHOMA ) Kyle . McDonald, Treasurer On this 19`h day of July, 2012, before me personally came Kenneth D. Whittington, President of the GRANITE RE, INC. Company and Kyle P. McDonald, Secretary/Treasurer of said Company, with both of whom I am personally acquainted, who being by me severally duly sworn, said, that they, the said Kenneth D. Whittington and Kyle P. McDonald were respectively the President and the Secretary/Treasurer of GRANITE RE, INC., the corporation described in and which executed the foregoing Power of Attorney; that they each knew the seal of said corporation; that the seal affixed to said Power of Attorney was such corporate seal, that it was so fixed by order of the Board of Directors of said corporation, and that they signed their name thereto by like order as President and Secretary/Treasurer, respectively, of the Company. qo kt My Commission Expires: August 8, 2013 � Commission #: 01013257 A�'C� d,&") NoI4 Pubtic GRANITE RE, INC. Certificate THE UNDERSIGNED, being the duly elected and acting Secretary/Treasurer of Granite Re, Inc., an Oklahoma Corporation, HEREBY CERTIFIES that the following resolution is a true and correct excerpt from the July 15, 1987, minutes of the meeting of the Board of Directors of Granite Re, Inc. and that said Power of Attorney has not been revoked and is now in full force and effect. "RESOLVED, that the President, any Vice President, the Secretary, and any Assistant Vice President shall each have authority to appoint individuals as attorneys -in -fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the Company in the course of its business. On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the Company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." IN WITNESS WHEREOF, the undersigned has subscribed this Certificate and affixed the corporate seal of the Corporation this 1 7th day of ,T1113r 2011 . 1vtRe: w UURA Kyl�McDonald, Secretary/Treasurer GR0800-1 OP ID: TS DATE(MM/DDIYYYY) CERTIFICATE OF LIABILITY INSURANCE 07/12/13 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Walker Bros. Insurance, Inc. P.O. Box 7570 Springdale, AR 72766-7570 Gene Bennett INSURED Boulder Construction, Inc. Ron Troutman 1423 Cato Springs Road Fayetteville, AR 72701 479-306-46771 NAME 479-306-5110 PHONE PRODUCER BOUCO-1 CUSTOM.4RID9: INSURERL) AFFORDING COVERAGE INSURER A: Cincinnati Insurance Co. IUSURER B- INSURER C INSURER D : INSURER F: FAX (A/C. No): CCIVFRAC:FA CFRTIFICATF NIIMRFP- RFVI.RIhN NIIMRFR- 10677 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR 'TYPE OF INSURANCE A� $� POLICY NUMBER POLICY EFF MMIDDIYYYY POLICY EXP MMIDD/YYYY LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,00 A X COMMERCIAL GENERAL LIABILITY __ CLAIMS -MADE FxI OCCUR X CPP0828815 03/07/13 03/07/14 TD��E PREMISES Ea occurrence $ 100,00. MED EXP (Any one person) $ 5,000 PERSONAL & ADV INJURY $ 1,000,00 _ GENERALAGGREGATE $ 2,000,009 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 2,000,00 POLICY X PRO- LOG $ AUTOMOBILE LIABILITY ANY AUTO C PA0828815 03/07/13 03/07/14 COMBINED SINGLE LIMIT (EaA accident) $ 1,000,00 X BODILY BODILY INJURY (Per person) $ ALL OWNED AUTOS BODILY INJURY (Per accident) $ SCHEDULED AUTOS HIRED AUTOS PROPERTY DAMAGE (Per accident) $ $ NON -OWNED AUTOS UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 4,000,00 AGGREGATE $ 4,000,00 A EXCESS LIAB CLAIMS -MADE i�PP0828815 03/07/13 03/07/14 DEDUCTIBLE $ X $ RETENTION $ NC2108575 A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE Y/ N OFFICERIMEMBER EXCLUDED? ❑ (Mandatory in NH) N / A 03/07/13 03/07/14 X WCSTATU- OTH EL EACH ACCIDENT $ 1,000,00 EL DISEASE- EA EMPLOYE $ 1,000,00 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT J $ 1,000,00 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space Is required) Certificate Holder is named as Additional Insured as respects General Liability per written contract. I Frisco Trail Project CERTIFICATE HOLDER Garver 2049 E. Joyce Blvd, Ste. 400 Fayetteville, AR 72703 ACORD 25 (2009/09) GARVERU CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE fdk (L. ©1988-2009 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD OP ID: TS CERTIFICATE OF LIABILITY INSURANCE 1 DA707/12/13 1 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). CTACT PRODUCER 479-306-4677 NAAMNE: 'Walker Bros. Insurance, Inc. FNptJ - FAX P.O. Box 7570 479-306-5110 _WC Np, Extl: �_[JUC, ►rc}:_. Springdale, AR 72766-7570 £-MAIL ADDRESS: Gene Bennett PRODUCER gOUCO-1 CU$T.OMERID0 INSURERS AFFORDING COVERAGE _ NAIC # INSURED Boulder Construction, Inc. INSURER A: Cincinnati Insurance Co. 10677 Ron Troutman 1423 Cato Springs Road Fayetteville, AR 72701 INSURERB: INSURER C INSURER D: _ INSURER E: INSURERF: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. 7NSR TYPE OF INSURANCE C POLICY NUMBER MM/DDmYY MWF MIDDIYYYY LIMITS LTR GENERAL LIABILITY EACH OCCURRENCE $ 1,000,00 A X COMMERCIAL GENERAL LIABILITY X CPP0828815 03/07/13 03/07/14 poccurrence,_ $ 100,00 CLAIMS -MADE X OCCUR MED EXP (Any one person) $ 5,00 PERSONAL& ADV INJURY $ 1,000,00 fi GENERAL AGGREGATE $ 2,000,00 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 2,000,00 $ POLICY F X1 PRO-LOC CPA0828815 A AUTOMOBILE X LIABILITY ANY AUTO 03/07/13 03/07/14 COMBINED SINGLE LIMIT accident) $ 1,000,00 BODILY INJURY BODILY (Per person) $ ALL OWNED AUTOS BODILY INJURY (Per accident) $ SCHEDULED AUTOS HIRED AUTOS PROPERTY DAMAGE (Per accident) $ $ NON -OWNED AUTOS $ UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 4,000,00 AGGREGATE $ 4,000,00 A EXCESS LIAR CLAIMS -MADE CPP0828815 03/07/13 03/07/14 DEDUCTIBLE $ X RETENTION $ INC2108575 A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y/N ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) N / A 03/07/13 03/07/14 WC STATU- OTH- X fZii�ti9iS' E.L. EACH ACCIDENT $ 1,000,00 $ 1,000,0C E.L. DISEASE - EA EMPLOYE E.L. DISEASE - POLICY LIMIT $ 1,000,00 If yes, describe under DESCRIPTION OF OPERATIONS below DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) Certificate Holder is named as Additional Insured as respects General Liability per written contract. Frisco Trail Project CERTIFICATE HOLDER CANCELLATION CITYFA1 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Fayetteville Att: Linda AUTHORIZED REPRESENTATIVE 113 W. Mountain St. ,Fayetteville, AR 72701 _ ©1988-2009 ACORD CORPORATION. All rights reserved. ACORD 25 (2009/09) The ACORD name and logo are registered marks of ACORD Matt Mihalevich Submitted By • �w)_�u City of Fayetteville Item Review Form 2013-0217 Legistar File Number N/A City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Action Required: Development Services Department Staff requests approval of Change Order #1 with Boulder Construction Inc. to reduce the original contract amount of $1,415,423.95 by $5,266.68 for the deduction of thermoplastic pavement marking pattern and addition of several items necessary for the construction of the Frisco Trail Southern Extension. The contract with Boulder Construction was approved by Resolution #163-13. Does this item have a cost? = -$5,266.68 $1,644,000.00 Frisco Trail (South to Walker Park) Cost of this request 4470.9470.5814.05 Account Number 02016/1201 category or Project Budget $877,739.46 Funds Used to Date Program or Project Name Trail Development Program or Project Category Sales Tax Cap Imp Project Number Remaining Balance Fund Name $771,527.22 Budgeted Item? YBS Budget Adjustment Attached? NO V20130812 Jesus Ordinance or Resolution # 163-13 Original Contract Number: 2290 Comments: THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENT CORRESPONDENCE CITY COUNCIL AGENDA MEMO To: Mayor Thru: Don Marr, Chief of Staff Jeremy Pate, Development Services Director Chris Brown, City Engineer From: Matt Mihalevich, Trails Coordinator Date: December I Ith, 2013 Subject: Frisco Trail Southern Extension — Change Order #1 Staff requests approval of Change Order 41 with Boulder Construction Inc. to reduce the original contract amount of $1,415,423.95 by $5,266.68 for the deduction of thermoplastic pavement marking pattern and addition of several items necessary for the construction of the Frisco Trail Southern Extension. The contract with Boulder Construction was approved by Resolution #163-13. PROPOSAL: Several unexpected items were encountered during construction of the Frisco Trail Southern Extension as listed in the detailed change order attached. Many of these items are necessary to insure the safety and longevity of the new trail and Boulder Construction Inc. has worked with the City to provide items and their associated costs. To offset these cost increases the thermoplastic pavement marking pattern for the South School crossing is deducted from the contract as part of this change order. This crosswalk pavement marking will instead be installed by the City traffic crews for half of the contract cost. The Frisco Trail Extension is part of the 36-mile Razorback Regional Greenway and will provide pedestrian and bicycle connectivity to the numerous residents and businesses around Walker Park, as well as the Tsa La Gi (Cherokee) trail currently under construction along the old rail line south of MLK Jr. Blvd. The trail includs a Cannel under MLK, installation of 3 new bridges at stream crossings, and installation of a pedestrian hybrid beacon signal at the proposed crossing of School Avenue (Hwy 71B) as shown on the attached site plan. Substantial completion for the project is March 14'h, 2014. BUDGETIMPACT: Change Order #1 will decrease the original contract amount of $1,415,423.95 by $5,266.68 for an amended final contract price of $1,410.157.27. Funding in the amount of $1,248,000 has been provided though the Northwest Arkansas Regional Planning Commission as part of the Razorback Regional Greenway. The remaining funds have been budgeted through the Trail Development Capital Improvement Program. 0 —.o \ Prairie St ` �,i 7.6 Mlle t r P Trail y i I % (�limit ~ �y r N i i Vv , MLK Jr. Blvd. (Hwy 180) a j Proposed Tunnel — Under MLK Jr. Blvd e Proposed o � m New Sidewalk Connection Proposed Trail Bride I3 Pu ' �ture Tsa La Gi Trail I , �0 9.c... a O _ 0 7th St _ U-- .... U Pro osed Proposed _ Pedestnan Trail Bride � ul'rlTLpt- � Hybrid - 6 I `��' � � �I � II �• / Be� acon 0f rosswa Gr _ FBrid ove A t Proposed s s. � I 9e � 812 Students v� Opened 2012 = _ 9th8t. I r r 1 ait'-`'._G+B•. \\ Walker a' Park +. a i 75 Acre o Town C �+-. .+#s Branca Trail% Frisco Trail aye evl le MLK Jr. South to Walker Park OVERALL TRAIL STCE PLAN MARCH 2O13 0 100 200 aye ev .le Construction Contract Change Order Project: Fayetteville Frisco Multi -Use Trail Change Order No. 1 Garver Job No. 11047140 Date Prepared: December 10, 2013 Owner: Contractor: City of Fayetteville contmctorname Boulder Construction 113 W Mountain St. contractor address 1 1423 West Cato Springs Road Fayetteville, AR, 72701 city, state, zip Fayetteville, AR 72701 Description of Work Included in Contract Generally, the scope of services includes surveying, design, and preparation of property acquisition documents and partial bidding services to the City of Fayetteville Frisco Trail. Improvements will consist primarily of the extension of Frisco Trail from Martin Luther Kirg, Jr. Boulevard to the existing trail located in Walker Park including 0.5 miles of a 12-ft wide trail with partial lighting, a tunnel, a new bridge, and the restoration or replacement of an existing railroad truss bridge. Changes and Reasons Ordered (List Individual Changes as: A, B, C. D, etc.) A. Remove Gemmel Bid Rem No. 55 (SP 28 Thermoplastic pavement Marking Pattern) B. Mow Strip along proposed decorative fence, client directed. C. Drainage Grate along the face of drainage pipe for tunnel and ramps, client directed. D. 4-inch Electrical Conduit across Mann Luther King Jr. Blvd. E. Brown river gravel with landscape fabric in place of solid sod, property owner request. F. Existing Trail Rehabilitation outside of protect construction area, not part of original contract. Attachments: Bid Bid Ongnal Unit Contract Revised Revised Original Revised ConbacY ttem Rem Estimated of Unit Estimated Unit Estimated Estimated Changes No. Description Quantity Measure Price Quantity Price Cost Coat A. CO1.01 Thermoplastic Pavement Marldnc 720 BY $2327 0 $0.00 $16,754.40 $0.00 Pattern B. C01.02 Concrete Mow Strip 0 LF $0.00 597 $9.43 $0.00 55,629.71 C. C01.03 13 3/4' % 13 3/4' Drainage Grate 0 EA $0.00 4 $664.41 $0.00 $2 657.64 D. C01.04 4-inch Conduit 0 EA $0.00 96 $10.82 $0.00 $1,038.42 E. C01.05 44nch Brown River Gravel with 0 CY $0.00 5 $151.51 $0.00 $757.54 Landscape Fabric F. C01.06 Additional Construction Control 0 IS $0.00 1 $435.41 $0.00 $435.47 F. C01.07 Additional Erosion Control 0 LS §0.00 1 $969.00 $0.00 $969.00 Summation of Costj $16,754.40 $11,487.72 Net Coat for this Change Order ($5,266.68) Estimated Project Cost Time Change Estimated Pro ea Cost Original Contract Start Date Original Contract Time (calendar days) July 17, 2013 240 Original Ccmd ct Amount $1,415,423.96 Previously Approved Changes $0.00 Additional Calendar Days granted by this Change Order 0 This Change Order ($5,266.68) New Contract Time (calendar days) 240 New ContractAmount $1,410,157.27 New Construction Completion Date March 14, 2014 THIS AGREEMENT IS SUBJECT TO ALL ORIGINAL CONTRACT PROVISIONS AND PREVIOUS CHANGE ORDERS ISSUED FOR REASON$ INDICATED ABOVE Engineer: Garver �- CC fY �2�4t'��3 En sneer Si nature 7Ne Date ACCEPTED BY CONTRACTOR ontrectof atu N� Date APPROVED BY OWNER / wn s Si natu Title D 3 " u Boulder Construction Gencrul (.()Iltrllcrors Proposed Change Order for 228 LF of Additional 12' Wide Trail DESCRIPTION CITY UNIT UNIT PRICE PRICE Construction Control 1 LS $ 453.41 $ 453.41 Unclassified Excavation 92 CY $ 7.56 $ 695.52 Subgrade Prep 330 SY $ 2-30 $ 759.00 Embankment 64 CY $ 12.29 $ 786.56 Select Embankment 235 CY $ 12.29 $ 2,888.15 4"Top Soil Placement 315 SY $ 2.49 $ 784.35 4" Agg Base Course 304 SY $ 5.34 $ 1,623.36 Erosion Control 1 LS $ 969.00 $ 969.00 Cast In Place Detectable Warning System 24 SF $ 20.81 $ 499.44 Handicap Access Ramp 15 SF $ 20.81 $ 312.15 4" Thick Concrete Trail 304 SY $ 23.96 $ 7,283.84 Seeding & Mulching 0.07 JAC 1 $ 3,577.44 1 $ 250.42 END TOTAL $ 17,305.20 All Items priced per original contract unit prices. Proposed Change Order for Mow Strip & Grate DESCRIPTION CITY UNIT UNIT PRICE PRICE Mow Strip 597 ILF 1 $ 9.43 1 $ 5,629.71 Grate 1 ILS 1 $ 664.411 $ 664.41 END TOTAL $ 6,294.12 • 0 Cobb, Dylan, J. From: Sent: To: Cc: Subject: Follow Up Flag: Flag Status: Nathan. Nate Piston <nate@boulderconst.com> Tuesday, July :0, 2013 2:37 PM Becknell, Nathan L.; Matt Mihalevich Jason@boulderconst.com RE: MLK Jr. Blvd. Crossing Follow up Flagged The cost associated with running the 4" sleeve across the top of the tunnel at MLK Jr. Blvd is: $1038.42 Let me know what you would like to do. We would be installing this tomorrow so would like to know today if possible. Thanks. Nate From: Matt Mihalevich[mailto:mmihalevichCalci.fayetteville.ar.usl Sent: Monday, July 29, 2013 12:55 PM To: nateColboulderconst.com; NLBecknell(cbGarverUSA.com Cc: Jasontaaboulderconst.com Subject: Re: MLK Jr. Blvd. Crossing Hey Nathan, Can you respond to Nate on this, It sounds like i- might be a good idea to have this in conduit, but if it results in a big cost increase we might not want to do it. Thanks, Matt >>> Nate Piston <nateaboulderconst.com> 7/23/2013 8:54 AM >>> Nathan. On the plans, it shows a 2" galvanized conduit alongside the tunnel at MLK Jr. Blvd. It also shows one that we will bore under the road to which it will be cased for easy replacement in the future etc. The 2" galvanized conduit which will not be bored does not have a casing. Do you want to case it for future ease in replacement? It being under such a major highway may prove a difficult and expensive matter in the future. Let me know your thoughts. `J Cobb, Dylan, J. From: Jason Baxter <jason@winslowstoneworks.com> Sent: Monday, December 09, 2013 9:41 AM To: Cobb, Dylan, J. Subject: Final on River Gravel Attachments: Second Nature Inv.pdf Dylan, Attached is Second Nature's Invoice. We had machine time of 30 mins and 1 man hour. .5HR=56.25 MH with Burden = 29.48 Second Nature = 573.00 OH&P 15%=98.81 TTL = 757.54 Let me know if there is anything else you need. Jason Baxter Boulder Construction 479.521.8881 479.445.3383 rvcv co W 1UI4Ja oecona Naiure Lanascaping 4ryy0U4/41 p,o -* 1 i Second Nature Property Management, LLC 1481 West Van Asche Fayetteville, AR 72704 Bill To Boulder Construction 1423 W. Cato Springs Road Fayetteville, AR 72701 Invoice Date Invoice/ ll,25M13 74 i P.O. No. Terms Project 9th Street & College Ouanfity Descrl .ption Rate Amewrrt 6.64 Landscape Installation - 6.64 Tons River itock Installation 75.00 498.00 Delivery Charge I 75.00 75.00 Saks Tax i 9.25% 0.00 1 I i Total s573.00 Matt Mihalevich Submitted By 1)tdk C00SAYUO -l. o , City of Fayetteville Item Review Form 2013-0247 Legistar File Number N/A City Council Meeting Date - Agenda Item Only NIA for Non -Agenda Item Action Required: Development Services Department Staff requests approval of Change Order 2 and 3 with Boulder Construction Inc. increasing the original contract amount of $1,415,423.95 to $1,449,819.97 for the addition of electrical equipment and reconciliation of all contract items to close out the project. The contract with Boulder Construction was approved by Resolution #163-13 and includes sufficient contingency budgeted to incorporate this final cost overage. Does this item have a cost? yo5 $39,662.70 $1,693,383.52 Cost of this request 4470.9470.5814.05 Account Number 02016 / 1201 Project Number Category or Project Budget $1,624,981.19 Funds Used to Date $28,739.63 Remaining Balance Frisco Trail (South to Walker Park) Program or Project Name Trail Development Program or Project Category Sales Tax Cap Imp Fund Name Budgeted Item? Yes Budget Adjustment Attached? N o V20130812 Previous Ordinance or Resolution # 163-13 Original Contract Number: 2290 Comments: CITY OF • Fay le ARKANSAS TO: Lioneld Jordan, Mayor THRU: Don Marr, Chief of Staff Jeremy Pate, Development Services Director Chris Brown, City Engineer FROM: Matt Mihalevich, Trails Coordinator DATE: June 2"d, 2014 SUBJECT: Frisco Trail Southern Extension — Change Order 2 and 3 STAFF MEMO RECOMMENDATION: Staff requests approval of Change Order 2 and 3 with Boulder Construction Inc. increasing the original contract amount of $1,415,423.95 to $1,449,819.97 for the addition of electrical equipment and reconciliation of all contract items to close out the project. The contract with Boulder Construction was approved by Resolution #163-13 and includes sufficient contingency budgeted to incorporate this final cost overage. BACKGROUND: The Frisco Trail Southern Extension to Walker Park was completed on April 12th, 2014 by Boulder Construction Inc. To close out the contract all construction items have been measured and calculated and are shown on the attached reconciliation change order 3. In addition, two new items were necessary to complete the lighting electrical system as shown in change order 2. The Frisco Trail Extension is part of the 36-mile Razorback Regional Greenway and provides pedestrian and bicycle connectivity to the numerous residents and businesses around Walker Park, as well as the Tsa La Gi (Cherokee) trail along the old rail line south of MLK Jr. Blvd. The trail includs a tunnel under MLK, 3 new bridges at stream crossings, and a pedestrian hybrid beacon signal at the crossing of School Avenue (Hwy 71 B) as shown on the attached site plan. BUDGET/STAFF IMPACT: Change Order #1 decreased the original contract amount of $1,415,423.95 by $5,266.68. Change Order #2 will increase the by $1,220.26. Change Order #3 will increase the contract amount by $38,422.44 for an amended final contract price of $1,449,819.97. A project contingency of $70,771.20 included in Resolution No. 163-13 will cover the total change order addition of $34,396.02. Funding in the amount of $1,248,000 has been provided though the Northwest Arkansas Regional Planning Commission as part of the Razorback Regional Greenway. The remaining funds have been budgeted through the Trail Development Capital Improvement Program. Attachments: Change Order #2, Change Order #3, Frisco Trail Southern Extension Site Map Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 ye le Construction Contract Change Order Project: Fayetteville Frisco Multi -Use Trail Change Order No. 2 Garver Jab No. 11047140 Date Prepared: May 28, 2014 Owner: Contractor: City of Fayetteville Boulder Construction 113 W Mountain St. 1423 West Cato Springs Road Fayetteville, AR, 72701 -Fayetteville, AR 72701 Description of Work Included in Contract Generally, the scope of services includes surveying, design, and preparation of property acquisition documents and partial bidding services to the City of Fayetteville Frisco Trail. Improvements will consist primarily of the extension of Frisco Trail from Martin Luther King, Jr. Boulevard to the existing trail located in Walker Park including 0 5 miles of a 12-ft wide trail with partial lighting, a tunnel, a new bridge, and the restoration or replacement of an existing railroad truss bridge. Changes and Reasons Ordered (List Individual Changes as: A, B, C, D, etc.) A. 110 volt contactor required to operate the Type A trail light fixtures. Installed in the electrical service pedestal. B. Electrical Service Equipment Pedestal upgrade required by SWEPCO (materials only): Ringless socket with lever bypass. Attachments: Bid Bid Previous Unit Contract Revised Revised Original Revised Contract Item Item Estimated of Unit Estimated Unit Estimated Estimated Changes No Description Quantity Measure Price Quantity Price Cost Cost A. CO2.01 Type A Lighting Contactor 0 EA $0,00 1 $317 58 $0.00 $317 58 B. CO2.02 Electrical Service E u' ment 0 EA $0.00 2 $451 34 $0 00 $902 68 $0 00 $0.00 $0 00 $0 00 $0.00 $0.00 $0 00 $0 00 $0.00 $0 00 $0 00 $0 00 $0.00 $0.00 $0 00 $0 00 $0 00 $0 00 $0 00 $0 00 Summation of Cost $0.00 $1,220.26 Net Cost for this Change Order $1,220.26 Estimated Project Cost Time Change Estimated Project Cost Contract Start Date Original Contract Time (calendar days) July 17, 2013 240 Original Contract Amount $1,416,423.95 Previously Approved Changes ($5,266.68) Previously Approved Changes (calendar days) 0 This Change Order $1,220.26 This Change Order (calendar days) 0 New Contract Amount $1,411.377.53 New Construction Completion Date March 14, 2014 THIS AGREEMENT IS SUBJECT TO ALL ORIGINAL CONTRACT PROVISIONS AND PREVIOUS CHANGE ORDERS ISSUED FOR REASONS INDICATED ABOVE Engineer: Garver 14 engineer' ignpvfre Title Date ACCEPTED BY CONTRACTOR - �rari(r ar re Title Date APPROVED BY OWNERne �T, �ID Si natur e 14PIP21 WHOLESALE ELECTRIC S UPPLY P.O. BOX 1258 TEXARKANA, TX 75504 903-794-3404 Fax 903-794-3400 BILL TO: 41315 ELECTRICAL RESOURCES INC. 300 N. Vaughn Rd 279 Hwy CENTERTON, AR 72719 SALESPERSON .. "1.; ..,. s: NUMBER SPIVASI FRISCO TRAIL --WRITER ---- -- —- SHIP VIA DONC PK PICK-UP -�-----............ -- DESCRIPTION--J------ -------------------------------IPTION------------ -- SQD 8903LG20V02 30A 2P LTG CN ** I_NVOICE__** _ INVOICE DATE INVOICE _NUMBER_____ ------------------- ------------------------ 04/07/14 S3945756.00: --_._..TO: O:- ---- REMIT (22) PAGE NO WHOLESALLE ELECTRIC SUPPLY CO., P.O. BOX 1250 TE%ARKANA, TX -AR 75504 1 SHIP TO: 60296 ELECTRICAL RESOURCES FRISCO TRAIL LIGHTING MLK JR BLVD TO WALKER PARK FAYETTEVILLE, AR 72701 f RELEASE NUMBER ORDERLD e-r '--- -- -- JAMES ---------- ------------- ------------------ - -.-... - ------- — ----------------- TERMS SHIP DATE ORDER all NET 10TH - 04/07/14 04/07/14 ORCtR Ulr �5HIP {JTY RE1 UHii PRICE HEW AMOUNT _.._._.._.._____ --- -- - -- -_- --1 ------ I—289.369EA 289.37 YOUR BUSINESS IS GREATLY APPRECIATED. WE TRY TO EARN IT EVERY DAY. _ * *--- R�epxint-_ * *__13-epxin -- * * -------------------- invoice is due by 05/10/14 Sales Tax ARWAFA■■■■ All claims for shortage or errors must be made at once, returns require written authorization and are subject to handling charges. Special orders are non -returnable. Past due invoices may be subject to 1.51 late charge Subtotal 289.37 S&H CHGS 0.00 Electrical Resources Inc, A Division of Electrical Resources, Inc. 300 North Vaughn RD Invoice Date Invoice # 1/10/2014 Construction Contract Change Order Project: Fayetteville Frisco Multi -Use Trail Change Order No. 3 Garver Job No 11047140 Date Prepared: May 29, 2014 Owner: Contractor: City of Fayetteville Boulder Construction 113 W Mountain St. 1423 West Cato Springs Road Fayetteville, AR, 72701 F ayelleville, AR 72701 Description of Work Included in Contract Generally, the scope of services includes surveying, design, and preparation of property acquisition documents and partial bidding services to the City of Fayetteville Frisco Trail, Improvements will consist primarily of the extension of Frisco Trail from Martin Luther King, Jr Boulevard to the existing trail located in Walker Park including 0 5 miles of a 12-ft wide trail with partial lighting, a tunnel, a new bridge, and the restoration or replacement of an existing railroad truss bridge. Changes and Reasons Ordered (List Individual Changes as: A, B, C, D, etc.) A Reconciliation of all Contract Items. (See Attached) Attachments: Bid Bid Previous Unit Contract Revised Revised Original Revised Contract Item Item Estimated of Unit Estimat Unit Estimated Estimated Changes No. Description Quarillty Moasure Price Quantity Price Cast Cost A 0AI Reconciliation of all Contract Items $0.00 $38.442.44 $0.00 $0 00 j $0.00 $0.00 $0,00 $0.00 $0.00 $0 00 $0.00 $0 00 $0.00 $0 00 $0 00 $0 00 $0 00 $0.00 $0 00 $0.00 $0 00 $0 00 $0 00 $0 00 Summation of Cost $0.00 $38.442.44 Net Cost for this Change Order $38.442.44 Estimated Project Cost Time Change Estimated Proiect Cost Contract Start Date Original Contract Time (calendar days) July 17, 2013 240 Original Contract Amount $1,415,423.95 Previously Approved Changes ($4,046.42) Previously Approved Changes (calendar days) 0 This Change Order $38,442.44 This Change Order (calendar days) 0 New Contract Amount $1,449,819.97 New Construction Completion Date March 14, 2014 THIS AGREEMENT IS SUBJECT TO ALL ORIGINAL CONTRACT PROVISIONS AND PREVIOUS CHANGE ORDERS ISSUED FOR REASONS INDICATED ABOVE Engineer: Garver En lnee r oature iille Date ACCEPTED BY CONTRACTOR C ract Signal a Title Date APPROVED BY C OWNER T r If !V/J ne s Sin re rile Date RECONCILIATION Invoice No. 7 Frisco Trail Ext. - Martin Luther King, Jr. Blvd. to Walker Park To: 05/09/14 ITEM NUMBER DESCRIPTION UNIT UNIT PRICE CURRENT CONTRACT QUANTITY QUANTITY TO -DATE AMOUNT TO -DATE DEVIATION FROM CONTRAC (UNITS) (AMOUNT) CONTRACT AMOUNT 1 Construction Control LS 15.744.74 1.00 1.00 15,744.74 0.00 0.00 15,744.74 2 Trench and Excavation Safety LS 11,662.01 1.00 1.00 11,662.01 0.00 0,00 11,662.01 Systems 3 Clearing, Grubbing, and LS 29,159.12 1.00 1.00 29,159.12 0.00 0.00 29.159.12 Demolition 4 Undercut and Backfill CY 24.10 50.00 183.00 4,410.30 13300 3,205,30 1,205.00 5 Unclassified Excavation CY 7.56 4,528.00 4,528.00 34,231.68 0.00 0.00 34,231.68 6 Select Embankment CY 12.29 1,545.00 1,698.00 20,868.42 153-00 1,880.37 18,988.05 7 Embankment CY 2.90 305.00 305.00 884.50 0.00 0.00 884.50 8 Subgrade Preparation SY 2.30 2,864.00 3,050.00 7.015.00 18600 427.80 6,587.20 9 4" Topsoil Placement (Yard SY 2.49 4,848.00 5,092.00 12,679.08 24400 60756 12,071.52 Areas) 10 18" R. C. Pipe LF 40.17 70.00 70.00 2,811.90 0.00 0.00 2,811.90 11 24" R. C. Pipe LF 49.98 140,00 140.00 6,997.20 0.00 0.00 6,997.20 12 12" PVC Pipe LF 29.24 406.00 406.00 11,871.44 0.00 0.00 11,871.44 13 18" R.C. Flared End Section EA 827.02 1.00 1.00 827.02 0.00 0.00 827.02 14 4' Drop Inlets (Type MO) EA 2,953.64 1.00 1.00 2,953,64 0.00 0.00 2,953.64 15 4' Junction Box (Type MO) EA 3,707.27 3.00 3,00 11,121.82 0.00 0.01 11,121,81 16 3' x 8' Precast Concrete Box LS 22.725.27 1.00 1.00 22,725.27 0.00 0.00 22,725.27 Culvert 17 Wingwalls & Appurtenances LS 2,999.48 1.00 1.00 2.999.48 0.00 0.00 2,999.48 18 Channel Excavation CY 8.39 185.00 185.00 1,552.15 0.00 0.00 1,552.15 19 4" Aggregate Base Course SY 5.34 2,679.00 2,983.00 15,929.22 30400 1,623.36 14,305.86 20 6" Aggregate Base Course SY 5.33 230.00 230.00 1,225.90 0.00 0.00 1,225.90 21 4" Asphalt Concrete Hot Mix SY 8.46 78.00 0.00 0.00 (78.00) (659.88) 659.88 Binder Course (ACHMBC) 22 2" Asphalt Concrete Hot Mix SY 3.41 78.00 98.00 334.18 20,00 68.20 265.98 Surface Course (ACHMBC) 23 Asphalt Concrete Patching for TON 87.43 4.00 4.00 349.72 0.00 0.00 349.72 Maintenance of Traffic 24 Concrete Curb and Gutter LF 12.98 710.00 720.00 9.345.60 10.00 129 80 9,215.80 25 4" Thick Concrete Sidewalk SY 25.35 380.00 426.00 10,799.10 46.00 1,166 10 9,633.00 26 Concrete Driveway Aprons SY 35.46 320.00 287.00 10,177.02 (33.00) (1,170.18) 11,347.20 27 Concrete Driveway SY 34.09 201.00 201.00 6.852.09 0.00 0.00 6.852.09 28 Asphalt Driveway SY 17.46 43.00 97.00 1,693.62 54.00 942.84 750.78 29 Aggregate Base Course SY 5.54 431.00 660.00 3.656,40 229,00 1,26866 2,387.74 Driveway 30 Asphalt/ConcreteDriveway SY 6.23 128.00 182.00 1,133.86 54.00 33642 797.44 Removal 31 Seeding and Mulching Acre 3,577.44 0.80 0.85 3,040.82 0.05 17887 2,861.95 32 Solid Sod SY 3.07 1,170.00 1,220.00 3,74540 50.00 153.50 3,591.90 33 Additional Watering MG 66.54 60.00 0.00 0.00 (60.00) (3,992.40) 3,992.40 34 4" Pavement Marking (Paint) LF 0.33 2,605.00 0.00 0.00 (2,605.00) (859.65) 859.65 35 4" Pavement Marking LF 2.36 352.00 0.00 0.00 (352.00) (830.72) 830.72 (Thermoplastic) 36 24" Pavement Marking LF 17,72 168.00 0.00 0.00 (168.00) (2,976.96) 2,976.96 (Thermoplastic) 37 Pavement Marking Removal SF 3.78 20.00 0.00 0.00 (20.00) (75.60) 75.60 38 Erosion Control LS 4,688.52 1.00 1.00 4,688,52 0.00 0.00 4,688.52 39 Traffic Control and LS 42,967.27 1.00 1.00 42,967.26 0.00 (0.01) 42.967.27 Maintenance 40 Mobilization LS 0.00 1.00 0.00 0,00 (1.00) 0.00 0,00 41 Wood Privacy Fence LF 17.72 42.00 0.00 0.00 (42.00) (744.24) 744.24 42 Temporary Fencing LF 17.29 335.00 335.00 5,792.15 0.00 0.00 5,792.15 43 Cast -in -Place Detectable SF 20.81 196.00 132.00 2,746.92 (64.00) (1,331.84) 4.078.76 Warning Panel 44 Handicap Access Ramp SY 23.96 68.00 89.00 2,132.44 21 00 503 16 1,629.28 45 Tree Protection Fencing LF 1.07 500.00 500.00 535.00 0.00 0.00 535.00 46 Decorative Fence 49.62 360.00 495.00 24.561.90 13500 6,69870 17,863.20 47 Decorative Fence with Bollards LF 111.06 152.00 152.00 16.881.12 0.00 0.00 16,881,12 Pay Estimate 07 - Frisco Trail Extension.xls CURRENT ITEM UNIT CONTRACT QUANTITY AMOUNT DEVIATION FROM CONTRAC CONTRACT NUMBER DESCRIPTION UNIT PRICE QUANTITY TO -DATE TO -DATE (UNITS) (AMOUNT) AMOUNT 48 Chain Link Fence (9') LF 36.53 19000 0.00 0.00 (190.00) (6,940.70) 6,940.70 49 Chain Link Security Fence LF 32.85 141.00 141.00 4,631.85 0.00 0.00 4,631.85 50 4" Thick Concrete Trail SY 23.96 2,377.00 2,614.00 62,631.44 237.00 5.678.52 56,952.92 51 6" Thick Concrete Trail SY 28.95 134.00 128.00 3,705.60 (6.00) (173.70) 3,879.30 52 8" Thick Concrete SY 42.10 44.00 44.00 1,852.40 0.00 0.00 1,852.40 53 Permanent Pavement Repair SY 44.16 421.00 380.00 16,780.80 (41.00) (1,810.56) 18,591.36 54 Landscaping LS 1,729.38 1.00 1.00 1,729.38 0.00 0.00 1,729.38 55 Thermoplastic Pavement SF 23.27 0.00 000 0.00 0.00 0.00 0.00 Marking Pattern 56 Actuated Controller TS2-Type EA 17,721.81 1 00 1.00 17,721.81 0.00 0.00 17,721.81 2, (8 Phases) 57 Traffic Signal Head, LED, (3 EA 1,075.12 4.00 4.00 4,300.48 0.00 0.00 4,300.48 Section, 1 Way) 58 Countdown Pedestrian Signal EA 661.61 2.00 2.00 1,323.22 0.00 0.00 1,323.22 Head, LED 59 Traffic Signal Cable (5c/14 LF 2.01 560.00 560.00 1,125.60 0.00 0.00 1,125.60 A.W.G ) 60 Traffic Signal Cable (12c/14 LF 2.48 126.00 126.00 312.48 0.00 0.00 312.48 A.W.G.) 61 Galvanized Steel Conduit LF 11.81 15.00 15.00 177.15 0.00 0.00 177.15 (1.25") 62 Non -Metallic Conduit (1.25") LF 7.09 9.00 9.00 63.81 0.00 0.00 63.81 63 Non -Metallic Conduit (1 ") LF 6.50 71.00 71 00 461.50 0.00 0.00 461.50 64 Non -Metallic Conduit (3") LF 23.63 117.00 117.00 2,764.71 0.00 0.00 2,764.71 65 Concrete Pull Box (Type 2 HD) EA 561.19 4.00 4.00 2,244.76 0.00 0.00 2,244.76 66 Traffic Signal Mast Arm And EA 12,700.63 2.00 2.00 25,401.26 0.00 0.00 25,401.26 Pole With Foundation (32') 67 Traffic Signal Pedestal Pole EA 1,016.05 3.00 3.00 3,048.15 0.00 0.00 3,048.15 With Foundation 68 Standard Signs SF 60.25 45.00 35.50 2,138.88 (9.50) (572.37) 2,711.25 69 Electrical Conductors -In- LF 396 27.00 27.00 106.92 0.00 0.00 106.92 Conduit (2c/6 A.W.G.) 70 Electrical Conductors -In- LF 1.18 241 00 241.00 284.38 0.00 0.00 284.38 Conduit (1c/8 A.W.G., EGC) 71 Electrical Conductors -In- LF 1.77 50.00 50.00 88.50 0.00 0.00 88.50 Conduit (1 c/12 A W.G., EGC) 72 Electrical Conductors for LF 2.24 159.00 159.00 356.16 0.00 0.00 356.16 Luminaires 73 Luminaire Assembly EA 484.40 1.00 1.00 484.40 0.00 0.00 484.40 74 Service Point Assembly (2 EA 3,898.80 1.00 1.00 3,898.80 0.00 0.00 3,898.80 Circuit) 75 Light Fixture, Type A, Installed EA 2,615.29 7.00 7.00 18,307.03 0.00 0.00 18,307.03 on Pole 76 Light Fixture, Type B, Installed EA 1,161.18 4.00 4.00 4,644.72 0.00 0.00 4,644.72 77 Light Fixture, Type C, Installed EA 0.00 36.00 0.00 0.00 (36.00) 0.00 0.00 on Pole 78 Electrical Handhole, 11"x9" EA 165.40 43.00 43.00 7,112.20 0.00 0.00 7,11220 79 Non -Encased Schedule 40 LF 10.40 2,400.00 2,715.00 28,236.00 315.00 3,276.00 24,960.00 PVC, 2" Diameter, Installed in Trench 80 Non -Encased Schedule 80 LF 6.50 50.00 0.00 0.00 (50.00) (325.00) 325.00 PVC, 2" Diameter, Exposed 81 Concrete -Encased Schedule LF 17.97 300.00 0.00 0.00 (300.00) (5,391.00) 5,391.00 40 PVC, 2" Diameter, Installed 82 Galvanized Rigid Steel conduit, LF 22.22 400.00 400.00 8,888.00 0.00 0.00 8,888.00 2" Diameter, Exposed 83 Coated Galvanized Rigid Steel LF 11 55 2500 25.00 288.75 0.00 0.00 288.75 Conduit, 2" Diameter, Transitioning from Grade to Exposed 84 Directional Bore One -Way 2" C LF 30.25 80.00 80.00 2,420.00 000 0.00 2,420.00 85 No. 3 AWG Copper Conductor LF 7.09 200.00 200.00 1,418.00 0.00 0.00 1,418.00 86 No. 8 AWG Copper Conductor LF 1.55 10,025.00 10,025.00 15.538.75 0.00 0.00 15,538.75 87 Electrical Service Equipment EA 31,275.10 2.00 2.00 62,550.20 0.00 0.00 62,550,20 Pedestals Pay Estimate 07 - Frisco Trail Extension.xls ITEM NUMBER DESCRIPTION CURRENT UNIT CONTRACT QUANTITY AMOUNT UNIT PRICE QUANTITY TO -DATE TO -DATE 88 Tunnel Construction - 96' Long LS 154,544.55 1.00 1.00 89 Modular Block Walls SF 43.18 4,025.00 4,931.00 90 Truss Bridge (78' x 12') LS 138,773.38 1.00 1.00 91 Truss Bridge (69' x 12') LS 116,962.86 1.00 1.00 92 Truss Bridge (77' x 12') LS 134,595.02 1.00 1.00 93 Native Brown Stone Riprap CY 64.73 50.00 50.00 94 Filter Blanket SY 9.07 100.00 100.00 C01.02 Concrete Mow Strip LF 9.43 597.00 597.00 C01.03 13 3/4" X 13 3/4" Drainage EA 664.41 4.00 4.00 Grate C01.04 4-inch Conduit LF 10.82 96.00 96.00 C01.05 4-inch Brown River Gravel with CY 151.51 5.00 5.00 Landscape Fabric C01.06 Additional Construction Control LS 435.41 1.00 1.00 C01.07 Additional Erosion Control LS 969.00 1.00 0.00 CO2.01 Type A Lighting Contactor EA 317.58 1.00 1.00 CO2.02 Electrical Service Equipment LS 451.34 2.00 2.00 Upgrade , TOTALS 154,544.55 212,920.58 138,773.38 116,962.86 134,595.02 3,236.50 907.00 5,629.71 2,657.64 1,038.42 757.54 435.41 0.00 317.58 902.68 1,449,819.97 Difference from DEVIATION FROM CONTRAC CONTRACT (UNITS) (AMOUNT) AMOUNT 0.00 0.00 154,544.55 906.00 39,121.08 173,799.50 0.00 0.00 138,773.38 0.00 0.00 116,962.86 0.00 0.00 134,595.02 0.00 0.00 3,236.50 0.00 0.00 907.00 0.00 0.00 5,629.71 0.00 0.00 2,657.64 0.00 0.00 1,038.42 0.00 0.00 757.54 0.00 0.00 435.41 (1.00) (969.00) 969.00 0.00 0.00 317.58 0.00 0.00 902.68 38,442.44 1,411,377.53 Pay Estimate 07 - Frisco Trail Extension.xls Joe UL A3 * 317b' i eu do ' •• nif !11• .li ll,I V ' i�R rt P y Iloilo o� jA�•NVON1 14rr *■ r • -• ' '�3A'fl'N1YfV+yli�fl9 0 My734 i3 r 3AV WNI . ■ mWM DR E • u a a 0 w h O 1115•I11.1•. S f� ' z m r r y .I lq Ilppls s ■ f . Ro%E AVE i" M 9 o ro ti Em Q BUCKLE: LN a � , 2 IL 41F = * M 3AV NU LSVIt ll la�sl•, s s W �■ ■ * W RW z 3 3 s 3AV SIM31 * �, ► I0' rn W ~ SIR 3AV'SSO43 ■• i 11' _ N a din m j w . C 8GIG veeve i th �CO m¢0 E C ©�. 'W OD CL 00 1` �c yinIN , + Igo" M as M., ##1 ■ d/. -1 3AV NVONf S� 0 1 "'e - 'Q" Ad S' Y U N NT -0 T— J O N N<�/ cu 0) LL � •� V o VJ a� 1 O L .m H QW E o 4C., 0 Q� ¢ 0 0 N N J m � a a w a z 3AVMYCMM3gjW s a I e I �0� -) -5 Granite Re, Inc. Bond# GRAR25438 MAINTENANCE BOND KNOW ALL MEN BY THESE PRESENTS, That We, the undersigned, Boulder Construction, Inc., as Principal and Granite Re, Inc., 14001 Quailbrook Drive, Oklahoma City, OK 73134, a corporation organized under the laws of the State of Oklahoma and duly authorized to do business in the State of Arkansas, as Surety, are held and firmly bound unto: The City of Fayetteville, Arkansas, in the penal sum of *****Three Hundred Sixty-two Thousand Four Hundred Fifty-four and 99/100***** Dollars, ($362,454.99/100) for the payment of which well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors, and assigns. Signed this 18th day of June 2014. THE CONDITION OF THE ABOVE OBLIGATION IS SUCH, That whereas, the above named Principal did on July 17, 2013 enter into a contract with The City of Fayetteville, Arkansas, for Frisco Trail Extension — Martin Luther King Jr. Boulevard to Walker Park. AND, WHEREAS, the specifications of said construction contract provide that upon final acceptance by Obligee said Principal shall furnish a maintenance bond for the sum amounting to Twenty -Five Percent (25%) of the contract price, and to remain in full force and effect for the period of Two (2) year(s) from the date of acceptance, as therein stated in said specifications; the said work having been duly accepted by said obligee. NOW, THEREFORE THE CONDITION OF THIS OBLIGATION IS SUCH, That if the Principal shall make good all defects appearing in the work performed by Principal due to faulty workmanship or materials which may develop during the period of Two (2) year(s) from the date of completion and final acceptance of said work, then this obligation shall be void; otherwise to remain in full force and effect. Principal: Boulder Construction, Inc. BY: Title 15� Granite Re Inc. Surety 12 Z BY: _ Billy ugene Bennett. Jr. omey-in-Fact GR0709-24 GRANITE RE, INC. GENERAL POWER OF ATTORNEY Know all Men by these Presents: That GRANITE RE, INC., a corporation organized and existing under the laws of the State of OKLAHOMA and having its principal office at the City of OKLAHOMA CITY in the State of OKLAHOMA does hereby constitute and appoint: PAT A. GIRARD; BILLY EUGENE BENNETT JR.; ADRIAN W. LUTTRELL;..DANNY LEE SCHNEIDER; MICHAEL ADRIAN LUTTRELL; JACQUE L. LINDSEY;its true and lawful Attorney-in-Fact(s) for the following purposes,,to wit:_ To sign its name as surety to, and to execute, seal and acknowledge -any and all bonds, and to respectively do and perform any and all acts and things set forth in the resolution of the Board of Directors of the said GRANITE RE, INC. a certified copy of which is hereto annexed and made a part of this Power of Attorney; and the said GRANITE RE, INC. through us, its Board of Directors, hereby ratifies and confirms all and whatsoever the said: PAT A. GIRARD; BILLY EUGENE BENNETT JR.; ADRIAN W. LUTTRELL; DANNY LEE SCHNEIDER; MICHAEL ADRIAN LUTTRELL; JACQUE L. LINDSEY may lawfully do in the premises by virtue of these presents. In Witness Whereof, the said GRANITE RE, INC. has caused this instrument to be sealed with its corporate seal, duly attested by the signatures of its President and Secretary/Treasurer, this 3`d day of July, 2013. gE Kenneth D. Whitting on, President STATE OF OKLAHOMA ) S E A L SS: COUNTY OF OKLAHOMA ) Kyle . McDonald, Treasurer On this 3d day of July, 2013, before me personally came Kenneth D. Whittington, President of the GRANITE RE, INC. Company and Kyle P. McDonald, Secretary/Treasurer of said Company, with both of whom I am personally acquainted, who being by me severally duly sworn, said, that they, the said Kenneth D. Whittington and Kyle P. McDonald were respectively the President and the Secretary/Treasurer of GRANITE RE, INC., the corporation described in and which executed the foregoing Power of Attorney; that they each knew the seal of said corporation; that the seal affixed to said Power of Attorney y,..,as such corporate seal, that it was so fixed by order of the Board of Directors of said corporation, and that they signed their name thereto by like order as President and Secretary/Treasurer, respectively, of the Company. Cl v. `^k� My Commission Expires: August 8, 2017 Commission #: 01013257 GRANITE RE, INC. Certificate THE UNDERSIGNED, being the duly elected and acting Secretary/Treasurer of Granite Re, Inc., an Oklahoma Corporation, HEREBY CERTIFIES that the following resolution is a true and correct excerpt from the July 15, 1987, minutes of the meeting of the Board of Directors of Granite Re, Inc. and that said Power of Attorney has not been revoked and is now in full force and effect. "RESOLVED, that the President, any Vice President, the Secretary, and any Assistant Vice President shall each have authority to appoint individuals as attorneys -in -fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the Company in the course of its business. On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the Company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." IN WITNESS WHEREOF, the undersigned has subscribed this Certificate and affixed the corporate seal of the Corporation this 18thday of June , 20_]._4_. TE IiE S E A L oK �, Kyle P. McDonald, Secretary/Treasurer GR0800-1