Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
192-15 RESOLUTION
OF FAY ETTF. 4RKA,NgPS. 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 192-15 File Number: 2015-0471 BENCHMARK CONSTRUCTION OF NWA CONTRACT: A RESOLUTION TO APPROVE A CONTRACT WITH BENCHMARK CONSTRUCTION OF NWA, INC. IN THE AMOUNT OF $3,373,506.91 FOR THE CONSTRUCTION OF THE RECYCLING AND TRASH COLLECTION FACILITY EXPANSION; TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $150,000.00; TO APPROVE CHANGE ORDER NO.1 TO REFLECT VALUE ENGINEERING ITEMS AND REDUCE THE CONTRACT AMOUNT BY $298,732.00; AND TO APPROVE A BUDGET ADJUSTMENT 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 approves a contract with Benchmark Construction of NWA, Inc. in the amount of $3,373,506.91 for the construction of the Recycling and Trash Collection Facility Expansion, and further approves a project contingency in the amount of $150,000.00. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves Change Order No. 1 to the contract with Benchmark Construction of NWA, Inc. to reflect value engineering items and reduce the contract amount by $298,732.00. Section 3: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution. PASSED and APPROVED on 10/20/2015 Attest: .i7lli[► NW� r Sondra E. Smith, City Clerk Treasurer Pge 1 Printe 01111111 �FtY, TRS .U• °Krt.. FAYETTEVILLE dA NSQ� r�A``: City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Text File File Number: 2015-0471 Agenda Date: 10/20/2015 Version: 1 Status: Passed In Control: City Council Meeting File Type: Resolution Agenda Number: C. 4 BENCHMARK CONSTRUCTION OF NWA CONTRACT: A RESOLUTION TO APPROVE A CONTRACT WITH BENCHMARK CONSTRUCTION OF NWA, INC. IN THE AMOUNT OF $3,373,506.91 FOR THE CONSTRUCTION OF THE RECYCLING AND TRASH COLLECTION FACILITY EXPANSION; TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $150,000.00; TO APPROVE CHANGE ORDER NO. 1 TO REFLECT VALUE ENGINEERING ITEMS AND REDUCE THE CONTRACT AMOUNT BY $298,732.00; AND TO APPROVE A BUDGET ADJUSTMENT 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 approves a contract with Benchmark Construction of NWA, Inc.. in the amount of $3,373,506.91 for the construction of the Recycling and Trash Collection Facility Expansion, and further approves a project contingency in the amount of $150,000.00. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves Change Order No. 1 to the contract with Benchmark Construction of NWA, Inc. to reflect value engineering items and reduce the contract amount by $298,732.00. ° Section 3: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution. City of Fayetteville, Arkansas Page 1 Printed on 1012312015 City of Fayetteville Staff Review Form 2015-0471 Legistar File ID 10/20/2015 City Council Meeting Date -Agenda Item Only N/A for Non -Agenda Item Chris Brown 10/7/2015 Recycling & Trash Collection / Transportation Services Department Submitted By Submitted Date Division / Department Action Recommendation: Staff requests a Resolution to approve a contract with Benchmark Construction of NWA in the amount of $3,373,506.91 for the construction of the Recycling and Trash Collection Facility Expansion, approval of a project contingency in the amount of $150,000, approval of Change Order No. 1 to reduce the contract by $298,732.00 to reflect value engineering items, and approval of a budget adjustment in the amount of $1,461,465.00 to increase the project budget. Budget Impact: Various Recycling & Trash Collection Account Number Fund 13021 SW Office & Transfer Station Expansion Project Number Project Title Budgeted Item? Yes Current Budget $ 2,308,845.00 Funds Obligated $ 199,252.90 Current Balance y 1®95J2b Does item have a cost? Yes Item Cost $ 3,074,774.91 Budget Adjustment Attached? Yes Budget Adjustment $ 1,461,465.00 Remaining Budget V20140710 Previous Ordinance or Resolution # Original Contract Number: Approval Date: fteWi MS Comments: CITY OF • aeevle ARKANSAS MEETING OF OCTOBER 20, 2015 TO: Mayor and City Council CITY COUNCIL AGENDA MEMO THRU: Don Marr, Chief of Staff Terry Gulley, Transportation Services Dept. Director Jeff Coles, Recycling and Trash Collection Division Head FROM: Chris Brown, P.E., City Engineer 06 DATE: October 8, 2015 SUBJECT: Approval of a Contract with Benchmark Construction of NWA for construction of the Recycling and Trash Collection Facility Expansion, approval of Change Order No. 1 reflecting value engineering items, approval of a project contingency budget, and approval of a budget adjustment RECOMMENDATION: Staff recommends approval of a contract with Benchmark Construction in the amount of $3,373,506.91 and a simultaneous change order reducing the contract amount by $298,732.00 for construction of approximately 5450 square feet of new office space and approximately 2800 square feet of renovated space at the Recycling and Trash Collection Facility Expansion on Happy Hollow Road. A budget adjustment to provide adequate funding for the project is also recommended. BACKGROUND: The Recycling and Trash Collection Division is in need of expansion/improvements to their facility on Happy Hollow Road, to include expansion and improvements to their offices and transfer station building, parking areas, access drives, and other site elements. This expansion will provide additional office and meeting spaces for existing staff as well as provide for space for future expansion as the City continues to grow. The total expansion area is approximately 5450 square feet. The existing office area (approximately 2800 SF) will also be renovated. The expansion has been designed with the goal of LEED Silver Certification. DISCUSSION: Bids were received on September 10th; two contractors submitted bids, with Benchmark Construction providing the lowest responsive bid at $3,373,506.91. This was approximately 12.5% above $3 million in funds certified for the bid; therefore, staff began a value engineering process to identify items to remove from the contract to reduce the project amount. $298,732.00 in reductions have been identified, as detailed in the attached Change Order No. 1. The value engineering items include removal of an aluminum walkway from the office area to Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 the recycling area that was to be used as an auxiliary walkway to avoid walking through the trash tipping floor to the recycling area, waiving dumpster fees to the contractor, and removing painting and landscaping items. (Painting and landscaping will be completed by City staff at a reduced cost.) BUDGET/STAFF IMPACT: This project will be funded from the Solid Waste Office and Transfer Station Expansion project in the Solid Waste Fund. The total project cost, including engineering and architectural fees, construction, furnishings and equipment, and contingency, is $4,134,463. This is compared to the $3.5 million estimated cost when the project began. This increase is due to higher than anticipated construction bids. The higher bids received on this project are indicative of a tight construction market, which has resulted in fewer bidders and higher bids on multiple City projects over the past several months. Bids on this project are some 50% higher than initial planning estimates when the design of the project began. Current funds available in the project total approximately $2.1 million. The proposed budget adjustment includes reallocation of funds remaining in the following capital projects to increase the Solid Waste Office & Transfer Station Expansion project: • $480,330.00 from the Compost Site Slab Expansion project • $31,829.00 from the Westside Recycling Drop Off Facility project • $591,000.00 from the Recycling Drop Off Facility (North/Central) project • $40,000.00 from the Solid Waste Madvac project. $318,306.00 is also requested from Recycling & Trash Collection Fund reserves for a total project increase of $1,461,465.00. As detailed above, approximately $827,000 of this budget adjustment is for the purpose of fully funding the project to the $3.5 million budget level, and approximately $634,000 represents the increase over the $3.5 million budget to the current estimate of $4.1 million. Attachments: Contract with Benchmark Construction Change Order No. 1 with Benchmark Construction Budget Adjustment Purchase Order Request Exterior elevation and interior floorplan drawings Bid Tabulation 2 AGREEMENT AGREEMENT BETWEEN CITY OF FAYETTEVILLE AND CONTRACTOR THIS AGREEMENT is dated as of the c9Oiay fcthQY in the year OS'by and between the CITY OF FAYETTEVILLE and BENCHMARK CONSTRUCTION OF NWA, INC., hereinafter called CONTRACTOR. 1. The CONTRACTOR shall commence and complete all Work as specified or indicated in the Contract Documents. The WORK is generally described as follows: Transfer Station and Material Recovery Facility Expansion — Contract Section 1: Office Building & Site Improvements, located at 1560 Happy Hollow Road, consisting of the following work: Approximately 2,800 square feet of renovated space and approximately 5,200 square feet of new construction, with associated parking, drives, landscaping, and all other items as detailed and specified for a complete installation. 2. The CONTRACTOR shall furnish all materials, supplies, tools, equipment, labor and other service necessary for the completion of the WORK described herein. 3. The CONTRACTOR shall commence the WORK required by the CONTRACT DOCUMENTS on or before a date to be specified in the NOTICE TO PROCEED and agrees that the WORK will be Substantially Completed and placed in service within Three Hundred sixty (360) calendar days after the date when the Contract Times commence to run as provided in paragraph 2.03 of the General Conditions, and completed and ready for final payment in accordance with paragraph 14.07 of the General Conditions within three hundred ninety (390) calendar days after the date when the Contract Times commence to run. The CONTRACTOR shall pay the CITY OF FAYETTEVILLE, as liquidated damages, the sum of $1,500 for each calendar day that expires after the time specified above for Substantial Completion until the Work is substantially complete. After Substantial Completion, if Contractor shall neglect, refuse or fail to complete the remaining Work within the time specified above for completion and readiness for final payment or any proper extension thereof granted by Owner, Contractor shall pay Owner $500 for each day that expires after the time specified above for completion and readiness for final payment. 4. The CONTRACTOR agrees to perform all of the WORK described in the CONTRACT DOCUMENTS and comply with the terms therein as shown in the BID PROPOSAL. 5. The term CONTRACT DOCUMENTS shall mean and include the following: 5.1 Invitation to Bid 5.2 Instructions to Bidders 6-1 5.3 Standard Terms and Conditions 5.4 Bid 5.5 Bid Bond 5.6 Agreement between City of Fayetteville and Contractor 5.7 Performance and Payment Bond 5.8 General Conditions 5.9 Supplementary Conditions 5.10 Prevailing Wage Rates 5.11 Notice of Award 5.12 Notice to Proceed 5.13 Project Specifications and Contract Documents (Project Manual) 5.14 Addenda Numbers Ito 4. 5.15 Change Orders or other Written Amendments described in Paragraph 3.04 of the General Conditions. 5.16 Drawings consisting of 90 sheets. 6. The CITY OF FAYETTEVILLE shall pay CONTRACTOR for completion of the Work in accordance with the Contract Documents an amount in current funds for the performance of the Contract in accordance with the accepted Bid therefor, subject to additions and deductions, as provided in the Specifications, for unit and lump sum prices in the Bid, the total sum being Three million three hundred seventy three thousand five hundred six and 91/100 ($ 3,373.506.91). (use words) (figures) As provided in paragraph 11.03 of the General Conditions estimated quantities are not guaranteed, and determinations of actual quantities and classification are to be made by Engineer as provided in paragraph 9.07 of the General Conditions. Unit prices have been computed as provided in paragraph 11.03 of the General Conditions. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors, and assigns. MISCELLANEOUS 8.1. Terms used in the Agreement which are defined in Article 1 of the General Conditions will have the meanings indicated in the General Conditions. 8.2. 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 6-2 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. 8.3. City of Fayetteville and Contractor each binds itself, it partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors, assigns, and legal representatives in respect to all covenants, agreements and obligations contained in the Contract Documents. 8.4. 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 stricken provision or part thereof with a valid and enforceable provision that comes as close as possible expressing the intention of the stricken provision. 8.5. Changes, modifications, or amendments in scope, price or fees to this contract shall not be allowed without a prior formal contract amendment approved by the Mayor and the City Council in advance of the change in scope, cost or fees. 8.6. Freedom of Information Act. City of Fayetteville contracts and documents prepared while performing city contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, Contractor will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. §25-19-101 et. seq.). Only legally authorized photocopying costs pursuant to the FOIA may be assessed for this compliance. 8.7. This contract must be interpreted under Arkansas Law. 8.8 The Project has been designed by McGoodwin, Williams and Yates, Inc., who is hereinafter called Engineer and who is to act as Owner's representative, assume all duties and responsibilities and have the rights and authority assigned to Engineer in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. C:? IN WITNESS WHEREOF, CITY OF FAYETTEVILLE and CONTRACTOR have signed this Agreement in quadruplicate. One counterpart each has been delivered to City of Fayetteville and Engineer, and two counterparts have been delivered to Contractor. All portions of the Contract Documents have been signed, initialed, or identified by City of Fayetteville and Contractor or identified by Engineer on their behalf. OWNER Address for giving notices: 113W. Mountain Fayetteville, AR 72701 6-4 CONTRACTOR BENCHMARK CONSTRUCTION OF NWA. INC. BY Stephen Smith, CEO ATTEST Sh doa4a� Address for giving notices: 333 W. Poplar, Suite A Fayetteville, AR 72703 License No. 0033500416 Agent for service of process: Stephen Smith, CEO (If CONTRACTOR is a corporation, attach evidence of authority to sign.) Change Order No. 1 Date of Issuance: Effective Date: Project: Transfer Station and Materials Owner: City of Owner's Contract No.: Bid #15-44 Recovery Facility Expansion Fayetteville Contract: Contract Section I — Office Facilities and Site Date of Contract: October 20, 2015 Contractor: Benchmark Construction of NWA, Inc. Project No.: FY -355 The Contract Documents are modified as follows upon execution of this Change Order: Description: Scope reduction from value -engineering process as itemized in the attachment. Attachments (list documents supporting change): Attachment to Change Order No. 1 CHANGE IN CONTRACT PRICE: CHANGE; IN CONTRACT TIMES: Original Contract Price: Original Contract Times: ❑ Working days ® Calendar days Substantial completion (days or date): 360 $ 3.373,506.91 Ready for final payment (days or date): 390 [Increase] [Decrease] from previously approved [Increase] [Decrease] from previously approved Change Orders Change Orders No. 0 to No. 0: No. 0 to No. 0: $ 0.00 Contract Price prior to this Change Order: $ 3,373,506.91 Decrease of this Change Order: $_298,732.00 Substantial completion (days): -0- Ready for final payment (days): -0- Contract Times prior to this Change Order: Substantial completion (days or date): 360 Ready for final payment (days or date): 390 [Increase] [Decrease] of this Change Order: Substantial completion (days or date): -0- Ready for final payment (days or date): -0- Contract Price incorporating this Change Order: Contract Times with all approved Change Orders: Substantial completion (days or date): 360 $ 3,074,774.91 Ready for final payment (days or date): 390 RECD kED: ACCEPT : ACCEPTED: By: � By: 4 c w � �2 '/1�� Engineer (Au Signature) Owner ( o ' S�nature) Contractor (Authorized Signature) Date: October 8, 2015 Date: l l)t d/' O " Date: October 8. 2015 EJCDC C-941 Change Order Prepared by the Engineers Joint Contract Documents Committee and endorsed by the Construction specifications Institute. Page 1 of 1 ATTACHMENT TO CHANGE ORDER NO.1 Transfer Station and Materials Recovery Facility Expansion Contract Section I - Office Facilities and Site Improvements 3 Building Construction and Renovation Deduct Painting of Renovated Spaces* $ (20,520.00) Substitute PVC for Cast Iron Pipe for Sewer Under Slab $ (3;000.00) Deduct Cast Iron Pipe Wrap $ (4,580.00) City Waive Dumpster Fees $ (17,389.00) Substitute Polished Concrete for Plank Flooring in Conf. Room $ 331.00 Subtotal $ (45,158.00) 4 & 10 General Site Improvements and Heavy Duty Concrete Paving Deduct Landscaping and Irrigation but Retain Sleeves $ (118,638.00) Deduct Truck Staging Concrete Paving (Bid Item 10) and Overlay Area $ (44,936.00) Subtotal $ (163,574.00) 11 Elevated Walkways Deduct this Item in total $ (90000.00) Subtotal $ (90.x•00) Total Cost Deduction $ (298,732.00) *Painting includes tape and finishing of new and existing drywall where damaged; painting, staining and sealing of all wood base, trim and cabinets; exposed structural steel painting; repair existing finishes left in place and repair areas from demolition; caulking and wood filler; sealer for concrete floors (polished floor sealing by other sub); tackable surfaces 10/20/2015 um Vendor 68230 Vendor Benchmark Construction of NWA #: Name: Address: FOB Point: City State: Zip Code: Ship to cc 170 equester: Ginny Gundlach Requester's Employee 2283 Item Description Quantity Unit of Issue Unit Cost Extended Cost Account Number 1 Construction for RTC Expansion Project - Building Improvements I LOT 2,152,436.99 $2,152,436.99 5500.5080.5804.00 2 Construction for RTC Expansion Project - Site Improvements I LOT 922,337.92 $922,337.92 5500.5080.5816.00 3 $0.00 4 $0.00 5 $0.00 6 $0.00 7 $0.00 8 $0.00 9 $0.00 10 $0.00 Shipping/Handling Lot $0.00 Chief Financial Officer: Dispatch Manager:_ Department Director: Budget Director: _ Utilities Manager:_ DYES ❑ NO able DYES ❑✓ NO )tes Attached DYES DNO ansion: 3489 Project.Sub# 13021 / 2000 13021 /1000 Purchasing Manager: IT Director: Other: 2015-0471 Expected Delivery Date: # Fixed Asset # 6263 6264 $3,074,774.91 $0.00 $3,074,774.91 r (X)J p () ( X 4 ) O © Z P _U a \ U N N N 'N : ________ ' } b e ©e ©O 0 Z } O �trH Q U �Y ZLL7 s � H W Z U w Z a O 000 0 () ( X 0 cw) 0 4 JI 1T IT H°L+ L o h Qm s O._ -------- b i- i ri o. o of 5 7... �tk.o a O OO Ob O firs �F 6 'f'lEfess cry or City of Fayetteville, Arkansas Ta`y"4qe—V�Ille Purchasing Division SAS OFFICIAL BID TABULATION Bid 15-44, Construction - Transfer Station and Material Recovery Facility Expansion Thursday, September 10, 2015, prior to 200 PM, local time :a�`.'h�`i�""_��ryy< n,;4,.. ,Y' F.)"¢xfi`:z<�c:��`'a;;;`�;'Gt` t' "' :�'Ycx •:�t��r'£:"��:r_�y.� .}:r.�,l_: ' *':$'y .: x ;r�'(r r\i�;: � ' •� �S+��`•ry�3'...�b'C��r+.�tf ��) 'L.'. ,. ,v'e. ' A M4/�'�,�; y�•: c^�K4 :. '• T<� ; ; zzAPtI�� ' Benchmark Construction of NWA inc Milestone Construction Company LLC rC ?R K• ? h C`J424 t Y '`. O. • S r�Y•:.j. r ... ,..•fV�`CSF,c'�"'•'`.+:::''..'�' •:dt<.s'4f3.+.(ltd'+rc..<:4.'�.'}c••rf�''tt[&S\'3m'.'y, .: .�.'�•g3_:f x.s�• ITEM DESCRIPTION Est Qty Unit 1 General Conditions (Insurance and Bonding) 1 LS x $ 35,573.06 = $ 35,573.06 x $ 48,337.00 = S 48,337.00 2 Mobilization (Not to exceed 5% of total bid) 1 LS x $ 67,470.00 - $ 67,470.00 x, S 196,850.00 Building Construction and Renovation Including approximately 2800 square feet of renovated space 3 and approximately 5200 square feet of new 1 LS x $ 2,130,617.00 = $ 2,130,617.00 x $ 2,383,606.00 = $ 2,383,606.00 construction, including all piping within 5 feet of the building and all other items as detailed and specified for a complete installation General Site Improvements, including earthwork, clearing and demolition, truck ramp extensions, site utilities, storm drainage, finish grading and 4 landscaping, gravel paving, environmental permit 1 LS x $ 761,062.00 - $ 761,062.00 x $ 913,546.00 _ $ 913,546.00 compliance, and all other items as detailed and specified for a complete installation, EXCLUDING unit price items detailed in other bid items below 5 Undercut and Backfill (owner -provided) aggregate 6,000 CY x $ 14.50 - $ 87,000.00 x $ 14.50 _ $ 87,000.00 fill, complete in place 6 Undercut and Backfill (contractor -provided) select 1,000 CY x $ 17.50 = $ 17,500.00 x $ 17.50 _ $ 17,500.00 fill, complete in place 7 Geogrid Subgrade Reinforcement Matting, complete 4,100 SY x $ 9.75 - $ 39,975.00 x $ 9.75 = $ 39,975.00 in place Heavy -Duty Asphalt Paving Section, Including 8 subgrade preparation, 7" Class 7 Base Course, 3" 2,075 SY x $ 32.25 _ $ 66,918.75 x $ 37.28 _ $ 77,356.00 ACHM Binder Course, and 2" ACHM Surface Course, complete in Place Light -Duty Asphalt Paving Section, including 9 subgrade preparation, 6" Class 7 Base Course, 3" 2,355 SY x $ 16.50 - $ 38,857.50 x $ 26,04 = $ 61,324.20 ACHM Surface Course, complete in place Heavy -Duty Concrete Paving Section, including 10 subgrade preparation, 4" Class 7 Base Course, 9.5" 710 SY x $ 52.16 - $ 37,033.60 x $ 24.65 - $ 17,501.50 Concrete Paving Course, complete in place Ii Elevated Walkways, complete In Place 1 LS x $ 90,000.00 - $ 90,000.00 x $ 90,000.00 = $ 90,000.00 12 Trench Excavation Safety System as required by Act 1 LS x $ 1,500.00 - $ 1,500.00 x $ 1,000.00 , $ 1,000.00 291 of the 1993 Arkansas General Assembly TOTAL BASE BID ' $ 3,373,506 91 n s $ 3,933,995.70 `NOTICE: Bid award is contingent upon vendor meeting minimum specifications and formal authorization by City officials. CERTIFIED: p 4&.L - - "Denotes Calculation error City of Fayetteville, Arkansas - Budget Adjustment Form (Legistar) Budget Year Division: Transportation Services Adjustment Number 2015 Dept.: Transportation Services Requestor: Ginny Gundlach BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION: The Recycling & Trash Collection Division requests approval to reallocate funds remaining in the following capital projects to increase the Solid Waste Office & Transfer Station Expansion project: $480,330.00 from the Compost Site Slab Expansion project, $31,829.00 from the Westside Recycling Drop Off Facility project, $591,000.00 from the Recycling Drop Off Facility (North/Central) project, and $40,000.00 from the Solid Waste Madvac project. $318,306.00 is also requested from Recycling & Trash Collection Fund reserves for a total project increase of $1,461,465.00. COUNCIL DATE: LEGISTAR FILE ID#: 10/20/2015 2015-0471 K�vC SprCsev 10/8/2015 4:53 PM Budget Director TYPE: DESCRIPTION: GLDATE: Date RESOLUTION/ORDINANCE I POSTED: / TOTAL 318,306 318,306 v.20150925 Increase / (Decrease) Proiect.Sub# Account Number Expense Revenue Project Sub AT Account Name 5500.5080.5816.00 1,461,465 - 13021 1000 EX Solid Waste Improvements 5500.5080.5816.00 (480,330) - 10002 1 EX Solid Waste Improvements 5500.5080.5816.00 (31,829) - 10003 1 EX Solid Waste Improvements 5500.5080.5816.00 (591,000) - 12004 1 EX Solid Waste Improvements 5500.5080.5816.00 (40,000) - 13022 1 EX Solid Waste Improvements 5500.0950.4999.99 - 318,306 RE Use of Fund Balance C:\Users\dmccoy\Desktop\ba I of I Bond #7844915 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: That we (1) Benchmark Construction of NWA, Inc. a (2) Corporation hereinafter called "Principal" and (3) Westfield Insurance Company of P. O. Box 5001 Westfield Center State of Ohio the "Surety," are held and firmly bound unto (4) hereinafter called City of Fayetteville, Arkansas hereinafter called the "Owner," in the penal sum of Three Million Seventy -Four Thousand Seven Hundred Seventy -Four and 91l100ths dollars ($ 3,074,774.91 ) in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered into a certain contract with Owner, dated the day of a copy of which is hereto attached and made a part hereof for the construction of. Transfer Station and Material Recovery Facility Expansion - Contract Section 1: Office Building & Site Improvements; City of Fayetteville, Arkansas; Project No. Fy-355CS1. NOW THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the undertakings, covenants, terms and conditions, and agreements of said contract during the original term thereof, and any extensions thereof which may be granted by the Owner, with or without notice to the Surety, and if he shall satisfy all claims and demands incurred under such contract, and which it may suffer by reason of failure to do so, and shall reimburse and repay the Owner all outlay and expense which the Owner may incur in making good any default, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, FURTHER, that the said Surety, for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the work or to the specifications. PROVIDED, FURTHER, that no final settlement between the Owner and the Contractor shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. 1111111118111III IIIII11111IIIIl IIIII I11111111111111III1111111111! 111111!111111 Doc ID: 016529910006 Type: LIE 7-1 Kind: PERFORMANCE BOND Fee:$35.00 Page 1of5 oAmt/t0M 25:54 A Washington County, AR Kyle Sylvester Circuit Clerk Fi1eg033-0000055%} This bond is given in compliance with Act 351, Arkansas Acts of 1953, and Act 209, Arkansas Acts of 1957, the same appearing as Arkansas Statutes (1957), Section 51-635, Cumulative Supplement.. IN WITNESS WHEREOF, this instrument is executed in six (6) counterparts, each one of which shall be deemed as original, this the day of Attest: (Principal) Secretary (Seal) Witness as to Principal Address Attest: (Surety) Secretary (Seal) Benchmark Construction of NWA, Inc. ./ 1 �... //tom • 333 West Poplar, Ste A, Fayetteville, AR 72703 Address W tti d Insurance Company S B Scott R. Clark Attorney -in -Fact P. O. Box 5001, Westfield Center, OH 44251-5001 Witness as to Surety Address 5500 Euper Lane, Fort Smith, AR 72903 Address NOTE: Date of bond must not be prior to date of contract. (1) Correct name of Contractor. (2) A corporation, a partnership, or an individual, as the case may be. (3) Correct name of Surety. (4) Correct name of Owner. (5) If Contractor is a partnership, all partners should execute bond. (6) This bond must be filed with the Circuit Clerk of the county where the work is to be performed prior to the start of construction. 7-2 Bond #7844915 PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS: That we (1) Benchmark Construction of NWA, Inc. a (2) Corporation called "Principal" and (3) Westfield Insurance Company hereinafter of P. O. Box 5001 Westfield Center , State of Ohio , hereinafter called the "Surety," are held and firmly bound unto (4) City of Fayetteville, Arkansas hereinafter called the "Owner," in the penal sum of Three Million Seventy -Four Thousand Seven Hundred Seventy -Four and 91/100ths dollars ($ 3,074,774.91 ) in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered into a certain contract with Owner, dated the day of , a copy of which is hereto attached and made a part hereof for the construction of: Transfer Station and Material Recovery Facility Expansion - Contract Section 1: Office Building & Site Improvements; City of Fayetteville, Arkansas; Project No. Fy-355CS1 NOW THEREFORE, if the Principal shall promptly make payment to all persons, firms, subcontractors and corporations furnishing materials for or performing labor in the prosecution of the work provided for in such contract, and any authorized extension or modification thereof, all amounts due for but not limited to, materials, lubricants, oil, gasoline, coal and coke, repair on machinery, equipment and tools, consumed or used in connection with the construction of said work, fuel oil, camp equipment, food for men, feed for animals, premium for bonds and liability and workmen's compensation insurance, rentals on machinery, equipment and draft animals; also for taxes or payments due the State of Arkansas or any political subdivision thereof which shall have arisen on account of or in connection with the wages earned by workmen covered by the bond; and for all labor, performed in such work whether by subcontractor or otherwise, then this obligation shall be void, otherwise to remain in full force and effect. The Surety agrees the terms of this bond shall cover the payment by the Principal of not less than the prevailing hourly rate of wages as found by the Arkansas Department of Labor or as determined by the court on appeal to all workmen performing work under the contract. PROVIDED, FURTHER, that the said Surety, for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to 7-3 the work or to the specifications. PROVIDED, FURTHER, that no final settlement between the Owner and the Contractor shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. This bond is given in compliance with Act 351, Arkansas Acts of 1953, and Act 209, Arkansas Acts of 1957, the same appearing as Arkansas Statutes (1957), Section 51-635, Cumulative Supplement. IN WITNESS WHEREOF, this instrument is executed in six (6) counterparts, each one of which shall be deemed as original, this the day of Attest: Benchmark Construction of NWA, Inc. Principal (Principal) Secretary By 444.714 (Seal) 333 West Poplar, Ste A, Fayetteville,•AR~727-03- Witness as to Principal Address Address Attest: We Id Insurance Company S (Surety) Secretary By cott R. Clark (Seal) Attorney -in -Fact P. O. Box 5001, Westfield Center, OH 44251 -5001 - Witness as to Surety Address 5500 Euper Lane, Fort Smith, AR 72903 Address NOTE: Date of bond must not be prior to date of contract. (1) Correct name of Contractor. . . (2) A corporation, a partnership, or an individual, as the case may be. (3) Correct name of Surety. (4) Correct name of Owner. (5) If Contractor is a partnership, all partners should execute bond. (6) This bond must be filed with the Circuit Clerk of the county where the work is to be performed prior to the start of construction. 7-4 THIS POWER OF ATTORNEY SUPERCEDES ANY PREVIOUS POWER BEARING THIS SAME POWER=# AND ISSUED PRIOR TO 05117113, FOR ANY PERSON OR PERSONS NAMED BELOW. POWER NO. 0320052 04 General Power of Attorney CERTIFIED COPY Westfield Insurance Co. Westfield National Insurance Co. Ohio Farmers Insurance Co. Westfield Center, Ohio Know All Men by These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, corporations, hereinafter referred to individually as a "Company" and collectively as 'Companies,' duly organized and existing under the laws of the State of Ohio, and having its principal office in Westfield Center, Medina County, Ohio, do by these presents make, constitute and appoint SAM S. HILLER, LARRY R. CLARK, JANICE A. BUTLER, SCOTT R. CLARK, MARTY C. CLARK, VICCi L HILLER, SHANNON C. SCHMIDLY, ELIZABETH A. SOLOMON, SARAH K. DAY, JOINTLY OR SEVERALLY. of FORT SMITH and State of AR its true and lawful Attorneys) -in -Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings, or other instruments or contracts of suretyship- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - LIMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE GUARANTEE, OR BANK DEPOSITORY BONDS. and to bind any of the. Companies thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the applicable Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the premises. Said appointment Is made under and by authority of the following resolution adopted by the Board of Directors of each of the WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY: 'Be It Resolved, that the President, any Senior Executive, any Secretary or any Fidelity & Surety Operations Executive or other Executive shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: The Attorney -in -Fact may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -In -Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary' 'Be it Further Resolved, that the signature of any such designated person and the seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signatures or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached.' (Each adopted at a meeting held on February 8, 2000). in Witness Whereof, WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY have caused these presents to be signed by their National Surety Leader and Senior Executive and their corporate seals to be hereto. affixed this 17th day of MAY A.D., 2013 . Corporate 'agN.4y� Seals i.Y ...»...`�'� Affixed�, +3• � # ; SU - State of. Ohio County of Medina ss.: �""""""'ry WESTFIELD INSURANCE COMPANY ,, WESTFIELD NATIONAL INSURANCE COMPANY `- OHIO FARMERS INSURANCE COMPANY 1848 A? It ,, By: Dennis P. Baus, National Surety Leader and Senior Executive On this 17th day of MAY A.D., 2013 , before me personally came Dennis P. Baus to me known, Who, being by me duly sworn, did depose and say, that he resides in Wooster, Ohio; that he is National Surety Leader and Senior Executive of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, the companies described in and which executed the above Instrument; that he knows the seals of said Companies; that the seats affixed to said instrument are such corporate seals; that they were so affixed by order of the Boards of Directors of said Companies; and that he signed his name thereto by like order. Notarial Seal '"t A4,� Affixed `�'�ij�� f 1 William J. Kahelin, A rney at Law, Notary Public State of Ohio - N o My Commission Does Not Expire (Sec. 147.03 Ohio Revised Code) z a. County of Medina ss.: �., i, Frank A. Carrino, Secretary of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, do hereby certify that the above and foregoing Is a true and correct copy of a Power of Attorney, executed by said Companies, which is still in full force and effect; and furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are in full force and effect. in Witness Whereof, I have hereunto set my hand and affixed the seals of said Companies at Westfield Center, Ohio, this day of -A.D. - ,HssHrH,yl, ,,,,,,tlHb/Npi •�' r"# • d SEAL s SBCPf!Y4t� ,�•„ /A 4 & ., ' Frank A. Carrino, Secretary °•°.e." •''•0,1111 \1laaalaa BENCCON-01 DEBBIE AC'C►RL3' CERTIFICATE OF LIABILITY INSURANCE `....•--" DATE(MM/DD/YYYY) 10/28/2015 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 pollcy(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 BHC Insurance 5500 Euper Lane PE .O. Box 3529 Fort Smith, AR 72913-3529 CONTACT NAME: _ PHONE 452-4000 I F A/C No Ext : (479 )4524000 No X79) 484-5185 -MAIL ADDRESS: INSURER(S) AFFORDING COVERAGE NAIL # INSURER A: United Fire & Casualty Company ;13021 _ INSURED INSURER B: Accident Fund Ins Co of America !10166 INSURER C:_ Benchmark Construction Company of NWA, Inc. 333 W. Poplar, Ste. A INSURER 0: INSURER B: Fayetteville, AR 72703 INSURER F: en\leoer_es r-FRTIFIRaTF MI IMRFR• 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. MbRT! DOL LTR TYPE OF INSURANCE I INSD I BRI i PO1JSYEFf poLicy EXP I WVD! POLICY NUMBER MMIDDIYYYY I MM/DDIYYYY LIMITS A X COMMERCIAL GENERAL LIABILITY ! I^ j CLAIMS MADE U OCCUR X X 160464842 I 07/23/2015 107/23/2016 EACH OCCURRENCE I $ 1,000,00 PREMISES (Ea occurrence) 1 $ 100,000 MED EXP (Any one person) i $ 10,00 ! I I I i PERSONAL &ADV INJURY , $ 1,000,000 GEN'LAGGREGATELIMITAPPLIIEESPER, I ( I NGE ERALAGGREGATE i$ 2,000,000 PRODUCTS-COMPIOPAGG $ _ 2,000,000 L POLICY ! JET LOC ( I I 1 I $ OTHER: 1 I I AUTOMOBILE LIABILITY i COMB NED INGLE LIMIT (Ea accident) $ 1,000,000 A 1 X 1 ANY AUTO i X 60464842 i 0712312015 07/23/2016 ! BODILY INJURY (Per person) i s BODILY INJURY (Peraccident) $ OOWNED _ I SCHEDULED ALALL �' PROPERTY DAMAGE �(Peraccident) $ _ NON -OWNED HIRED AUTOS AUTOS I ! i I $ i i I 1 X 1 UMBRELLA LIAB I Xj OCCUR j EACH OCCURRENCE j $ 2,000,00 ! $ —2,000,000 A I I EXCESS LIAB ! CLAIMS -MADE' I 1 160464842 07/23/2015107/23/2016 AGGREGATE I I ; I DED RETENTIONS $ I WORKERS COMPENSATION j i. ! E X STATUTE I i ER ! AND EMPLOYERS` LIABILITY YIN ! X I WCV6114755 07/23/2015 07/23/2016 r E.L. EACH ACCIDENT 500,000 B ANY PROPRIETOR/PARTNER/EXECUTIVE E.L. DISEASE - EA EMPLOYE _$ $ 500,00 OFFICER/MEMBER EXCLUDED? (Mandatory In NH) N / A j E.L. DISEASE - POLICY LIMIT $ 500,000 If yes, describe under DESCRIPTION OF OPERATIONS below I A ;Contractors Eqpt I 60464842 ; 07123/2015 07/23/2016 See Below DESCRIPTION OF OPERATIONS! LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space is required) Re: Transfer Station & Materials Recovery Facility Expansion. City of Fayetteville, Arkansas and McGoodwin, Williams & Yates, Inc. are Additional Insureds Primary and Non-contributory with regard to General Liability and Auto Liability when required by written contract Waiver of Subrogation applies in favor of City of Fayetteville, Arkansas and McGoodwin, Williams & Yates, Inc. with regard to General Liability, Auto Liability and Workers Compensation when required by written contract. 30 Day Notice of Cancellation has been requested from the carrier in favor of City of Fayetteville, Arkansas with regard to General Liability, Auto Liability and Umbrella Liability. City of Fayetteville, Arkansas 113 W. Mountain Fayetteville, AR 72701 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 V 1*S-U14 P.. VI v Vr[CVrw1 rvrv. ran "M" racrvmu. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD THIS .POWER OF ATTORNEY SUPERCEDES ANY PREVIOUS POWER BEARING THIS SAME POWER # AND ISSUED PRIOR TO 05117113, FOR ANY PERSON OR PERSONS NAMED BELOW. POWER NO. 0320052 04 Gene.ra! Power of Attorney CERTIFIED COPY Westfield Insurance Co. Westfield National Insurance Co. Ohio Farmers Insurance Co. Westfield Center, Ohio Know All Men by These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, corporations, hereinafter referred to individually as a Company' and collectively as 'Companies,' duly organized and existing under the laws of the State of Ohio, and having its principal office in Westfield Center, Medina County, Ohio, do by these presents make, constitute and appoint SAM B. HILLER, LARRY R. CLARK, JANICE A. BUTLER, SCOTT R. CLARK, MARTY C. CLARK, VICCI L HILLER, SHANNON C. SCHMIDLY, ELIZABETH A. SOLOMON, SARAH K. DAY, JOINTLY OR SEVERALLY, of FORT SMITH and State of AR its true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings, or other instruments or contracts of suretyship- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -- LIMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE GUS, OR BANK DEPOSITORY BONDS. and to bind any ofthe.Companies thereby as fully and tothe same extent as if such bonds were signed by the President, sealed with the corporate sea) of the applicable Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorneys) -in -Fact may do in the premises. Said appointment Is made under and by authority of the following resolution adopted by the Board of Directors of each of the WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY: 'Be It Resolved, that the President, any Senior Executive, any Secretary or any Fidelity & Surety Operations Executive or other Executive shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: The Attorney -in -Fact. may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be as binding upon the Company as If signed by the President and sealed and attested by the Corporate Secretary." "Be it Further Resolved, that the signature of any such designated person and the seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signatures or facsimile seal shall be valid and binding upon the- Company with respect to any bond or undertaking to which it is attached." (Each adopted at a meeting held on February 8, 2000). In Witness Whereof, WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY have caused these presents to be signed by their National Surety Leader and Senior Executive and their corporate seals to be hereto affixed this 17th day of MAY A.D., 2013 . Corporate ,'Jigs Seals Affixed `v.• . �P ►may#; O% J1 •+e State of Ohio County of Medina Sc.: ,.�•'"u"�'"r�""""_'••., WESTFIELD INSURANCE COMPANY X WESTFIELD NATIONAL INSURANCE COMPANY 44f•. `�\ OHIO FARMERS INSURANCE COMPANY "�4 •,.:..,....�"'�a By: Dennis P. Baus, National Surety Leader and Senior Executive On this 17th day o₹ MAY A.D., 2013 , before me personally came Dennis P. Baus to me known, who, being by me duly sworn, did depose and say, that he resides in Wooster, Ohio; that he is National Surety Leader and Senior Executive of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, the companies described in and Which executed the above instrument; that he knows the seals of said Companies; that the seals affixed to said instrument are such corporate seals; that they were so affixed by order of the Boards of Directors of said Companies; and that he signed his name thereto by like order. ofanai � Seal A S Affixed C4' `�ijJ//% • ^ rI William J. Kahelin, A rney at Law, Notary Public State of Ohio 'o/ My Commission Does Not Expire (Sec. 147.03 Ohio Revised Code) County of Medina ss.: =y, 4 O F Ovs I, Frank A. Carrino, Secretary of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies, which is still in full force and effect; and furthermore, the resolutions of the Boards of Directors, set out In the Power of Attorney are in full force and effect. lr!Witness. Whereof, I have hereunto set my hand and affixed the seals of said Companies at Westfield Center, Ohio, this day of A.D.• o15 ;, 1848 :, ' Frank A. Carrino, Secretary RFMCCON.01 DEBBIE CERTIFICATE OF LIABILITY INSURANCE DATE 10128/DD/YYYY) 10!28/2015 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 BHC Insurance 5500 Euper Lane P.O. Box 3529 Fort Smith, AR 72913-3529 CONTACT NAME: PHONE , (479) 452-4000 FAX No : (479) 484-5185 EMAIL ADDRESS: INSURER(S) AFFORDING COVERAGE NAIL # INSURER A: United Fire & Casualty Company 13021 INSURED INSURERS: INSURER C: City of Fayetteville, Arkansas 113 W. Mountain : INSURERD: INSURER E: Fayetteville, AR 72701 INSURER F: COVERAGES GER7II-IGAIC NUMB .M: r[CYWIVr11 r%Vn11UQR. 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 : TYPE OF INSURANCE IADOLJSUBR' i POLICY EFF i P UCY P LTR ' INSD i WVD POLICY NUMBER i MMIDD ! MMID LIMITS A , COMMERCIAL GENERAL LIABILITY ! i I LEACH OCCURRENCE i $ 2,000,00 _ CLAIMS -MADE i X i OCCUR X 20321835 ' 10/27/2015 10/27/2016 PREMISES (Ea occurrence) I $ X Owners Contractors I i I MED EXP (Any one person) $ X Protective Liability. j f I. PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: I GENERAL AGGREGATE I $ 2,000,00 •POLICY �E Q `J LOC ; PRODUCTS - COMP/OP AGG $ OTHER: $ AUTOMOBILE LIABILITY . COMBMED SINGLE OMIT i Ea acdderd ' $ ANY AUTO BODILY INJURY (Per person) $ ALL OWNED SCHEDULED BODILY INJURY (Per ac dent) $ AUTOS AUTOS 1 I -- - NON -OWNED 1 PROPERTY DAMAGE ; $ HIREDAUTOS � AUTOS I; �eracddent) i 1 •$ UMBRELLA LIAB % OCCUR i I i EACH OCCURRENCE I $ EXCESS LIAR 1 CLAIMS -MADE! AGGREGATE $ _ DED RETENTION $ I I $ IWORKERS COMPENSATION I i ! ! PER 0114 STATUTE : ER ,AND EMPLOYERS' LIABILITY V/NI I 'ANY PROPRIETORIPARTNER/EXECUTIVE NIA1 ; E.L. EACH ACCIDENT I $ OFFICERIMEMBER EXCLUDED? :(Mandatory In NH) I ? E.L. DISEASE - EA EMPLOYE $ If yes, describe under I ! I I • DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ I I I I DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space Is required) Contractor: Benchmark Construction Co. of NWA, Inc. I Project: Transfer Station and Material Recovery Facility Expansion Certificate Holder is additional insured with regard to Owners, Contractors Protective Liability when required by written contract CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE McGoodwin Williams & Yates THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 302 E Millsap Rd Fayetteville, AR 72703 AUTHORIZEDREPRRESENTATIVE V IOOO"V .T I1VV.\Y vv,., V. v., ,... •-••........ - ACORD 25 (2014101) The ACORD name and logo are registered marks of ACORD INSURANCE COVERAGE OFFICE FACILITIES AND SITE IMPROVEMENTS RECYCLING AND TRASH COLLECTION DIVISION Fayetteville, Arkansas Project No. FY355 In addition to furnishing Insurance Certificates or Binders which list the types, amounts, and expiration dates of the insurance for the project during the construction period, the Contractor's insurance agent shall provide the following information in order to assist the Owner in evaluating compliance with the insurance requirements. This completed form is to be forwarded to the Engineer along with the Insurance Certificate(s). A copy of this form is to be completed and signed by each insurance agent providing insurance coverage on the project. Types of Insurance Required by the General Policy Number which Covers the Conditions and amended by the Supplementary Required Insurance:. Y tai e Conditions, pages SC -3 through SC -7, to be in Re,.re.r - fy +,'�,- it ca. otaturtcC, Pra effect during construction: SC -5.04.A.1 & SC- 5.04.A.2: Workers Compensation SC -5.04.A.3 through S: 5.04.A.6: SC -5.04.A.6: Comprehensive Automobile Liability SC -5.05: Owner's Liability Insurance SC -5.05: Property Insurance SC -5.06.B: Other Insurance (as needed) Specify Need: We,V tQ IIW'75J QW 3a 1435 Njl1 - per eenamar'K(;0t15i-r1c °oil +0 o-UVGY �C• t.0 t[AEYS SC -5.06.B: Insurance provided by Contractor will be considered primary and not contributory tO.yE other insurance available to the Owner or Engineer. Above insurance complies with this section. Insurance Agent Initial: ,0tY+' �ttt�rctl I.:ialail tt� Section 02320 of Specifications and of fjr t ttC. iipt, •tt u.jan.. O lti tb' SC -5.06.B.2: Blasting (if applicable) oVBr l�si,t t�si lttYll7tlla 0.Je at-�it�Iry:�1��..___lt The above information provided by % t.tFt l t try Ii C... (Agent's company name) 0500 £pw Latie.. ,...: S, i l 'Zalo (Agent's address) (City) (State) (Zip Code) R i as insurance for jIt G1\ tt't rk nskr Ise i o�, oc MiJl� jt1 (Contractor) Signature for Insurance Agent Date ' �}rov c& �� �t bovL r c�e.,r•cn c e.o( ra(t Gces �, �Gc5 e t�n-c , t�u+/crol�ts a.v�e Scat>�cc��i -1-.� 41,e;r n.�liut �)r�,$ -- Go,�d� o►ts. Wade Abernathy Submitted By City of Fayetteville Staff Review Form 2016-0123 Legistar File ID N/A City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item rCht(\U1 Cc -v i rar er 5V -aeon 3/9/2016 Facilities Management / _ Finance & Internal Services Department Submitted Date Division / Department Action Recommendation: A change order #2 for the Transfer Station and Material Recovery Facility Expansion requires the Mayor's signature. The change order is for a credit in the amount of $915.53. In summary, the cost associated with additional undercut and backfill for unsuitable soils was mostly offset with cost saving items selected by the City. Additional 5 calendar days were approved for weather and additional light pole bases. Budget Impact: 5500.5080 Recycle & Trash Account Number Fund 13021 SW Office & Transfer Station Expansion Project Number Project Title Budgeted Item? Yes Current Budget $3,163,156.00 Funds Obligated $ 2,675,736.67 Current Balance $ 487,41.9.33 Does item have a cost? No Item Cost $ 0 Budget Adjustment Attached? NA Budget Adjustment Remaining Budget $ 4873 fr19.33 V20140710 Previous Ordinance or Resolution # 192-15 Original Contract Number: Comments: Bid #15-44 Approval Date: - I Lg CITY OF 'tlle ARKANSAS TO: THRU: FROM: DATE: SUBJECT: ATTACHMENT: RECOMMENDATION STAFF MEMO Mayor Lioneld Jordan Don Marr, Chief of Staff Terry Gulley, Transportation Services Dept. Director Jeff Coles, Recycling and Trash Collection Division Head Wade Abernathy, Facilities Management/ Building Construction Manager March 9, 2016 Notice Pursuant to A.C.A. 14-40-2201 and 14-40-2202 Approval of Change Order #2 to the Contract with Benchmark Construction for the construction of the Recycling and Trash Collection Facility Expansion. Staff recommends approval of Change Order #2 to the Contract with Benchmark construction for a credit in the amount of $915.53, which is a net credit for 8 items and 5 additional days added to the contract, as identified as a part of the Change Order #2. BACKGROUND City of Fayetteville entered into a contract with Benchmark construction for the expansion of the Recycling and Trash Collection Facility per Resolution: 192-15. DISCUSSION Unsuitable soils were encountered in what will be the northwest parking area. The change order reflects increased undercut and backfill, an increase for additional fill dirt imported due to using up the city provided concrete fill, an increase for light pole bases, and increase for revised data cable, credit for deleting light bollards, and credit for unused quantity of geogrid. City Staff has verified requested quantities, and MW'( Engineering Firm has also approved the change order request. BUDGET IMPACT N/A SUMMARY The Mayor's signature is required for full execution of Change Order #2. Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 192-15 File Number: 2015-0471 BENCHMARK CONSTRUCTION OF NWA CONTRACT: A RESOLUTION TO APPROVE A CONTRACT WITH BENCHMARK CONSTRUCTION OF NWA, INC. IN THE AMOUNT OF $3,373,506.91 FOR THE CONSTRUCTION OF THE RECYCLING AND TRASH COLLECTION FACILITY EXPANSION; TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $150,000.00; TO APPROVE CHANGE ORDER NO.1 TO REFLECT VALUE ENGINEERING ITEMS AND REDUCE THE CONTRACT AMOUNT BY $298,732.00; AND TO APPROVE A BUDGET ADJUSTMENT 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 approves a contract with Benchmark Construction of NWA, Inc. in the amount of $3,373,506.91 for the construction of the Recycling and Trash Collection Facility Expansion, and further approves a project contingency in the amount of $150,000.00. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves Change Order No. 1 to the contract with Benchmark Construction of NWA, Inc. to reflect value engineering items and reduce the contract amount by $298,732.00. Section 3: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution. PASSED and APPROVED on 10/20/2015 Attest: Sondra E. Smith, City Clerk Treasurer Pge I Printe £�� c,\� Y p� sGT r ff o. :FAYETTEVILLE( d4 ANSP.��a��l Change Order No.2 Date of Issuance: 3/2/2016 Effective Date: 3/2,12016 Froject: Transfer Station and ]Materials OEvner: City of Owner's Contract No.: Bid # 15-44 Reco er ' Facility Expansion lFavetteville Contract: Contract Section I — Office Facilities and Site Date of Contract: October 20, 2015 lmnrovements Contractor: Benchmark Construction of NWA, Inc: Engineer's Project No.: FY -355 The Contract Documents are modified as follows upon execution of this Change Order: Description: See attached. Attachments (list documents supporting change): Change Order No. 2 Detailed Breakout CHANGE IN CONTRACT PRICE: CHANGE IN CONTRACT TIMES: Original Contract Price: Original Contract Times: Working Calendar days Substantial completion (days or date): 360 S 3.373.506.91 Ready for final payment (days or date): 394 Decrease from previously approved Change [Increase] [Decrease] from previously approved Change Orders Orders No. 0 to No, 1: No. 0 to No. 0: Substantial completion (days): -0- 298.732,00 Ready for final payment (days): -0- Contract Price prior to this Change Order: Contract Times prior to this Change Order: Substantial completion (days or date): 360 3.{)7=1.774.91 Ready for final payment (days or date): 390 Decrease of this Change Order: Increase of this Change Order: Substantial completion (days or date): 5 9l53 Ready for final payment (days or date): 5 Contract Price incorporating this Change Contract Times with all approved Change Orders: Substantial completion (days or date): 365 S 3.073,859.38 Ready for final payment (days or date): 395 RECOM 'TEND -D: ACC VT'. ACCEPTED: By: y; By: jL } neitwvr (Authorized Signature) Owner (Au i ed Signature) Contractor (Authorized Signature) Date: ;'_larch 2"d. 2016 Date: I _ Date: EJCDC C-941 Change Order Prepared by the Engineers Joint Contract Documents Committee and endorsed by the Construction Specifications Institute. Pate 1 of I Fayetteville Recycling and Trash Collection Office Building and Site Improvements - Contract Section 1 Change Order No. 2 Detailed Breakout ITEM NO. CONTRACT IDENTIFIER DESCRIPTION UNIT PRICE QUANTITY CONTRACT PRICE ADJUSTMENT CONTRACT TIME ADJUSTMENT (Calendar Days) I Proposal Request No. I Delete all light bollards and associated work. S (13,989.00) Lump Sum I S (13,989.00) 0 2 Proposal Request No. 4 Substitute CAT6 data cable for CATS. $ 258.00 Lump Sum 1 $ 258.00 0 3 Proposal Request No. 6 Construct reinforced concrete light pole foundation for all yard light poles. $ 8,448.00 Lump Sum 1 $ 8,448.00 4 4 Proposal Request No. 8 Soil disposal. $ 4.00 /Cubic Yard 213 $ 852.00 0 5 Application for Payment No. 2 Inclement weather days in excess of contract allowance. - - - I 6 Application for Payment No. 4 Reconcile Owner provided aggregate excavation and backfill. $ 14.50 /Cubic Yard 1,956.00 $ 28,362.00 0 7 Application for Payment No. 4 Reconcile Contractor provided aggregate excavation and backfill. $ 17.50 /Cubic Yard 133.00 $ 2,327.50 0 8 Application for Payment No. 4 Reconcile subgrade reinforcing geogrid. $ 9.75 /Square Yard 2,787.08 $ (27, 174.03) 0 II TOTAL $ (915.53) 5 II FY355 Change Order 2 Breakdown.xlsx 3/2/201610:37 AM Transmittal Letter Date: 12-4-15 Benchmark Construction 333 West Poplar St. Fayetteville, Ar 72703 Phone: 479-251-1316, Fax: 251-1319 E Mail: benchmarkconst@att.net To: McGOODWIN, WILLIAMS AND YATES Rebecca Wood Attention: Rebecca Wood Re: FAYETTEVILLE TRANSFER STATION Job Number:15-44 Attached Under Separate Cover via: the following: Shop Drawings Prints Plans ✓ Other: Copy of Letter Change Order Samples PDF attachments. Total Quantity Reproducible Specification For Approval Approved as Submitted Resubmit copies for approval For Your Use Approved as Noted Submit [#] copies for distribution As Requested Returned for Corrections Return [#] corrected prints For Review and Comment Revise and Resubmit/Work May Not Proceed FOR BIDS DUE: P1 PRINTS RETURNED AFTER LOAN Brad Hammond Steve Smith Signature PROPOSAL FROM:... BENCHMARK CONSTRUCTION COMPANY, INC 333 WEST POPLAR FAYETTEVILLE, AR 72703 PROPOSAL TO:........McGOODWIN, WILLIAMS AND YATES ENGINEERS PROJECT:................CITY OF FAYETTEVILLE TRANSFER AND MATERIAL RECOVERY EXPANSION JOB #: 15-44 DATE ........................DECEMBER DECEMBER 4, 2015 DEAR MR. LEWIS, WE REQUEST AN INCREASE TO THE CONTRACT IN THE AMOUNT OF---------------------->> ($13,989) ALONG WITH AN INCREASE IN THE CONTRACT COMPLETION TIME OF -0- DAYS. PROPOSAL REQUEST #1 DELETE THE LIGHT BOLLARDS TOTAL COST FOR G.C. WORK..........................................$0 $0 5 %OVERHEAD& PROFIT 0 TOTAL COST FOR SUB WORK ..........................::............. -13323 5 % OVERHEAD & PROFIT -666 --------------- SUBTOTAL.......................................................................... ($13,989) 0.02800 BOND 0.01900 MULTICOVERAGE INS 0.01850 OCP INS 0.01980 BLDRS RISK ----------------- 0.08530 Total Items X Bottom Line 0 --------------- TOTAL CHANGE ORDER AMOUNT .................................. ($13,989) SINCERELY, ----------------- - OWNER'S SIGNATURE REQUIRED FOR APPROVAL COST DETAIL: WORK PERFORMED PROJECT:................CITY OF FAYETTEVILLE 0 WORK PERFORMED BY G.C. BY SUBCONTRACTOR << UNIT PRICES >> NET PLACING COST (QTY X LABOR PLUS BURDEN): ~y~~~~~~^ LAB+ 48% BURD (W.C., FICA, SUT,FUT) SUBCONTR TOOLS NET COST OF MATERIALS (QTY X MAT PLUS ST.): PRICE DESCRIPTION Q UNIT :LABOR MAT SUB AND PLUS CONT EQUIP + TOOLS & EQUIP 1% LIAB INS 0 0 0 0 0 0 PREMIER ELECTRICAL -1.00 LS 13323.00 -0 -13323 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 December 3, 2015 Steve Smith Project Manager Benchmark Construction 333 W Poplar Suite A Fayetteville, AR 72703 (479) 871-2082 Subject: Transfer Station and Material Recovery Facility Expansion Thank you for the opportunity to bid this project. The following exclusions includes all materials, labor, tools, and equipment for this electrical project as described in the provided bid documents from Mc Goodwin Williams & Yates Engineering labeled, "Transfer Station and Material Recovery Facility Expansion E2.02 and E4.01" and dated July 2015. All work to be in accordance with scope of work as described in the provided information. Premier IEC, LLC will exclude: 200 Ft. Trenching 250 Ft. % PVC 0 600 Ft. #12 thhn 0 20 bollards with lights (per lighting schedule E4.01) �'.ts * 111 i s"C • I •' If you have any questions or concerns, please do not hesitate to contact us. Best Regards, Jerry Faulkner Electrical Superintendent Transmittal Letter Date: 1-25-16 Benchmark Construction 333 West Poplar St. Fayetteville, Ar 72703 Phone: 479-251-1316, Fax: 251-1319 E Mail: benchmarkconst@att.net To: McGOODWIN, WILLIAMS AND YATES Attention: Rebecca Wood Rebecca Wood Re: FAYETTEVILLE TRANSFER STATION Job Number: 15-44 PROPOSAL FROM:...BENCHMARK CONSTRUCTION COMPANY, INC 333 WEST POPLAR FAYETTEVILLE, AR 72703 PROPOSAL TO:........McGOODWIN, WILLIAMS AND YATES ENGINEERS PROJECT:................CITY OF FAYETTEVILLE TRANSFER AND MATERIAL RECOVERY EXPANSION JOB #: 15-44 DATE:........................JANUARY 18, 2016 DEAR MR. LEWIS, WE REQUEST AN INCREASE TO THE CONTRACT IN THE AMOUNT OF-------- - ---------->7 ALONG WITH AN INCREASE IN THE CONTRACT COMPLETION TIME OF -0- DAYS. RESPONSE TO PROPOSAL REQUEST NUMBER 4 CHANGING CAT 5 TO CAT 6 CABLING $258 TOTAL COST FOR G.C. WORK......................................... $206.96 15 % OVERHEAD & PROFIT $31.04 TOTAL COST FOR SUB WORK......................................... $0.00 5 % OVERHEAD & PROFIT $0.00 SUBTOTAL......................................................................... $238.00 0.02800 BOND 0.01900 MULTICOVERAGE INS 0.01850 OCP INS 0.01980 BLURS RISK 0.08530 Total Items X Bottom Line $20.30 TOTAL CHANGE ORDER AMOUNT ..................................$258.30 $258.30 SINCERELY, -------------- ---------• --------------- --------------- ----------- OWNER'S SIGNATURE REQUIRED FOR APPROVAL COST DETAIL: WORK PERFORMED PROJECT: .....,,., CITY OF FAYETTEVILLE 0 WORK PERFORMED BY G.C. BY SUBCONTRACTOR :« UNIT PRICES >> yW�~yyy~ NET PLACING COST (QTY X LABOR PLUS BURDEN): LAB+ 48% BURD (W.C., FICA, SUT,FUT) SUBCONTR TOOLS NET COST OF MATERIALS (QTY X MAT PLUS ST.): PRICE DESCRIPTION Q UNIT :LABOR MAT SUB AND PLUS CONT EQUIP + TOOLS & EQUIP 1% LIAB INS PREMIER ELECTRIC DIFFERENCE IN COSTS TO GO 1.00 LS 189.00 FROM CAT 5 TO CAT 6 CABLING SEE PRICING BACKUP ATTACHED 0 0 207 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 40lCONSTRUCTION PROPOSAL .L I 0 Pr ernie?' IEC 1086 Athens Ave.Sef:el H iyhts, AR ?2764 8.0826-15.0 ; 479 927-95o uhpTrnioc.corr 1. CUSTOMER .OMER QUANtITY L ESCRIPT1ON UNIT PRICE AMOUNT Benchmark ConstructEn Phase 1 CAT -5 24 cables ESTtMATE NO 2400 2400 Ft. CAT -5 $0.09 $216.00 ?R-13'5 16 Labor._ -. _..... ....$60.00 _... $960.00 DATE Phase 2 CAT -5 18 cables 1115,'2016 1800 1800 Ft. CAT -5 $0.09 $162.00 10 Labor $60.00 $600.00 ADDRESS 332W Poplar St. CIT.1,,yTATE SIP ayette i :e. AR 72703 PHONE 479.251-13t6 E.: 10AIL - PROJECT Transfer Station TAR -0004 PREPARE? B!' Jerry Fnr kner ATTE tT...N PAYMENt TERMS DUE DATE INtl P }c:A. t :. '_;'> >'i'FE CONDITIONS NOTED. T -D. SUBTOTAL $378.00 Enter conditions here MARKUP 15' $66.70 TAX RATE 9.75% SALES TAX $36.86 LABOR $1,560.00 TOTAL $2,041.56 Sign Here to Accept Quote; CUSTOMER QUAN IITY DESCRIPTION Authorized Rep UNIt TRICE AMOUNT Date Page 2 of 2 CONSTRUCTION L i Premier IEC ( 1086 Athens Ave. Bethel Heights, AR 72764 8u 1326 50 1 479 921.1956 j`aJIKnerro;prernl r€ec.: orrr 0. ", k1etr�c� t..,.::. ER QUANTITY DESCRIPTION UNITPRICE AMOUNT 2errhma k (r _.._. Phase 1 CAT -6 24 cables TI•:'AT NO :I 2400 2400 Ft. CAT -6 $0.12 $295.20 ?R-1355 16 Labor $60.00 $960.00 DACE Phase 2 CAT -6 18 cables 1115;20'6 ._.. 1800 1800 Ft. CAT -6 .__..... _._. _ $0.12 $221.40 10 Labor $60.00 $600.00 ADORE ES .. _. 3334': P'tNs"St.. ,... ......: ,:.,.. _ _.. _. Rryrtt(£ 72 702 _.... ......... PHONE ',;;MAlt, PRO,IEAT "n<.:<.•S at PR -COOLS >RF;> ;REL) BY Jerry FarrEnrr A TENT 0" DUE DATE n.a PROPOSAL :NC.€.tW D3;.:a IRE i,,.., <;a: IONS NO. SD SUBTOTAL Enter conditions here MARKUP 15% $103.67 TAX RATE 9.75% SALES TAX $50.37 LABOR $1,560.00 TOTAL $2,230.64 Sign Here to Accept Quote! CUSTOMER QUANTITY DESCRIPTION U CT"rPRICE AMOUNT Authorized Rep Date Pago 2:of2 '9 Gr%4)aR-- 516A EAST ROBINSON SPRINGDALE AR 72764-7132 Phone: 479-872-3400 Fax: 479-872-6680 To; CITY OF FAYETTEVILLE Date: 01/22/2016 Attn; Brad Fulmer Pro Name: 1 GENERAL CABLE 113 WEST MOUNTAIN FAYETTEVILLE AR 72701 GB Quote #: 0224347196 Attn: Stefan B Valid From: 01/22/2016 Phone: 479-521-7700 Valid To: 02/21/2016 Fax: 479-575-8250 Contact: KENNY ENDERLAND Email: Email: kenny.enderland@graybar.com Proposal We Appreciate Your Request and Take Pleasure in Responding As Follows Item Quantity Supplier Catalog Nbr Description Price Unit Ext.Price 100 4,000 EA GENERAL CABLE GB Part #: 99507241 UPC #: 07940730638 200 4,000 EA GENERAL CABLE GB Part #: 25202458 UPC #: 07940784530 5EN P4P24-BL-P-GCC-5133299E PV 6NP4P24-BL-P-GCC- 7133800 PV -CE $84.29 1000 $337.'16 $123.34 1000 $493.36 Total in USD (Tax not included): $830.52 This equipment and associated installation charges may be financed for a €m, monthly payment through Graybar Financial Services (subject to credit approval). For more information call 1.800.241-7408 to speak with a leasing specialist. To learn more about Graybar, visit our website at ww graybar_com 24 -Hour Emergency Phone#: 1-800-GRAYBAR Subject to the standard terms and conditions set forth in this document. Unless otherwise notedfreight terms are F.O.B. shipping point prepaid and bill. Unless noted the estimated ship date will be determined at the time of order placement. Page 1 of 2 Transmittal Letter Date: 12-4-15 Benchmark Construction 333 West Poplar St. Fayetteville, Ar 72703 Phone: 479-251-1316, Fax: 251-1319 E Mail: benchmarkconst@att.net To: McGOODWIN, WILLIAMS AND YATES Rebecca Wood Attention: Rebecca Wood Re: FAYETTEVILLE TRANSFER STATION Job Number:15-44 We are sending you _ .._ Attached Under Separate Cover via: the following: Shop Drawings Copy of Letter Total Quantity Prints Change Order Reproducible Plans Samples Specification Other: PDF attachments. For Approval Approved as Submitted Resubmit copies for approval For Your Use Approved as Noted Submit [#] copies for distribution As Requested Returned for Corrections Return [#] corrected prints For Review and Comment Revise and Resubmit/Work May Not Proceed FOR BIDS DUE: f PRINTS RETURNED AFTER LOAN Brad Hammond Steve Smith Signature PROPOSAL FROM:... BENCHMARK CONSTRUCTION COMPANY, INC 333 WEST POPLAR FAYETTEVILLE, AR 72703 PROPOSAL TO:........McGOODWIN, WILLIAMS AND YATES ENGINEERS PROJECT:................CITY OF FAYETTEVILLE TRANSFER AND MATERIAL RECOVERY EXPANSION JOB #: 15-44 DATE:........................FEBRUARY 17, 2016 REVISED MARCH 1, 2016 DEAR MR. LEWIS, WE REQUEST AN INCREASE TO THE CONTRACT IN THE AMOUNT OF---------------------->> $8,448 ALONG WITH AN INCREASE IN THE CONTRACT COMPLETION TIME OF -4- DAYS. CONCRETE LIGHT POLE BASES (PR #6) RESPONSE PER SHEET E4.01. FIVE LIGHT POLE BASES REQUIRED FOR L2 FIXTURE TOTAL COST FOR G.C. WORK..........................................$6,656 $6,656 15 % OVERHEAD & PROFIT 998 TOTAL COST FOR SUB WORK.........................................0 0 5 %OVERHEAD& PROFIT 0 SUBTOTAL.......................................................................... -------------- $7,655 0.02800 BOND 0.01900 MULTICOVERAGE INS 0.01850 OCP INS 0.01980 BLDRS RISK 0,08530 Total Items X Bottom Line 721 TOTAL CHANGE ORDER AMOUNT............_. .................... $8,448 SINCERELY, ----------------- ----- ------------------ - ------------- ----------- OWNER'S SIGNATURE REQUIRED FOR APPROVAL COST DETAIL: WORK PERFORMED PROJECT:................CITY OF FAYETTEVILLE 0 WORK PERFORMED BY G.C. BY SUBCONTRACTOR :<< UNIT PRICES >> NET PLACING COST (QTY X LABOR PLUS BURDEN)~~~~ yy~~HH~L~~~ LAB+ 48% BURD (W.C., FICA, SUT,FUT) SUBCONTR TOOLS NET COST OF MATERIALS (QTY X MAT PLUS S.T.): PRICE DESCRIPTION Q UNIT :LABOR MAT SUB AND PLUS _----_.,.,-------------------.,-_______.,----.,--_-___-_-_-_--___--_ ___---- ______ NNCONT---NEQUIP-- NM+TOOLS &EQUIP.,.,-___-----_--_..-...._- 1%o LIAR INSM1^ 0 0 STAKING 5.00 HRS 44.00 0 0 326 0 DRILLING 5.00 EA 150.00 225.00 0 0 2342 0 REBAR 993.00 LBS 0.55 0.72 0 0 1591 0 CONCRETE 6.75 CY 75.00 95.00 0 0 1451 0 TEMPLATES FOR ANCHOR BOLTS 5.00 EA 15.00 15.00 0 0 193 0 SONOTUBE 10.00 LF 25.00 35.00 0 0 753 0 0 0 0 0 0 0 r rxo uwr POLE _ FACE AWAY moN soswAlx TE ALL CAW NO vnRE5 TOCEINW CONWI `NAxO TE i0 0-OINTS RNISN GRM SO.Ae w•^o LWC AS'So. ER cuDWGRW�wp � su vEo nAn"ot°�s ' OLi5 SIPRhO SY NTR TE aOL1S TO REt ONG \ 11 0 PANS "t CARS CONDUIT •� o�LAP 3`°• T ' e N vERnCALM s°tlTwxDAARo°Pnocia aD[rSivtt J EEWNALLY SPACED S T N NT ,,�-_: ��/,. POIA°LLD°ai PATWiwxxc \x a' i N CONW ACTOR SHA[L CWSTRUCT USNT PaE AND FOOTNO AS DING All ACCESSORIES OR ADWRTFx"x45 NEEDED i f N R` NOT LODING LLY ID FOR. LIGHT FOOTING DETAIL ORATREO,vAI1 maw P. CHC 7 [I i� oa[ ,w. a m,oAc+m mEcr NArw.0 a m[s No ,T. v .w[. salownu UNDERDRAIN TRENCH DETAILS _ a m. �smmNF. TYPICAL PARKING LAYOUT S lS16. N®u +E L 3 aPRECAST CONCRETE TIRE STOP 0 CLEANOUT DETAIL 4 H.C. ACCESSIBLE PARKING AREA � s10"''n u r TO GRNa TONN CHNs WATER QUALITY SWALE y." 1h`C"l1`C�'i`T k•mk•d,H. v.°wm`sTwrt. n=,T va''aA°L�.��°�s,aa s aAH.mRs-'T D=an 10 BIORETENTION BASIN v/ IIVROI cmmNRRRNRACHNASAORNROCAOTR REV DATE BY owo+sw DESCRIPTION LLa �D- TRNT�D�ak ® +) axslwcr ouE Rcx �' A � amxp» HC. ACCESSIBLE PARKING SIGN 4 � DIRECTIONAL ARROW § Nos Ca,oa,[.N,+{ --} n """P`io•:oAorc .e«�P°[ ONONRRONOworwDD n ""°,a�cal� aaawixN[sLL"iHroi o a.I wm [voDmNw ra a[ara ,NLrJOI+.TpY OHONHSFOONONRDFRION CAR BICYCLE PARKING RACK awns w _ co'xwAt[ wm � Fow vlwrvlc sbmu+C 11 DRAINAGE DITCH DETAIL ' NSR a NAmw. ' m a k• w Aa ,T DIea.AN aR �As III as 6• P,c -Owx .a[ Narnse R•aa- H eAAS R+3'aC 13 DETAILS OF PIPE UNDERDRAIN Goodwin Williams & Yates FY355 PN[[ulny Esalu [ea TRANSFER STATION AND AATERIAL RECOVERY MOUSY E.ANNON xc CONTRACT SECTION I - O RCE MOUTHS MO NRE IMPROVEMENTS RECYCLING AND TRASH COLLECTION DIVISON• FAIERCMLLE. ARKANSAS SITE DETAILS - DRIVE, PARKING, C5 FENCE, LID AND ADA M G d to WUHdms a es EnoiEneerng ConFienc PROJECT NAME: FY0355 - Fayetteville Recycling & Trash Collection Division Master Site & Facilities Plan PROJECT NUMBER: FY0355 SUBJECT: Soil Disposal Proposal - Action Item:00230:tG3aS DUE DATE: 1/5/2016 ID: PR -00008 SENDER ID: INITIATED BY: Zane Lewis REASONS: DISCIPLINE: STATUS: Closed COP STATUS: Not Received CONTRACT: DESCRIPTION: Thank you Wade. Zane S. Lewis, P.E. LEED AP BD+C Engineer lcGofdwin Williams if 1f t trlgifleUU1IJ 0fpl 1 I1lc 302 E. Millsap Fayetteville, AR 72703 Ph: (479)443-3404 Fax: (479)443-4340 http://www.mwyusa.com Facebook From: Abernathy, Waylon [mailto:wabernathy@fayetteville-ar.gov] Sent: Tuesday, December 22, 2015 3:53 PM To: Zane Lewis <zlewis@mwyusa.com> Cc: Coles, Jeff <jcoles@fayetteville-ar.gov> Subject: RE: Soil Disposal Proposal - Action Item:00230:tG3aS Zane, Authorize Benchmark to precede with the sift and removal of debris for $4.00 per yard as discussed below. wade From: Steve or Roger at Benchmark Construction [mailto: benchmarkconst(d)att.netl Sent: Tuesday, December 22, 2015 3:36 PM To: Zane Lewis <zlewis(o)mwyusa.com> Cc: Abernathy, Waylon <wabernathy(adfayetteville-ar.gov>; Brad Hammond <bhammond(a)mwyusa.com> Subject: Re: Soil Disposal Proposal - Action Item:00230:tG3aS Zane, Thx for your clarification and I was made aware of the on -site discussions with Roger and Wade. Here is the breakout supplied by RCR and it does go along with Roger and Wade's conversation. Page 1 of 11 Pj MC$OOEIIIJLFI WIIHdfl1S & Proposa' Request avCi En ru lln 111e c The extra cost is as follows: - Sift and remove trash from the undercut and place on a designated concrete pad with straw wattle to control leaching. One time handle with City forces picking up trash at a later date for disposal --$4.00 per cubic yard. I made sure credit was given for not having to haul off site and it is netted with the $4. If I have misunderstood anything through translation, please correct me. Thx, Steve BENCHMARK CONSTRUCTION OF NWA, INC. 333 W Poplar, Suite A Fayetteville, AR 72703 Office: 479-251-1316 Fax: 479-251-1319 Roger Ross cell: 479-871-2085 Steve Smith cell: 479-871-2082 Email: benchmarkconst(aatt.net On Tuesday, December 22, 2015 3:00 PM, Zane Lewis <zlewis@mwyusa.com> wrote: Steve, I just got off the phone with Wade. I understand that my discussion below has been modified slightly with onsite decisions. Please proceed with agreements coordinated with Wade onsite. Let me know if you need anything else. Thank you. Zane S. Lewis, P.E. LEED AP BD+C Engineer 1cGoUdwin Williams a Yales 302 E. Millsap Fayetteville, AR 72703 Ph: (479)443-3404 Fax: (479)443-4340 http://www.mwyusa.com Facebook Page 2ofl1 GMcoodwin Williams a Yates Request From: Zane Lewis Sent: Tuesday, December 22, 2015 2:46 PM To: 'Steve or Roger at Benchmark Construction' <benchmarkconst(att. net> Cc: Waylon Abernathy <wabernathy(a fayetteville- ar.gov>; Brad Hammond <bhammond(a�mwyusa.com> Subject: Soil Disposal Proposal - Actionitem:00230:tG3aS Steve, Thank you for the proposal and break down of scope for the disposal of the material in question. As the City reviews this option they are also considering other options. One of the questions that has come up is the break out of the cost for the work between the onsite work to excavate and stock pile the material to drain, vs the cost to haul to landfill and pay for disposal. Can you please separate the proposal into those two stages of the work we are discussing? Let me know if this is confusing or you would like to discuss further. Also, it appears that we will need an additional unit price item to go along with this; backfill only with Owner material. Thank you Zane S. Lewis, P.E. LEED AP BD+C Engineer P' NcG0nidwin Williams & Yates )Fll(l}itl,IT(n3LCrrr 302 E. Millsap Fayetteville, AR 72703 Ph: (479)443-3404 Fax: (479)443-4340 htto://www.mwvusa.com Facebook From: Steve or Roger at Benchmark Construction f mailto: benchmarkconst(a�att. nett Sent: Tuesday, December 22, 2015 1:46 PM To: Zane Lewis <zlewis(a�mwyusa.com> Cc: Waylon Abernathy <wabernathy(fayetteville- ar.gov> Subject: Contaminated Soil Removal Zane Page 30111 McOOffl Williams aYateProposa Request s er1€ i:r Wade The dirt sub has been trying to keep busy with other areas of work, but has called and would like to know if the cubic yard price to remove contaminated soils will be accepted and if he can get started on it while we have dry weather. We have lost some good dry days that we could be removing the soils. Please let us know if we shall proceed with the extra scope of work. Thx, Steve BENCHMARK CONSTRUCTION OF NWA, INC. 333 W Poplar, Suite A Fayetteville, AR 72703 Office: 479-251-1316 Fax: 479-251-1319 Roger Ross cell: 479-871-2085 Steve Smith cell: 479-871- 2082 Email: benchmarkconst(a�att.net ACTIONS Page 4 of 11 i!j Gen w[n WHIMS & YiIes l t ttpern 'anfi1 eF1C Received DATE: 12/22/2015 FROM: Zane Lewis (MWY) RECIPIENTS: Waylon Abernathy REMARKS: Thank you Wade. Zane S. Lewis, P.E. LEED AP BD+C Engineer lc&QOdLUin wilthuns & Ies :fat' tma CoI1 ,99FIICEP 302 E. Millsap Fayetteville, AR 72703 Ph: (479)443-3404 Fax: (479)443-4340 http://www.mwvusa.com Facebook DUE BACK: From: Abernathy, Waylon [mailto:wabernathy@fayetteville-ar.gov] Sent: Tuesday, December 22, 2015 3:53 PM To: Zane Lewis <zlewis@mwyusa.com> Cc: Coles, Jeff <jcoles@fayetteville-ar.gov> Subject: RE: Soil Disposal Proposal - Action Item:00230:tG3aS Zane, Authorize Benchmark to precede with the sift and removal of debris for $4.00 per yard as discussed below. wade From: Steve or Roger at Benchmark Construction (mailto: benchmarkconst(a)att.net] Sent: Tuesday, December 22, 2015 3:36 PM To: Zane Lewis <zlewis mwyusa.com> Cc: Abernathy, Waylon <wabernathy(c)fayetteville-ar.gov>; Brad Hammond <bhammond(cr�mwyusa.com> Subject: Re: Soil Disposal Proposal - Action Item:00230:tG3aS Zane, Thx for your clarification and I was made aware of the on -site discussions with Roger and Wade. Here is the breakout supplied by RCR and it does go along with Roger and Wade's conversation. The extra cost is as follows: - Sift and remove trash from the undercut and place on a designated concrete pad with straw wattle to control leaching. One time handle with City forces picking up trash at a later date for disposal --$4.00 per cubic yard. I made sure credit was given for not having to haul off site and it is netted with the $4. Page 5 of 11 11C13:OOL1tIJffl WdhW11S aar Proposa Request n qineiio Coolrlrnrr If I have misunderstood anything through translation, please correct me. Thx, Steve BENCHMARK CONSTRUCTION OF NWA, INC. 333 W Poplar, Suite A Fayetteville, AR 72703 Office: 479-251-1316 Fax: 479-251-1319 Roger Ross cell: 479-871-2085 Steve Smith cell: 479-871-2082 Email: benchmarkconst(a�att. net On Tuesday, December 22, 2015 3:00 PM, Zane Lewis <zlewis(a)mwyusa.com> wrote: Steve, I just got off the phone with Wade. I understand that my discussion below has been modified slightly with onsite decisions. Please proceed with agreements coordinated with Wade onsite. Let me know if you need anything else. Thank you. Zane S. Lewis, P.E. LEED AP BD+C Engineer I1d3oodrnin Williams I Y tes 302 E. Millsap Fayetteville, AR 72703 Ph: (479)443-3404 Fax: (479)443-4340 htto://www.mwvusa.com Facebook From: Zane Lewis Sent: Tuesday, December 22, 2015 2:46 PM To: 'Steve or Roger at Benchmark Construction' <benchmarkconst(a�att.net> Cc: Waylon Abernathy<wabernathySaD-fayetteville-ar.gov>; Brad Hammond <bhammond(c mwyusa.com> Subject: Soil Disposal Proposal - Action Item:00230:tG3aS Steve, Thank you for the proposal and break down of scope for the disposal of the material in question. As the City reviews this Page 6 of 11 HC600IIOJiH Williams Yiites Itine rl t tfIItRn option they are also considering other options. One of the questions that has come up is the break out of the cost for the work between the onsite work to excavate and stock pile the material to drain, vs the cost to haul to landfill and pay for disposal. Can you please separate the proposal into those two stages of the work we are discussing? Let me know if this is confusing or you would like to discuss further. Also, it appears that we will need an additional unit price item to go along with this; backfill only with Owner material. Thank you. Zane S. Lewis, P.E. LEED AP BD+C Engineer 1c6DDdfin Williams & Yates •f flesh g arf€ e U 302 E. Millsap Fayetteville, AR 72703 Ph: (479)443-3404 Fax: (479)443-4340 http://www.mwyusa.com Facebook From: Steve or Roger at Benchmark Construction (mailto: benchmarkconstc�att. net] Sent: Tuesday, December 22, 2015 1:46 PM To: Zane Lewis <zlewis mwyusa.com> Cc: Waylon Abernathy <wabernathy� fayetteville-ar.gov> Subject: Contaminated Soil Removal Zane Wade The dirt sub has been trying to keep busy with other areas of work, but has called and would like to know if the cubic yard price to remove contaminated soils will be accepted and if he can get started on it while we have dry weather. We have lost some good dry days that we could be removing the soils. Please let us know if we shall proceed with the extra scope of work. Thx, Steve BENCHMARK CONSTRUCTION OF NWA, INC. 333 W Poplar, Suite A Fayetteville, AR 72703 Office: 479-251-1316 Page 7 of 11 HLC WiltidifiS t1 Yates ProposadRequest Fax: 479-251-1319 Roger Ross cell: 479-871-2085 Steve Smith cell: 479-871-2082 Email: benchmarkconst(a�att.net Page 8 of 11 MCGOOdllfluI Williams a Yates Pr oposa Request Egineer.n Cnn d0fic Responded and Closed DATE: 3/2/2016 DUE BACK: -- FROM: Zane Lewis (MWY) RECIPIENTS: Waylon Abernathy; Steve Smith (Benchmark Construction of NWA, Inc.) REARKS: Soil disposal shall proceed for unit price noted below. Received from: Zane Lewis (MWY) Description: Thank you Wade. Zane S. Lewis, P.E. LEED AP BD+C Engineer f Mc ood ih WitUins iftes 302 E. Milisap Fayetteville, AR 72703 Ph: (479)443-3404 Fax: (479)443-4340 httn://www.mwyusa.com Facebook From: Abernathy, Waylon [mailto:wabernathy@fayetteville-ar.gov] Sent: Tuesday, December 22, 2015 3:53 PM To: Zane Lewis <zlewis@mwyusa.com> Cc: Coles, Jeff <jcoles@fayetteville-ar.gov> Subject: RE: Soil Disposal Proposal - Action Item:00230:tG3aS Zane, Authorize Benchmark to precede with the sift and removal of debris for $4.00 per yard as discussed below. wade From: Steve or Roger at Benchmark Construction [mailto:benchmarkconst(a)att.netl Sent: Tuesday, December 22, 2015 3:36 PM To: Zane Lewis <zlewis(d)mwyusa.com> Cc: Abernathy, Waylon <wabernathy(o)fayetteville-ar.gov>; Brad Hammond <bhammond(o-)mwyusa.com> Subject: Re: Soil Disposal Proposal - Actionitem:00230:tG3aS Zane, Thx for your clarification and I was made aware of the on -site discussions with Roger and Wade. Here is the breakout supplied by RCR and it does go along with Roger and Wade's conversation. The extra cost is as follows: - Sift and remove trash from the undercut and place on a designated concrete pad with Page 9 of 11 P�j tictiflOalllilfl WiIhJffiSC sad Request straw wattle to control leaching. One time handle with City forces picking up trash at a later date for disposal --$4.00 per cubic yard. I made sure credit was given for not having to haul off site and it is netted with the $4. If I have misunderstood anything through translation, please correct me. Thx, Steve BENCHMARK CONSTRUCTION OF NWA, INC. 333 W Poplar, Suite A Fayetteville, AR 72703 Office: 479-251-1316 Fax: 479-251-1319 Roger Ross cell: 479-871-2085 Steve Smith cell: 479-871-2082 Email: benchmarkconstrpiatt.net On Tuesday, December 22, 2015 3:00 PM, Zane Lewis <zlewis mwyusa.com> wrote: Steve, I just got off the phone with Wade. I understand that my discussion below has been modified slightly with onsite decisions. Please proceed with agreements coordinated with Wade onsite. Let me know if you need anything else. Thank you. Zane S. Lewis, P.E. LEED AP BD+C Engineer P1ctUBdLIflfl WilliillS, t ales 302 E. Millsap Fayetteville, AR 72703 Ph: (479)443-3404 Fax: (479)443-4340 htto://www.mwvusa.com Facebook From: Zane Lewis Sent: Tuesday, December 22, 2015 2:46 PM To: 'Steve or Roger at Benchmark Construction' <benchmarkconst(a�att. net> Cc: Waylon Abernathy <wabernathy(a)-fayetteville-ar.gov>; Brad Hammond <bhammond(a�mwyusa.com> Subject: Soil Disposal Proposal - Action Item:00230:tG3aS Steve, Thank you for the proposal and break down of scope for the disposal of the material in question. As the City reviews this option they are also considering other options. One of the questions that has come up is the break out of the cost for the work between the onsite work to excavate and stock pile the material to drain, vs the cost to haul to landfill and pay for disposal. Can you please separate the proposal into those two stages of Page 100111 Gticaothuin WHIMS a Yates Proposa Request the work we are discussing? Let me know if this is confusing or you would like to discuss further. Also, it appears that we will need an additional unit price item to go along with this; backfill only with Owner material. Thank you. Zane S. Lewis, P.E. LEED AP BD+C Engineer P1cGODd win Williams r Yts todr 0nfl� n�E 302 E. Millsap Fayetteville, AR 72703 Ph: (479)443-3404 Fax: (479)443-4340 http://www.mwvusa.com Facebook From: Steve or Roger at Benchmark Construction [mai Ito: bench markconst(a)_att. net Sent: Tuesday, December 22, 2015 1:46 PM To: Zane Lewis <zlewis u.mwyusa.com> Cc: Waylon Abernathy<wabernathy(fayetteville-ar.gov> Subject: Contaminated Soil Removal Zane Wade The dirt sub has been trying to keep busy with other areas of work, but has called and would like to know if the cubic yard price to remove contaminated soils will be accepted and if he can get started on it while we have dry weather. We have lost some good dry days that we could be removing the soils. Please let us know if we shall proceed with the extra scope of work. Thx, Steve BENCHMARK CONSTRUCTION OF NWA, INC. 333 W Poplar, Suite A Fayetteville, AR 72703 Office: 479-251-1316 Fax: 479-251-1319 Roger Ross cell: 479-871-2085 Steve Smith cell: 479-871-2082 Email: benchmarkconst(c_att.net Page 11 of 11 ..,..;....iui..•,<we*„.�' Transmittal Letter Date: 1-11-16 Benchmark Construction 333 Weat Poplar St. Fayettevilte, Ar 72703 Plume:$70-2514316 Fax: 251.1310 E Na, benchmarkCOnst@att.net To: McGOODWIN, WILLIAMS AND YATES Rebecca Wood Attention: Rebecca Wood Re: FAYETTEVILLE TRANSFER STATION Job Number:15-44 We are sen+dinl Attached Under Separate Cover via �...__.._._.._ . Shop Drawings Prints Copy of Letter Change Order Total Quantity Reproducible .. DESCRIPTION Pay Application #2 (Re -submittal) ITEM NO.. I SPEC SECTION: sumvi-TAu I REEue O ALE 0002 01125 1 1 .. :. These are transmitted as ct For Approval For Your Use As Requested For Review and Comment FOR BIDS DUE: Comments: d below ou the following: Plans Other. Samples PDF attachments. Specification Approved as Submitted Resubmit copies for approval Approved as Noted Submit [#j copies for distribution Returned for Corrections Return [#] corrected prints Revise and Resubmit/Work May Not Proceed PRINTS RETURNED AFTER LOAN I Cop o: r Brad Hammond Steve Smith Zane Lewis__..._.........___._...__W..___.. i. Signature SHOP DR,/-/ NG REV:EVC REV:EV' "FORGENERAL COMPLIANCE 0/TN CONTRACT DOCUMENTS NO RESPONS€B/C/TY iS ASSUMED FOR CORRECTNESS OF DSA/ENSIONS OR DETAILS NCExCEPTIONS TAKEN tvwe CORRECTtON5 NOTED AMEND & RES+.SO T REJECTED -. SEE REMARKS Mc6000WIN, WILLIAMS. & YATES. INC. Hasa 1/13/2016 B., ^`� APPLICATION AND CERTIFICATE FOR PAYMENT PAGE ONE OF 2 PAGES TO ( OWNER)' PROJECT NUMBER 15-44 APPLICATION NO: I CITY OF FAYETTEVILLE CITY OF FAYETTEVILLS TRANSFER STATION AND MATERIAL RECOVERY EXPANSION PERIOD TO: JANUARY 1, 2016 FROM ( CONTRACTOR ); - VIA ( ENGINEER); BENCHMARK CONSTRUCTION OF N}NA, INC. Mc0000WIN, WILLIAMS AND YATES 333 WEST POPLAR STREET, STE 'A' 302 E. MILLSAP ROAD NOTICE TO PROCEED: NOVEMBER 16, 2015 FAYETTEVILLE. AR 72703 FAYETTEVILLE. AR 72703 CONTRACT DATE: OCTOBER 20, 2015 CONTRACTOR'S APPLICATION FOR PAYMENT CHANGE ORDER SUMMARY Change Orders approved In ADDITIONS previous months by Owner TOTAL Approved this Month Number „Date Approved'v `.-.1 OCT 20, 2015_^ DEDUCTIONS (5290,732.00) TOTALS TOSS {5295.732,00) Net change by Change Orders (5299.732.00} The undersigned Cont. eretifies that to the best of the Centre knowleltge, inio, and ballet the Work c2rvnrad by this Applhnadpn tar Payment han been comptetnd in accordance with the Contract Documents, that all awN have been paid by the Cent, for Work tot which Previous Csniticaten for Payment were issued and payments received Iran, the Owner, and that current payment shown herein Is now due. CONTRACTOR: r f By: �...........,_,..-> Datn: l '"' ( (... Imo' TAX PAYER'S 10 NUMBER: 71-0477532 ENGINEER'S CERTIFICATE FOR PAYMENT In acca*dance with the Contract. Documents, based on err .ire observations and the data comprising the above applic., ilia Engineer certifies to the awnet that all ware In Place is per the canbact ttocumeots and in approved an meepng ilia contract documnntc and the goal ly eel the Work is iri accordance with the Contract Documents, and tite Contractor is entitled to paymeil of the AMOUNT CERTIFIED. This certilcate It, oat negotiable. The AMOUNT CERTIFIED Is payable only I. the Conlrattor named heroin. Issuance, payment and acceptance Of payment are without p;e)ndicn to any tights of the Owtter or Contractor unties this Contract I. ORIGINAL CONTRACT SUM.......................<........:.:...._.....53,37350691 2. Net change by Change Ontara............_.,,,.......».,....,_..,... )5255732.W) 3_ CONTRACT SUM TO DATE) Lines 1-2 S<.,:•.••••-•.........».53,074,774.91 A. TOTAL COMPLETED AND STORED TO DATE,..,.....,.,.... $37N,SOG.S6 ( Column 0 an G253) 5. RETAINAGE: .6% of Total Contract ,,.»....._ # 55,945.30 (column DBE on G703) b. %of Stared Material:.............58.00 (column F On G703) TOTAL. RETAINAGE (5a +95) ..... .............•..,..r...__..,_,._. 519,945.30 6. TOTAL EARNED LESS RETAINAOE,.._.._ ,..-.._.- ,.5359,960.76 ,. LESS PREVIOUS CERTIFICATES FOR PMT. ILIne 6 Irout pdar CertllicateS= ..» .............»..._5149,42547 a. CURRENT PAYMENT DUE $210.632:36 9. BALANCE TO F1N19H, PLUS R67AINAGE.........,«,,....__..52,714,514.16 (LIne 3 inns Une 5) State of: ARKANSAS Subscrthed and sworn to below lire this ! 1 day etJ+'icerrr-,_, •tj'j ,t> ,y i. NalAry Putriic`My CommisionEpires: UB O AMOUNT CERTIFIED.,........._.: .............. 5 �,r�• N ti E Attach eaptanatian it are(certified litters from the O4, Cori a nawtt applied far Y ENGINEER: MnGOOOWIN. WILLIAMS AND YATES 302 E. MILLSAP ROAD FAYETTEVILLE. AR 727 Certified by: Darn: �ltij�jP Pr~. 1 p CONTINUATION SHEET ------- .--^----•---- "-'""—••- — _ ..,,•._._....a»��._�_» „_..,--___. ..• �.•.___ DATE OF APPLICATION: JANUARY 1, 2018 ! JOB CIT'( Ox FAYETTEVILLE TRANSFER STATION AND MATERIAL RECOVERY EXPANSION APPLICATION NUMBER: 2 I ( CONTRACTOR; BENCHMARK CONSTRUCTION OF NWA, INC. ) 1, 2615 TO JANUARY 1, 2016 CITY PROJECT NUMBER: 95-04 ..__.,.-..___._.._ # ] PERIOD OF BILLING: DECEMBER .... �,v j..�.,.,_._....,,..—._.,.,....,....._.�._ i C I D I E # F )A) I e _...._._._......-..__.._._„-..,.._..�_» # SCHEDULED I PREVIOUS I THIS APPLICATION I TOTAL ( % f BALANCE LINE I DESCRIPTION OF WORK '•'••"—'--•�•'—� I COMPLETED I BILLED I TO FINISH I NO. # ; VALUE I APPLICATIDN: II I— WORK I STORED I AND STORED I IGIC) I IC) I 1,,..___.......,,...-_...,_..___......»._......�._.._..._.... _ _• » I # I IN I MATERIAL I TO DATE I I I I PLACE I { (0+11W) I I _......,..,,...___...m,...-.,...,_...-'.__—...._....-.--_._..... _ # $35,573,06 110DA0`A I $0.00 I I ...s.. i 1 I INSURANCE AND BONDING (BID ITEM #1) 035.073,061 $35,673.06 § 1 I 1 j $87,470.00 1100,00% # 05.00 I i 2 ; MOBILIZATION (BID ITEM #2) # 567,470.00 I $67,470.00 1 # —I (BID ITEM #3: $2,130,617) I $D,an I $n,no 1 SEAS I I $D.no I u.RD% I $0.00 I 3 ) BLDG CONST AND RENOVATIONS $226,172.00 1 $10,500.00 I 518,800 R0 I 1 529,300.00 I 12,95% I 5196,072,00 I 4 I JOBSITE OVERHEAD ..»..r._�....-- .•,_,-...„..__» I )----^^^-- 1 ^^•- - ""• I - $0.0 '0 I I $0.00 I 4,00% ( $119,731,00 I I 5118,731.00 1 $0,00 1 6 1 PLUMBING 6 __.._._.»._._--- ....------I ,.•,..8 .......- ....-.'...,-,,---- ---'—I'"'""" I 5275,684.00 1 $0,00 I $0,00 'r. f $0.00 j Q.DO% I S275,s94.00 1 6 I HVAC I -_' 1 .•,_._.._•....._..—.. I $0.00 I $0,00 I $0.00 1 I 00.110 I 0.00% 1 $0,00 I 7 I EL£CTRICAL-PHASE 1 I �. I —�.•• ..»---J P 6411,003.00 1 $B.Ro I $2.,48-0.00 I ! $2,480.00 1 5,00% I $47,103.00 8 1 ROUGH IN i - I „_.•... -,...,..-----....T---»...-_.— S33A5b.g0 1 $0.00 I $0,00 I I $D.00 9 0.00% 1 $33,Q55A0 9 I GEAR 5 ._.......----_-...,,..._...._»._„__... ..._.._»..._. ._.... I ,�._. .......................- $82,637.00 1 50.00 I $0,00 1 1 $0.00 0,00% 1 S82,537.00 10 I FIXTURES # I �„ I -_._:..,_ _._ ._...._........_-._-•..,..,.-_-•.�.--'-•'_» 1 _'_' I $0.00 I $0,00 I $0.00 I $0,00 1 0,00% I 11 1 ELECTRICAL -PHASE' 2 - 1--�-•-- ! ""-'"^-" ( $26,599.00 I $0.00 1 50.00 I I $0,00 I 0.08% I $26,698.00 12 ROUGH IN .. $13;350.00 I 50.00 1 $0.00 I i 50.00 0.00%o% I S13,350.R0 13 GEAR. 1 $35,&87,04 II $4.00 I $gAR I I 50.00 1 OA0% 1 535,5 I 14 { FIXTURE5 _._.•....._..,—. { I»—,..... . $13,349,00 I 50.00 I $4,176.00 I I $4,175,00 I 31.28%0 I $6,173.00 10 I ELECTRICAL DEMO "' "' — I 59,834.00 I $0.04 I $0,00 I 30.00 ( 0.00% I 59,834.00 [ 16 FIRE ALARM ...... # 5157,387.00 I $0.00 I SO 00 I So,Qo I 0,00% k 6157,357.00 i 17 I ROOFT1G AND METAL WALL PANELS _.... -- .,_----- ••- • -- - _,:... • I I 53,040.00 I $5.00 1 $0.00 I I $0.00 1 D.QD% I 60,040.00 # 18 1 TREA MENT TERMITE r_— I 1 .,.- •. ., .. „„,,,.___._._._.,_ -'-"--1 $24,875.00 1 W.00 I 526,875.00 } I 528,875.00 1100,00 r= ; S0.00 1 19 DRILLEC PIERS )MACHINE ONLY, CONCRETE BELOW) I I 521883.05 50.00 I 5000 I I 50.00 I 0.00% I 521,683, , 20 FIRE SPRINKLERS -- I .__ ....„.-- ...,..__.,....--____ 1 $5,100:00 1 $0.00 I $0.00 I S0n0 I 0.00! I D 00 38,100.IIj ( 21 1 CLOSECELL SPRAY INSULATION I -. .,._ ._.,» I —„-_ _ .. I I 590,176.00 $0.00 1 50,00 ) $0.00 I 0,00% I $55,178. 00 I I 22 I STEEL (MATERIAL ONLY) -•�-^ I _.-._.....,.......__._•.._......,_.._..•_,.._,.-.,_•.._._.._. I $77,600.00 1 20.00 I $0,00 I ) $0.00 I 0.00°!= 1 $77,500,00 1 1 23 I STEEL ERECTION .....,_.._.__...-_........-�__...,,._....�.....,__.__._._. 520,077.00 I $0.00 I $22,050,00 i I $22,900.00. I 81.BSis t 5%.877.00 1 I 24 I REBAR MATERIAL ONLY) I— I•» ------__...__—._------••----m~ I 60.00,00 I SQ:oR I $000 I 1 $0.00 I n.IIDr 1 $0.00 1 25 I CONCRETE IORILLED PIERS, GB, SLAB ON GRADE) 1.,. ._.. . .....__.,..„............ ..--,.....,._ $15,354.00 # $0,00 1 010,354.011 I 1 $16,054.00 1 100.00% 1 00.011 26 i DR. LIED PIERS 1 _.,.. I _-.._.,......... •-._, I I _-27 # $39131.00 $R,gD 1 515,650.00 I 9 I 39.98% 525,4 1.00 )....................................518,650,00 ( 27 # GRACE BEAMS —» — $68,788.05 I $OAR I $0.00 ' 60.00 a.qo ie I $56,755.00 28 , SLA$ ON GRADE —I } 29 ( FLOORING I $34,600.00 ( $0,00 1 $0.00 1 1 50.00 1 0.00% 1 534,000.00 I 30 { POLISHED CONCRETE I 514,810,00 1 $0.00 g $0.00 J I $0.00 1 0.00% t $14,810.00 31 g STORE FRONT, GLASS AND GLAZING i $141,100,00 I 50.00 1 $0.00 1 I I 50.00 1 (—'--I—' 0.00% 1 5141,100,00 32 1 PAINTING ) 559.000,00 1 $0,00 1 $0.00 I i $0.00 1 0.00'%b 1 $59,000.00 33 I ACOUSTICAL AND DRYWALL I $135,686.00 1 $0.00 1 $0.00 I I $0.00 1 0.00% J $135,685.00 ( 34 I MILLWORK AND COUNTERTOPS- I $63,831.00 ) $0;00 1 50.00 I I $0.06 I 0.00% 1 363,831,00 I } 35 1 BLINDS t $5,1.60.00 I $0.00 I $0.00 I t J t 50.00 1 - - I 0,00% 1 I-- $5,150.00 I - I ...------_ I } 36 I SPECIALTIES (DOORS, HDWRE, TP, TA, LOCKERS, PARTITIONS) I l- $65,375.00 I J $0,00 1 I.. -- $0.00 1 I -I $0.00 1 0.00% I 568,375.00 1 I.... 37 I SPECIALTY LABOR 1 I $46,189,00 I $0,00 1 $0-00 1 I $0.00 1 0.00% ) $46,189.00 1 J 38 1 CARPENTRY (BLOCKING, WD BASE, TRIM, CYPRESS, MAPLE) I $71,864.00 I $0.00 I $0.00 I I $0.00 1 0.00% I $71,884.00 1 ............._.».._..� - I I I l-'-I I I I I 39 I BUILDING DEMOLITION I $73,820.00 I 51,750.00 1 $8,500,00 1 I 1. ----_-_._ I $9,750.00 1 I 13.21% I -I $64,070,00 i - t II ..._.. _.___».__... 1-'---"-I I 40 I GENERAL SITE IMPROVEMENTS (BID ITEM #4: $761,062) 1 $0.00 1 I $12.00 I $0.00 1 I I $0.00 I I 0,00% 1 1 $0.00 1 41 I DIRTWORK AND SITE DRAINAGE 1 I $0,00 1 ----I $0;00 I I» $0,00 I I $0.00 I 0,00% ) $0.00 I 42 I EARTHWORK (CLEARING AND GRUBBING) 1 593,888,00 1 $0.00 1 _ ._ _- $62,000.00 1 I 1 _.--._».»._._. I $52,000.00 1 I'---1 55.40% I $41,868.00 - - - 1 I- ....._....._--.___._._«_..._,_.-._.,........_.._ "---'-.___ I A3 I UNDERDRAIN 1 .....__ - _ 1 ,.... $21,168.00 I I $0.00 1 $0:00 1 I E ''-"--.._«__ I $0,00 I I-)-'------------- 0.00% 1 $21,160.00 44 I CONCRETE PIPE I II $22,832,00 I $0.00 I $0:00 1 53,821.00 1 $3,921.00 1 17,10% 1 $10,011.00 1 1'--I 'I I 1 t I 45 I DEMOLITION 1 $51.450,00 I $0,00 1 529,000,00 I I $29,000.00 I 54.42% 1 $23,450,00 46 I FINISH GRADING I $36,760.00 I $0.00 1 50,00 I 1 $0.00 I 0.00% 1 $36,780.00 ( 47 1 TREE PROTECTION I $6,880.00 I $5,880.00 I ? i $6,660.00 1100.00% I $0.00 48 I EROSION CONTROL AND ENVIRONMENTAL PERMIT COMPLIANCE } $52,920,00 I $30,620,00 1 t I $36,520.00 1 69:20% 1 $10.300.00 49 J UNDERDRAIN CAST IN PLACE STRUCTURES 12 EA, SEE SHT CSI I $2,388.00 I $0.00 1 $0.00 I I $0.00 1 0.00% I $2,368,00 42 ( ASPHALT MILLING AND OVERLAY I $14,500,00 I $0,00 I $0.00 1 I $0.00 I 0.08% I $14,500.00 ( .................. 43 I LANDSCAPING, IRRIGATION, SLEEVES, PAVERS AT PUBLIC LOT I 5132,714,00 i $0.00 I $0,00 I I 50.00 1 0.00% I $132,714.00 t 44 1 PARKING LOT STRIPING ( $6,705.00 I $0,00 I $0,00 1 i $0.00 1 0,00% 1 $6.705,00 1 45 PLUMBING YARD LINES I 516,490.00 1 $0,00 I $0.00 1 I $0,00 I 0,00% 1 $16,496.00 1 46 ELECTRICAL 1 $101,670.00 1 50.00 1 50,00 I i $0,60 1 0.00% 1 5101.670,00 } 47 I FIRE SPRINKLER LINES 1 $28,305.00 1 $0.00 } 50.00 1 I $0,00 1 0.00% 1 $28,305.00 1 g..............,..,_.....__....._...._._ ..... .......... _ 48 I REBAR(MATERIAL ONLY) ; $9,7$8.00 I $0.00 I $0,00 1 1 $0.00 1 0.00% 1 $9,758.00 1 49 I CONCRETE $119,180,00 1 $0.00 I $000 I $0.00 1 0.00% 1 $119.180.00 50 1 CUTTING AND PATCHING EXISTING CONCRETE FOR NEW UTILITIES I $14,460.00 1 $0.00 1 $0.00 } J $0,00 1 0.00% I $14,466.00 51 I CURB AND GUTTER 1 $27,465.00 1 $0.00 1 $0.00 1 } $0,00 1 0.00% 1 $27,456.00 52 1 BICYCLE RACKS I 51,122.00 I $0.00 I $0.00 1 I $0.00 1 0.00% 1 $1,122.00 53 1 REMOVABLE PIPE BOLLARDS j 51,304,00 I $0.00 } $0,00 1 1 $0,00 1 0.00% 1 $1,304.00 J 54 i UNDERCUT AND BACKFILL-OWNER SUPPLIED (BID ITEM #E I 007,000.110 1 $0.00 1 $10,205.00 1 I $19,265.00 1 22.17% 1 $07.715.00 I 55 g UNDERCUT AND BACKFILL-GC SUPPLIED (BID ITEM #6) 1 517,500.00 1 $0.00 1 $0.00 1 I $0.00 i 0.05% I $17,500.00 1 56 1 GEOGRID MATTING (BID ITEM #7) I $39,975.00 1 $0.00 1 $1,672,00 I $2,700.00 1 $4,572,00 1 11.44% t $35,403,00 I 1-... ......0 ., ». ._.,, _.. -.. _ ,, ,,,,__,,,,._,,_..,,,,,,,.,,..\.,,,, .. ,.. $66,919.75 I ED.00 1 $0.00 I t 50.00 ( 0.40% t $66,91.T$ i 67 1 HEAVY DUTY ASPHALT (BID ITEM #8) I 69 I LIGHT DUTY ASPHALT (BID ITEM #9) i 539,967.50 i $0.00 I so.oa 1 d $0.00 1 0.00% 1 639,857,51) DUTY CONCRETE PAVING (BID ITEM #i0) I 637,033.60 8 $$,00 I 50.00 1 d $0.00 1 0.00% I 537,033.60 1 { 59 1 HEAVY 590,800.60 ) 50.50 t 53.66 J d 50.00 i 0,00% 1 590,000.00 so I ELEVATED WALKWAY (BID ITEM #11) 1 ..._._—�.---.___ �_.__-.-...,.-..— �........_.._._ 3 I $1,500.00 1 $0.00 1 E0.D0 , d 50.40 1 0.00Y. 51,000,90 s1 I TRENCH AND SAFETY (BID ITEM #52) I-.—..--.... I $3,373,506-91 I $0.00 $0-00 I I $0.00 d 0.86% 1 53,373,500.91 { 62 1 TOTAL CONTRACT BEFORE CHANGE ORDERS; ....---.--.—•_--„ i III d..,.., )...,.,..:......,—.-_,..__.—.____•__ ...-...,..-..—^---... I $0.00 1 so.00 i 66.00 I $0.00 1 0.00% I moo ) s3 I CHANGE ORDER #1: a ..._. ( .._,_............. ......._,.„,.W..,....._._., I I t 1620,620,00) 1 I 64 1 DEDUCT PAINTING OF RENOVATED SPACE I 1520.520'00) 1 I i ---- 1 •'_—'—_—..._._....».........._.........—_ PVC FOR CAST IRON PIPE FOR SEWER UNDER SLAB 1 {53,000.00) 1 x0.33 I $0.0 0 ( EO:gO § .8,00% d (53.000.00) i 66 1 SUBSTITUTE 1 (54.650.001 1 $6,00 j 50.00 I I $0.00 t -0.00% 1 ($4,550.00) I { 66 ( DEDUCT CAST IRON PIPE WRAP ._... j .... ................... ____..._,.... .. _.. 1 d$13399A01 1 $0.00 1 $0.00 d I $0'00 I A.00'A I ($1,300.05 I i 67 j WAIVE DUMPSTER FEES 1 .�.-. {.......__..._................,..,...,_..— .......................... ( $331.170 I POLISHED CONC FOR PLANK FLOORING IN CONF ROOM 1 $331.00 I 1 1 I 68 i SUBSTITUTE AND IRRIGATION BUT RETAIN SLEEVES j {$119,639.03) I $9.00 i 50.00 I i $0.60 { 43.03% I (x119,638,00) f i 69 I DEDUCT LANDSCAPING STAGING CONC PAVING AND OVERLAY AREA 1 (544,936,00) J $0.00 ( 50.00 1 I $0.00 1 •0.00% 1 (544,936,00) I i 70 I DEDUCT TRUCK I 1690,000.001 1 $0.00 1 50.00 1 1 $0.00 § 0.00>n t {$90,000.00) i § 71 i DEDUCT ELEVATED WALKWAY AND ALL ASSOCIATED WORK I_.----•--------..- I ...._. __. 1 ., _ _ I J { 1 72 .___....................----__-- _— I $0.00 ] $0.30 1 00.58 1 i 50.9$ 1 0.00% 1 $0.00 I 1 72 I 1 1 __ . - 1 53,33 1 $0.00 I $6:60 { I $6.03 I p,nna» I $6,03 I I 73 I 1 $3,074,774.91 1 $157,293.06 d 0214.992.00 1 50,021.00 1 $379,906,06 1 12.30% I $2.695,969.98 1 T 0 T A L S UNIT PRICE ITEMS 11115 PERIOD UNIT PRICE ITEM 05'-1330 CY OF UNDERCUT AND BACKFILL OF OWNER PROVIDED MATERIAL 11330 CY X $14.5 PER CY=$19,265) UNIT PRICE ITEM 07-192 SY OF GEOGRID INSTALLED. 1192 SY 31 59.76 PER SY=$1,a72,00) "�`�a.�4'.:'#.`�L*"..,::P3.1��,"u.*...."`\C.\...,:_..R.�,"'O.c`,\,\`�w'n's'z`av'b'�;».. ,.,.�..�:sa, n �_�s•�s':cWza �w.v� Enviro-Pro US, LLC P,t. Box 98 €9 xX aa. Tulsa, OK 7'^a USA Invoice Number: 5150229 1n oice Date: Dec 16, 20'15' Voice: 918-592 $400 Page: Fax: RCR Consfnjction P.O Box 1861 RCR Construction Muskogee, OK 74432 P.D. Box 1861 Muskogee, OK 74402 RCR CON Net30 Overtue invoices are subject to late charges. .... » . bh ..,__ .._.._ ._ .. ,... _ ... _ Structures Concrete Pipe Box Culverts Drop Inlets Curb Inlets Junction Boxes Ditch Intakes Catch Basins icrete Products P.O. Box 1082. 3725 S McCollum Ave. Fayetteville, AR 72702 Phone ; 479-521-0504 Fax : 479-443-5533 wrnryiw, scurlockindustries.corn Brad Johnson Richard Faulkner Stuart Power J. Strain Justin Cullers Date j 11/11/15 Quote Fayetteville Recycle BID DATE: TERMS: NET 30 SHIPMENT: FOB JOBSITE Fayetteville, AR ITEM QTY UNIT Storm Drainage Pipe . U 1 115 LE 12" RCP ( C-3) $11.75 $176.25 2 1 EA 12" FES $250.00 $250.00 3 190 LF 18" RCP C3) $14.85 $2,821.50 4 1 EA 18" FES $325.00 $325.00 Storm Drain Inlets 5 1 EA 4'x4'- Drop Inlet W/ Out Top ( #12 ) $1,500. .00 6 1 EA 4' x 4' Junction Box W/Top & Ring/Lid (#11) $1,400.00 $1,400.00 7 1 EA 4' x 4' Area Inlet W/Top & Ring/Lid (#17) $1,625.00 $1,625.00 8 1 EA 4' Diameter Type MO Inlet W/Out Top (#25) $900.00 $900.00 9 1 EA 4' x 4' Junction Box W/Top & Ring/Lid (#33) $1,775.00 $1,775.00 10 1 EA 4' x 4' Area Inlet W/Top & Ring/Lid (#4 ) $1,885.00 $1,885.00 11 3 EA Deeter 2018-A Ring/Lid I $225.00 $675.00 12 48 EA Parking Blocks $38.00 $1,824.00 Y x $0.00 TOTAL SIGNED "Build a Better Tomorrow with Concrete" Pricing for this quote is effective for 30 days. Applicable Sales Tax is not included. Page 1 of 1 Use this Corm to track and canttrm compliance with MR Cr543it2: Construction Waste Mans ement. 150 s. wxrka,a aio we. 1I a al5eun L 15 Rn4 x u i oar ,y 5e il9 5254 (20r 3012 14530 1.33 140032. wAlartl 47&9156, 5515 GBn0010 01155 RBeycW«1 151; 05 F.ySIASSA 41134 1;/4/3010 (400311 1 555009 0045 Save 3'Re xest p918:+t.3F'Ar. 512&34& a5m5w950a55l551 W.Wg501 000 GMCf9'a3 C5enallah 110,15 157.52 RCR Is /7.3001150 Fayl,3904 25355 13.7/20310 NA 75 35 51 1f' is so afiM055(0(0500 551rzg*!r2;�"'a 98-y4& ' .m fl 29 w d tram Wfti D s89 W{c0ll 755 ,Iai5n 41r,00105 solo ACR-;s :Ynst'u9l /s 55o 2636 12012015 NA. )CO 307 351856t8u- ,o00J t'F Io 0otltlt p0s15500 r84y<38a 55100,555 gm.w SaNallea7Re 816-349- r8uw04h1"01-55/ aril 1001550J oar/rote Cumtruoiraa 01"wa5 00039 RCR c3rslrvsau>n umwC 2335 127912015 NA 13,300 6'150 area S3m,'No 155505511555555 54311515054 2'/595 550 045594/5(00 910,345 00540 r04 it3*0119P 15485 500&9 51ay' !%5!500 t79malSar (1/021,! Osna ':RCR /01/u3' 0!!5115 3635 22(2/2515 NA 3 5 0141(01 Y,7k LJl F'a118A!p a;2PA1 Fatzt. afte7uaomN '4iM3i glCeia'≥ llCin3RF-i 'II1 M uIs'P1A Ii v$R!i�EaJi?y. *�."w�'-�'wES���::.�x^�`� "l�S: `�. �. - `�1�C.@�'�4�,. m�,;. ,,,._,,rr�s�.�:.a.�c. C�s`o`"v� .3L:F��:.mac:?>r,��<.<:±�;�.�nt.,�._„ t ....... +�.a�zs..ma�. �.�u::���U�aa.�,e:.::ane•�.wrrux»,_,.����oo.,...» BENCHMARK CONSTRUCTION COMPANY, INC. STEPHEN SMITH Telephone 479-251-1316 CEO Fox 479-251-1319 333 WEST POPLAR STREET, Ste A FAYETTEVILLE, AR 72703 Email: enct7.tT?arkc n t@attnej. December 31, 2015 RE: Transfer Station weather Delay Report for month of Dec 31, 2015 A total of 10 days in December experienced rainlmuddy conditions that impacted the progress of Wort:: Please see the attached daily Jobsite reports explaining the delay for each day. December 13 December 14 December 15 December 16 December 23 December 26 December 27 December 28 December 29 December 30 Sincerely, Steve Smith Benchmark Coast CONTRACTOR SHALL COMPLY WITH ALLOWED WEATHER DAYS AS REQUIRED BY CONTRACT DOCUMENTS. CONTRACTOR SHALL MAKE REQUEST FOR ADDITINAL CONTRACT DAYS IN WRITING TO ENGINEER. ≥ F CITY OF FAYETTEVILLF, ARKAt45A5 �v G D.1vissoro • CONSTRUCTION REPUIU Project No. 8531 i - i Day of the Week E v- _______.-. Report No. Date Benchmark Trash & Recycling ContractoriSub-Contractor Naive Fay pERSONNEL WORKING EQiZP. WORKING WEATHER SITE CONDSTION L Trackhoe Shy pAcceptable ante Partly Useable Ditcher O Partly Cloudy o Not Workable Conc. orkers Scraper O Rain Plumbers Dozer O Rained Out O erators comments: Grader Rainfall Amt. ore uperii1tii Roller Paver Temp. v t F ver Pumps Conc. Vibrator Dump Truck Temp. Max. F° Loader I(Equip. Storage. Hours Worked I Sad t° 5liF 9r 8 Ga4d PROGRESS !Also hotos, test, results, deficiencies. de a s, etc_ CC TIO §N & LOCATION OF WORK IN h STATUS OF EROSION CONTROL l'TSTRUCTIONS CONVERSA I IONS (B> Name Visitors: _ % Jason Carte City of Fayettevill Signed: arc rrsv ne tEv it ! F._ ARICAW' r, Report No. Date_ Day of the Week Project No. Name Fay Trash & Recycling Contractor/Sub-Contractor Benchmark WEATHER SITE CONDITION PERSONNEL WORKING EQUIP. WORKING Sunny vG Acceptable * Partly Cloudy O Partly Useable Canter( O Rain D Not Workable Cone. Workers Ditcher * Rained Out Plumbers Scraper Comments: " CIore�iW Grader Rainfall Amt. In. Temp. Min. F'° c v Paver Pumps Temp. Max.. ≤ 2 F° Conc. Vibrator Mat'l/Equip. Storage Hours Worked Loader Good Bad 7 to DESCRIPTION & LOCATION OF WORK IN PROGRESS Also hr�tos, test, results c3efic ene es, dela s, etc.) l''v tJz L7 ATUS OF EROSION CONTROL MATERIALS DELIVERED: ONS & CONVERSATIONS (I3v Name Visitors: J v Jason Care Signed: City, of Fayetteville THE CITY of FAYETTEVILLEE ARKANSAS ENINNriEflfl5ON CONSTRUCTION REPORT Report No. Date J3_ Day of the Week h v Project No. Name Fay Trash & Recycling Contractor/Sub-Contractor Benchmark WEATHER p Sunny O Partly Cloudy O Rain O Rained Out Rainfall Aznt. In, Temp. Min. b F° Temp. Max. � P° SITE CONDITION ' Acceptable dPartly Useable O Not Workable Comments: Mat'l/Equip. Storage .k�.ours yorxeu 0Good pl3ad ` to DESCRIPTION & JL� OCATION OT W ORK IN PR( )o TATUS OF EROSION IN SIR Visitors: Signed: & SA'NC Narzte PERSONNEL WORKING Cone. Workers Plumbers EQUIP. WORKING- ac _ a o Ditcher Scraper <l Grader e Paver Pumps Cone. Vibrator Loader iPe_ delays. etc. Jason Carte City of Fayetteville Representative TIDE CrTY OEFAYE1LLE.ARMt4SAS 1 ANh RINGa i MS10N Report No. Name Fay Trash & Recycling Date j) - `1 Day of the Week Contractor/Sub-Contractor Benchmark Project No. 8582 WEATHER SITE CONDITION PERSONNEL WORKING EQUIP. WORKING Sunny 4 Acceptable Mers ra std o Partly Cloudy C Partly Useable 1 O Rain o Not Workable Cone. Workers Ditcher B Rained Out Plumbers Sra er Comments: era OZ Grader Rainfall Amt. In. �3S�iI�F� Paver Temp. Min. F- ck.Drl Pumps Temp. Max. P° Cone. vibrator utnp Loader Mat'llEouip. Storage Hours Worked I S ,.Good pBad- DESCRIPTION & OCATION.OF to WORK Ili PROGRESS Also hotos, test results deficiencies, Bela s, etc. !A eJ 7U STATUS OF EROSION CONTROL MATERLLLLS DELIVERED: r �' ,INSTRUCT ONS & CONVERSATIONS i`3artze) Visitors: Jason Cage Seed: City of Fayetteville Representative Ctt'ntractar hE CITY OF•EAYEET \i1-1EMKAWSAS ETt�it��iitt�aG DNL5SCiN CONSTRUCTION REPORT Project No. 8582 Report No.Benchmark Date '__ Day of the Week Fay Trash & Recycling Contractor,/Sub Contractor Name PERSONNEL WORDING EQUIP. WORKING WEATHER SITE CONDITION rao SunnyAcceptable C, Partly Useable ae 3ztcher 0 Partly Cloudy p Not Workable Conc. Workers Scra er Plumbers *Rain C, Rained Out Comments: era Grader r I. Rainfall At. Paver Temp. Min. 33 cIr F' Pumps o. Vibrator Temp. Max F° ump T oaer lvTat'ilEquip. Storage Hours Worked Bad to deficiencies, deli s etc, Good DESCRIT' TION & LOCATION OF WORD IN PROGRESS (Also hotos, test, results, GG�.L .s1 STATUS OF EROSION CONTROL 1 MATERIALS DELIVERED: STR.UCTIONS &. CONVERSATIONS ($_ y? Visitors:Jason Carte Sunned: City otayettetinlle Representative ME CITY OFFAYEflEVILLE, ARKP,X4SAS ENGENEgiING DIVISION CONSTRUCTION REPORT j. 8582 Report No. Date _,... Day of the Week Age . _ _ Project No Pay Trash & Recycling Contractor/Sub-Contractor Benchmark Name ER SITE CONDITION PERSONNEL WORKING EQUIP. WORKING WEAT Acceptable Laborers Trackhoe e Sunny 0 Partly Cloudy O partly Useable Carpenters Backhoe pitcher 0 Rain o Not Workable Cone. Workers Plumbers Scraper o Rained Out Comments: Operators Dozer Grader Rainfall .Amt. In. Foreman Superintendent Roller Temp. Min. F° Truck Driver Paver Pumps Conc. Vibrator Temp. Max. 6 _ F° Dump Truck Loader Mat°ICEqu p -Storage Hours Worked Good Bad to rim.<CRTPTION & LOCATION OF WO IN PR X3RRI SS Also photos, test, results, deficiencies Bela s, etc. I)-' l 1 Z-- U b STATUS OF EROSION CONTROL MATERIALS DBLI.VIn;KIJJ: INSTRUCTIONS & UUI` V S<4TIONS -Bv Name Visitors: � Jason Carte Signed. City of Fayetteville �.......�....-.:� ran.r-rmiflt l it :R f!/ fl t ke A r Report No. Date I _ Day of the Week 1 ba Project No. 0004 Name Fay Trash & Recycling Contractor%Sub-Contractor Benchmark IVEATflER SITE CONDITION PERSONNEL WORKING EQUIP. 'G rOR k ING p Sunny 0 Partly Cloudy 0 Rain O Rained Out Rainfall Amt. — In. Temp. Min. F° Temp. Max. F° Acceptable O Partly Useable O Not Workable Comments: Cone.. Workers Plumbers Mat'l/Equ.ip. Storage hour ZTvorked cH;Good (QBad to DESCRIPTION & LO CATION OF WORK IN PROGRESS Also hotos, te 13r1]st, resin 13r11 s F 6e,kL (J2 JL S S b % STATUS OF ERO!ON IviATERLALS DELIVERED: INSTRUCTIONS & CONVERSATIONS v Name) :r�t�Zo�e ac Ditcher Scraper railer Paver Pumps Vibrator xunp Truc cl� oa Visitors: Jason Carte _ Signed: City of Fayetteville Representative etc. T E CEIY s...,.. it, a A\ 's./A AV,LY ..ws WJLllI Report No. Date Day of the Week _ t�___ _ _ Project No. 8582 Name Fay Trash & Recycling Contractor/Sub-Contractor Benchmark WEATHER SITE CONDITION PERSONNEL WORKING EQUIP. WORKING - Sunny Acceptable Laborers Trackhoe 0 Partly Cloudy 0 Partly Useable Carpenters Backhoe 0 Rain 0 Not Workable Cone, Workers Ditcher 0 Rained Out Plumbers Scraper • Comments: Operators Dozer Rainfall Amt. In. . Foreman Grader Superintendent Roller Temp. Min. j `f F° Truck Driver Paver Temp. Max. 9 F° Pumps Cone. Vibrator Dump Truck Loader Mat'l/Equip. Storage Hours Worked 7 . Good ..Bad to DESCRIPTION & LOCATION OF WORK. IN PROGRESS (Also photos. testresults, deficiencies, delays, s etc.) - o STATUS OF EROSION CONTROL. [ MATERIALS DELIVERED: INSTRUCTIONS & CONVERSATIONS (By Name) Visitors: Signed: Jason Carte Con r City of Fayetteville R-.pmcntative •ruc.rrry n'r cAYITTcV l.t_F. ARKANSAS l UtN itSut €vav rJ-L ji.- grJ � Report No. Date_ 'Day of the Week CJ Project No. Name Fay Trash & Recycling Contractor/Sub-Contractor Benchmark WEATHER Sunny O Partly Cloudy Rain * Rained Out Rainfall Amt. _ in. Temp. Mm. L i o r- F° Temp. Max. 6` U Y " F° Mat'IfEquip. Storage Good OBad to U DESCRIPTION :. LOCATION OF WORK IN PROGRESS ( lso photofi test results, deficiencies, dela rs, etc. . ,., . r ►- , x© �1 131,1 l+"` ' ] 1u'V 1 PI'S. i5.% ! t l+ V H Au 1 1 A 5 j /4-• C% h ��f'1`L I fiv SITE CONDITION Acceptable O Partly Useable O Not Workable Comments: Flours W PERSONNEL WORKING a or arpenters Conc. Workers flambe O erato O uerinted ruck Driver EQUIP. WORKING "rack ack Ditcher Scraper Grader RoIIe" Paver Pumps SP STATUS OF EROSION CONTROL I MATERIALS DELI INSTRUCTIONS & Visitors: Signed: TIONS (By Name Jason Carte City o f Farettnvtlle Representltive Report No, Date J ) , Day of the week Project No. 8582 Name Fay Trash & Recycling Contractor/Sub-Contractor Benchmark WEATHER SITE CONDITION PERSONNEL WORKING EQUIP. WORKING Sunny Acceptable 0 Partly Cloudy 0 Partly Useable ar en c O Rain p Not Workable Conc. Workers Ditcher 0 Rained Out Comments: Plumbers erat Sera er oz Rainfall Amt, O I.n. ore Grader e inten Temp. Min. q S F' F° ruck .Driv Paver Temp. Max. CO " F° Pumps Conc. Vibrator ad Mat'l/Equip. Storage Flours Worked OGood OBad 7 to DESCRIPTION & LOCATION OF WORK IN .PROGRESS Also , photos, test, results, deficiencies, delays, etc.) , t� c b Y r� i `3t'h� o u' " pt1 1(f ;F L6+'Gra1(t l��t, %e �t}rx- '33tW. + l UaI'dt4 /Y� jj [s�1,(G /'lV(a�' O e of}}�' G✓iA /GU b I 1ti.,�' - d �,C ��1S��i yTiJ } j�£({ 5vYJ/1� t'i/a 1 # G Jb R. 7' t� tJal7 ,G�aC�Gjf i� a s v ` STATUS OF EROSION CONTROL. MATERIALS DELIVERED: � INSTRUCTIONS & CONVERSATIONS (By Name) ci, S4v53�c w Cl ) 'TAB }fir bw pl d"1 tl? ky. c.A Visitors: -2A e L,,r,A it`a U rA Signed: Jason Carte C ntraator City of Fayetteville Representative CON S`l'RUU 11UN W'UR I Report No. Date Day of the Week Project No. 8582 Name Fay Trash & Recycling Contractor/Sub-Contractor Benchmark WEATHER SITE CONDITION PERSONNEL WORKING EQUIP. WORKING ' Sunny ( Acceptable Useable a�enter a ackboe • Partly Cloudy • Rain 0 Partly p Not Workable Cone. Workers Ditcher [ O Rained Out Comments: Plumbers O erators Scra er ozer rader Rainfall Amt, In. Pore c? le Temp. Mln. 3, F° ruck Drive I Paver Pumps Temp. Max. jc F° Con c. Vibrator I oad Mat'l/Equip. Storage Hours Worked Good -Bad DESCRIPTION LOCAIJON to OF VORK IN PR GRESSy Also hotos, test. de ciencijcjs, Bela s, etc. `results, i3 lr`�rS74v �7�CrGt. ,&M t U��LI„ }r�i 1 LJ U7 �,n i'v (b LYtI 1 D �1 r lVLJt �Gai STATUS OF EROSION CONTROL coo c� MATERIALS DELIVERED: .._ _ .....-- INSTRUCTIONS & CONVERSATIONS (By Name)Aio �.._..._ �....__.___ l(�ok l~ GU �rva- 1vrM 1�rvv"tiaar�t i l.cn I Visitors: r _ Jason Carte Signed: _.. — — _____ City of Fayetteville Representative ¼..VIILi a. LJJ THE CITY OF i=AV T EVILLE, ARKANSAS GINr 6 PIV690N 125 West Mowflan Report No. Date JI Day of the Weekg __ Project No. Fay Trash & Recycling ContractorISub-Contractor Benchmark WEATHER SITE CONDITION PERSONNEL WORKING EQUIP. WORKING '' Sunny ," Acceptable Laborers rac * Partly Cloudy O Partly Useable Carpenters BlEhoe © Rain t 3 Not Workable Cone. Workers Ditcher * Rained Out Plumbers Scra r Comments: Operators oze Rainfall Amt. 0 In, i orem der olle Temp. Min. F ruck Dri Paver Pumps Temp. Max. �, F° Conc. Vibrator �,Dqader Mat'l/Equip. Storage Fours Worked Good .... Bad 1 to , .> DESCRIPTION & LOCATION OF WORK IN PROGRESS Also hotos, test, results, deficiencies, dela 7s, etc. / b pfd CU ' MBA- eriAf ;STATUS OF EROSION CONTROL MATERIALS DELIVERED: INSTRUCTIONS & CONVERSATIONS y Name) Visitors: Jason Carte signed. rn. rrnr City ofFayetteville Representative ..iy No. VVv� Report No. Date 1. — Day of the Week Q rJ Project Fa Trash & Recycling Contractor/Sub-Contactor Benchmark Name y NG WEATHER p Sunny O Partly Cloudy €� Rain O Rained Out Rainfall Amt. I:n. Temp. Min. 17 Temp. Max. F" SITE CONDITION p Acceptable O partly Useable Not Workable Comments: PERSONNEL WORKING Laborers Carpenters Conc. Workers Plumbers Operators Foreman Superintendent Truck Driver lat'l/Equip. Storage Ilaurs Worked _( Good DESCRIPTION & LOCATION OF WORK IN PROGRESS STATUS OF EROSION CONTROL 5 MATERIALS .S DEL.,IVERED: INSTRUCIJ-( NS & Visitors: Signed: resu EQUIP. WORKI Trackhoe Backhoe Ditcher Scraper Dozer Grader Roller Paver Pumps Cone. Vibrator Dump Truck Loader ies. delays, etc. Jason Carte Cate ^ of Fayette%,illeRepresentative T iE CITY OF FAYETTEVILLE, ARKANSAS EI�IGWEi[Nrx LMS►ON 12SWestMoantain Report No. Date 1 < , ") Lf Day of the Week Name Fay Trash & Recycling Contractor/Sub-Contractor Benchmark Project No_ 8582 WEATHER. SITE CONDITION PERSONNEL WORKING EQUIP. WORKING €) Sunny p Acceptable a or Trackhoe Partly Cloudy 0 Partly Useable Carpenters Backhoe O Rain Not Workable Cone. Workers Ditcher O Rained Out Plumbers Scraper Comments: Operators Dozer Rainfall Amt. In, P 1 u d yv o ; jz.. Grader L v o y,1 enuten Roller Temp. Mm.. Z P° Truck Driver Paver Pumps Temp. Mx. F° Cone. Vibrator Dump Truck Loader Mat'UEquip. Storage Hours Worked .:Good _ - $ad to ' ,3 DESCRIPTION & LOCATION OF WORK IN PROGRESS (Also photos, test, results, deficiencies, delays, etc.) I.1Grd3d1G[vh.q Clvr ��,1Ac�1�'stil CJ►cW iSTATUS OF EROSION CONTROL MATERIALS DELIVERED: i INSTRUCTIONS & CONVERSATIONS (By Name) Visitors: Sim ed: Mason Carte Contractor City of Fayetteville Representative .. THE CITY OF FAYETTEVILLE, ARKANSAS ENGSNEEMNG DIVtSlON i2S West Mountain Report No. Date Io{ " % S Day of the Week Name Fay Trash & Recycling Project No. 8582 Contractor/Sub-Contractor Benchmark WEATHER SITE CONDITION PERSONNEL WORKING EQUIP. WORKING ' Sunny e Acceptable Labore Trackhoe o Partly Cloudy 0 Partly Useable arpen Backhoe D Rain Not Workable Cone. orkers Ditcher O Rained Out Plumbers Scraper Comments: tors Dozer Rainfall Amt. In. Mud 4 n t4) b , o v reman Grader Temp. MilL F? __ uperita True ver Roller Paver Pumps Temp. Max.> F° Conc. Vibrator Dump Truck Loader Mat'l/Equip. Storage Hours Worked - Good pBad to DESCRIPTION & LOCATION OF WORK IN PROGRESS Also photos, test, results, deficiencies, delays, etc.) r �y � Y-ILr.r� �(�#SLY ✓-tS�t*V Y 7 )G 1 Grv.tJ r,t w Otv- STATUS OF EROSION CONTROL -NQkTERIALS DELIVERED: INSTRUCTIONS & CONVERSATIONS (By Name) Visitors: Signed: :Co Jason Carte itracto City of Fayetteville Representative T14F CITY OF'PAYEiTEV1LLE, ARKANSAS Report No. Date /2LL_- Day of the Week J trojeuLINV. Name Fay Trash & Recycling Contractor/Sub-Contractor Benchmark WEATHER Sunny O Partly Cloudy * Rain * Rained Out Rainfall Amt. In - Temp. Min.:3(2_ P° Temp.. Max. -5�- F" SITE CONDmON Acceptable o Partly Useable o Not Workable Comments: !Ma�,V'1/Equip- Storage Hours Worked t ood Bad 6' : 30 to DES RIPTION &• LOCATION OF WORK IN P1 HA o STATl1S OE ROSiON CONTROL PERSONNEL WORKING EQUIP. WORSSJNG oe ae veer Ozer Grader �J r. 0 Paver onc. Vibrator �w� y7jat}1.I pIo-c is v a MATES. ALS DELIVERbV: INSTRUETIONS & CON-tVERSATIONS {By Nam visitors: Signed: Contractor Jason Carte City ofFayettevifle etc_ THE CITY OF MAYETTEVi1LLE,yARKANSAS l .t ENGI V GCf1i3 G D V SION Report No. Date Day of the Week. _ Project No. N e Fay Trash & Recycling ContractorlSub-Contractor Benchmark WEATHER. 3(, Sunny D Partly Cloudy Rain o Rained Out Rainfall Amt. _ In. � 'Y:*O Temp. Min. 2 7 Temp. Max. S P° Mat'llEquip. Storage 'Good SITE CONDITION Acceptable p Partly Useable o Not Workable Comments: Hours Worked if) to Q*1 C)P WORK INa " P 3v 10 STATUS OF I ROSION CONTROL Iv1ATEKIALS DELIVERED: TSTR.UCTIONS R C}ON V �q{it Visitors: Signed: „,�.,_._....._ Contractor TIONS T Name) PERSONNEL WORKING Plumbers EQUIP. WORKING Tra Bac Ditcher Scra er Do der Paverw Jason Carte City of Fayetteville tRepresentative £\L.r s 8582 Report No. Date 1 -1 Day of the Week Project No. Name Fay Trash & Recycling Contractor/Sub-Contractor Benchmark WEATHER. sunny * Partly Cloudy Rain o Rained Out Rainfall Amt. In. Temp. Min. 2 F° Temp. Max. '-17 F° SITE CONDITION Acceptable O Partly Useable O Not Workable Comments: PERSONNEL WORKING 2at'lr'Eguip. Storage Hours Worked Good ©Bad to 7ESCRlI'TION & S OCA1 ION OF WORK IN PROGRESS AlsoCi y f - dckter•w, A/ (.'ll `L' PAAC.. bl..-qM t6iA fr`S ' curt c� �r �f-'� tf N k�r �'� �Lf�� ,(�? -1• ��'j"i�"�`-�, }Y� � f �t--Ytit, C7'�-Cr �,�� i� � `�}, fns ji't.!/1"tr%� 5L STATUS OF EROSION CONTROL 5 G�� MATERIALS DELIVERED: EQUIP. WORKING MF Ditcher Sera er Grader 01 Paver Pumps Cone. Vibrator ruck Loa INSTRUCTIONS & C;0NVERSATI0NS (By Name) } p .4 �` /I�" ✓✓f % p �' �3- ! f ,,-,q (IQ� 61 o IV ti— I/h crr c . A --f ) t� 1 3 T4 IP.' 1 /'s f ' �' j�Yi:•'Y 'C,.�' [l ti' �' `""". Visitors: ? JA'r `� u 1ZA Jason Carte Signed: Contractor City ofayetteN�ii3 THE CITY OF FAYETIEVILLE, ARKANSAS ENGINEERING DMSION 12JtMcuTItan CONSTRUCTION REPORT Project No. 8582 Date -J-D-- Day of the Week - - . Report No. Benchmark Fay Trash & Recycling ContractorlSub-Contractor Name CONDITION DITION PERSONNEL WORKING EQUIP. WORKING WEATHER aborer c Sunny Acceptable O Partly Useable arpente Bar lie o Partly Cloudy 0 Not Workable 0 . orkers Ditcher O Rain P u hers Scraper O Rained Out O tors Dozer Comments: pera Grader Rainfall Amt. In. Superintendent Roller' Tom- e er Paver Temp. Min._ P° Pumps F° Cone. Vibrator Temp. Max. Dump Truck oa e Mat' UE quip. Storage Hours Worked Good , Bad to DESGRIPTIION & LOCATION OF WORl� IN PROGRESS (Also photos, test, results, deficiencies, delays, etc.) i 7,`l..f -'e. Lam! '7_. L!n. (J IC< !' STATU OF EROSION CONTROL lviATE.RI.ALS DELIVERED: Visitors: Signed: O S & CONVERSATIONS Contractor Name Jason Carte City of Fayetteville Reprc:sentauve ..... ._.».�-.:--.fl, ran:,r xnrinwtrnr Report No. Date j' I Day of :the Week fl__ Project No. o9C Name Fay Trash & Recycling Contractor/Sub-Contractor Benchmark WEATHER SITE CONDITION PERSONNEL WORKING EQUIP. WORKING e ' Sunny Acceptable a c r ac Partly Cloudy O Partly Useable a ( O Rain o Not Workable Cone. Workers Ditcher * Rained Out Plumbers Scra er Comments: era Doz Rainfall Amt. — In. `) e rte c ver Grader ( 75 Temp. Min. 3 F° Pumps Temp. Max. _ F° Vibrator Dump True oa Mat'l/Equip. Storage Hours Worked -... Good :.Bad to DESCRIPTION & LOCATION OF WORD' IN PRO RESS {Also ltotos, test, results deficiencies, dela ys, etc.) E �� H cr '� •1" � � i'� K- �-� � � rM.-i:.a v�v� era t� �l-�r ��. � �-t� STATUS OF EROSION CONTROL MAI RLALS DELIVERED: INSTRUCTICiNS & CONVERSATIONS By Name) —� Visitors: Jason Carte Signed: r ,, art,, city of Fayetteville Representative THE CITY OF FAYETrEVILL£, ARKANSAS ERGiNEERiNG DIVISION 125'.S'est Mauntain Report No. Name Fay Trash & Recycling CONSTRUCTION REPORT 8582 Date r Day of the'�r ek u Project No. ContractorlSub-Contractor Benchmark WEATHER SITE CONDITION PERSONNEL WORKING EQUIP. WORKING, Sunny Acceptable a o Tr. ckho 0 Partly Cloudy 0 Partly Useable Ditcher O Rain 0 Rained Out 0 Not Workable nc. Wo Plumbers Scraper Comments: oz Rainfall Amt. _ In. *era Grader Temp. Min. {) F° Paver Pumps Temp. Max. -7 D F° Cone. Vibrator u�er- Mat'l/Equip. Storage Hours WorkedLoa £/ o Good to .....Bad DESCRIPTION & LOCATION OF WORK INr PROGRESS Also lotos, test, results, deficiencies, dela s, etc.} ✓l elw c'A S A4 cl ,' l ' t' STATUS OF1 EROSION CONTROL C> v MATERIALS DELIVERED: ._...._.._ ! INSTRUCTIONS & CONVERSATIONS (BY Name) __ }' 3 c � j1L t y / „ y C -Gb ,t YCr fi' Avga `. Visitors: L�1 L �__.._.., Signed: Jason Carte nnra , nr City of Fayetteville Representative THE CITY OF EAYEITEVILLE, ARKANSAS NPWL5OM liswestMounten Report No. Date j J .-3 Day of the Week. Fay Trash & Recycling Name Project No. 8582 Contractor/Sub-Contractor Benchmark WEATHER SITE CONDITION PERSONNEL WORKING EQUIP WORKING 0 Sunny Partly Cloudy CD Acceptable Partly Useablea Witcher Rain C) Not Workable G Rained Out Plumbers Scr #„ Rainfall Amt. In. 1�Comments: � '`� 7 w C -,V A bi erattr �'+ �+ x ,� Temp. Mtn. E° �`+��1 ��tyy {.L. Fyn+�.n �\��tok"y lll,` - J Roller Paver Temp. Max. _ .P° Pumps Conc. i rator ump Trn Loa er M t'lfEquip..Storage Hours Worked Good .. Bad to DESCRIPTION & LOCATION OF WORK IN PROGRESS (Also photos, test, results, deficiencies, delays, etc.) dFlyt�Lf�r43i�w F(T�tti.�L, iL /J.e I<��5f j�7✓l -SL�rG r Y{ S Ct ^L4c ���t G1— /�Ynctt STATUS OF EROSION CONTROL MATERIALS DELIVERED: INSTRUCTIONS & CONVERSATIONS (BY Marne) Visitors: a I t4), C + Signed: ✓ Jason Carte Contr�dtor City of Fayetteville Representative THE CITY OF FAYETTEVILLE, ARKANSAS ENGIN 1NGiM$ ON 775 WestMountsin CONSTRUCTION REPORT 8582 Report No. Date / Day of the WeekProject No. 'garrte l=ay Trash & Recycling Contractor/Sub-Contractor Benchmark WEATHER SITE CONDITION PERSONNEL WORKING EQUIP. WORKING .,s' Sunny r" Acceptable La or roc * Partly Cloudy O Rain O Partly Useable Not Workable arpente Cone. Workers ac Ditcher O Rained Out Plumbers Scraper Comments: Operators er Rainfall Amt. " in. ra e ruc n Temp. Min. F° Pumps p Temp. Max. 6 1~° Conc. Vibrator boa Mat'1/Equip. Storage Hours Worked : 3 ood Bad D S TION & LOCATION to O WORK IN PROGRESS (Also bolos, test, results, deficiencies, dela s, etc_) TcI J ! M' I CL'CS ✓ i }. ,+>' v"3 Y 't-✓.� t '"ti" ..� °-L-'Y..: fj tiVv. [: lc_.,4+'...f/-t.'LWf'y ��`L`.,�. )f t%! SCI (F" Cti '- STATUS OF EROSION CONTROL RLALS DELIVERED: INSTRi1CTIONS & CflNi`ERSATIONS (By Name) Visitors:.,..'__.., Signed: � _, f nnfrar r Jason Carte City of Fayetteville Representative _. __-__ Report No. Date k, f Day of the Week Project No. tiisZ Name Fay Trash & Recycling Contractor/Sub-Contractor Benchmark WEATHER SITE CONDITION PERSONNEL WORKING EQUIP. WORKING 0 Sunny o Acceptable Laborers Trackhoe 0 Partly Cloudy O Partly Useable Carpenters Backhoe 0 Rain Not Workable Cone. Workers Ditcher [ Rained Out Plumbers Scraper Comments: Operators Dozer Rainfall Amt. 5 In. �r5 of t Foreman Grader Superintendent Roller Temp. Mm. 1O F° Truck Driver Paver Pumps Temp. Max. F° Cone. Vibrator Dump Truck Loader .Nat'l p u . Stora e I Hours Worked Q Good &ad to DESCRIPTION & L CATION OF WORK IN PROGRESS Also photos, test, results, deFciencIes, deli s, etc.) J4'c Au� A two Lalt,f f I STATUS OF EROSION CONTROL INsTRUC"l"I.OI S & CONV :RSA"I IONS Name) ... ____. Visitors: Jason Carte r nt;tretnr City of Fayetteville Repres ntative THE CITY OF FAYETTEVH.L , ARKANSAS ENGINEERING IVISION 725 t,Wrt Mountain yette;n7l AR7270? Phone 1479j 4443443 CONSTRUCTION REPORT Report No. Date J 7 Day of the Week Project No. 8582 Name Fay Trash & Recycling Contractor/Sub-Contractor Benchmark. WEATHER SITE CONDITION PERSONNEL WORKING EQUIP. WORKING 0 Sunny t Acceptable Laborers Trackhoe o Partly Cloudy 0 Partly Useable Carpenters Backhoe O Rain C Not Workable Cone. Workers Ditcher Rained Out Plumbers Scraper Comments: Operators Dozer Rainfall Amt. In. L Foreman Grader Superintendent Roller Temp. Min, F° Truck Driver Paver Pumps Temp. Max. F° Cone. Vibrator Dump Truck Loader Mat'l/Equip. Storage Hours Worked Good ...Bad — to ~-" DESCRIPTION & LOCATION OF WORK IN PROGRESS (Also photos, test, results, deficiencies, delays, etc.) STATU OF EROSION CONTROL NV�TERIALS DELIVERED: INSTRUCTIONS & CONVERSATIONS (By Name) Jason Carte Signed:. Contractor City of Fayetteville Representative THE CITY OF FAYE1 F IILLE, ARKANSAS CONSTRUCTION REPORT 81582 Report No. Date /--, � Day of the Week dkr Project No. Name Fay Trash & Recycling Contractor/Sub-Contractor Benchmark WEATHER SITE CONDITION PERSONNEL WORKING EQUIP. WORKING p Sunny 9 Acceptable a Trackhoe Partly Cloudy O Partly Useable Carpenters Backhoe '" Rain - Not Workable Conc. Workers Ditcher Rained Out Plumbers Scraper Comments: Operators Dozer Rainfall Amt, In. Foreman Grader Superintendent Roller Temp. Min. 3 FO Truck Driver Paver Pumps Temp. Max. F° Conc. Vibrator Dump Truck Loader Mat'liEquip. Storage Hours Worked Good . Bad to DESCRIPTION & LOCA..TION OF WORK IN PROGRESS Also botos, test, results. deficiencies; dela s, etc.) r'�� STATU OF EROSION CONTROL MATERIALS DELIVERED: INTSTRUCTIONS R. CONVERSATIONS (By Name) Visitors, �— ' Jason Carte Signed; / nntrsx 4nr City of Fayetteville Representative THE CriY of EAYETEVILLE, ARKANSAS EN6iNEERI 4G DIVISION 125WW.stMountasn Report No. Name Fay Trash & Recycling CONSTRUCTION REPORT 8582 Date 1 - D cl Day of the Week Project No. Contractor/Sub-Contractor Benchmark WEATHER SITE CONDITION PERSONNEL WORKING EQUIP. WORKING 0 Sunny 0 Acceptable abo Trackhoe Backhoe Partly Cloudy 0 Partly Useable Carpenters Ditcher * Rain Not Workable Conc. Workers O Rained Out Plumbers Scraper Comments: Operators Dozer Rainfall Amt_ _ In. p wj4 ti��, „r j',. Foreman Grader Roller Superintendent Temp. Min. 27 F° Truck Driver Paver Pumps Temp. Max. IL) F° Conc. Vibrator Dump Truck. Mat'l/Equip. Storage Hours Worked Loader . Good gBad to DESCRIPTION &LOCATION OF TNIORK iN PROGRESS (Alsophotos, test, results, deficiencies, dela s, etc. j e 5 /V � e 4i3 1--- r ✓ ( L ts+. t Uc, - � t,�'• F- J�ec�'•-'� PA'rSf5-c. j� f S " Y i.. ILU4i L ! 1� wr K- L. � A!t j t d y� l�`f YGk-tt) '-Ab L ro-o W G /��{ cf ( i 'STATUS OF OSION CONTROL MATERIALS DELIVERED: �.. INSTRUCTIO'S CONVERSATI©NS (By Nance) Visitors: Jasol Carte Signed. --__- -- City of ayettevWe Representative THE MY OF FAYETTEVILLE, ARK NSAS ENGNEER NGD)Vt5iON 125 Wt Mcilzntaio Report No. Name Fay Trash & Recycling Contractor/Sub-Contractor ���� Date ,� Day of the Week Project No. Benchmark WEATHER SITE CONDITION PERSONNEL WORKING EQUIP, WORKING e) Sunny p Acceptable Useable a o _r Cters ra ) K Partly Cloudy xC Partly 0 Rain o Not Workable Conc. Workers D1t11�r Scrajer O Rained Out Comments: 1. Io Plumbers Operators Grader Rainfall Amt. In. co e- �' r►r Roller Temp. Min. F° S�pinpdit Truck Paver Pumps Temp. Max. F° Conc. Vibrator Loader Nvlat'llEquip. Storage Hours Worked Goon QBad to .' DESCRIPTION & LOCATION OF WORK IN PROGRESS (Also photos. test, results, deficiencies, dela s, etc.) r,14t,- STATUS OF EROSION CONTROL IA'IERI -A LS DELIVERED: INSTRUCTIONS & CONVERSATIONS (By Name) D CAP r tr J 1�^ 7rX Visitors: Mason Carte Signed: City of Fa} etteville Representative t,.CJliu THE CITY OFFAYETTEVILLE, ARK ANSAS ENGINEERCNG DMION 125W. tMauntaut CONSTRUCTION REPORT Report No. Date 12 I Day of the Week (., Project No. 8582 Name Fay Trash & Recycling Contractor/Sub-Contractor Benchmark WEATHER SITE CONDITION PERSONNEL WORKING EQUIP. WORKING: o Sunny Partly Cloudy p Acceptable ( Partly Useable a a ! ac O Rain O Not Workable one. Wor Ditcher O Rained Out Plum ers Scraper Rainfall Amt, r in. Comments: EI Operato Grader I1 Temp. Min. F° ¼Y'P'1 Sijnt T c Dr�v r Temp. Max F° Pumps Conc. Vibrator Loader Mat'I/Equip. Storage f Hours Worked ood ; Bad to "/.'3 DES RTPTION & LOCATION OF WORK IN PROGRESS (Also photos. test. results, deficiencies, delays, etc.) ou c tl� z lc,c,p ry I - STATUS OF EROSION CONTROL I U� li _ Mt1.T1~RIALS DELIVERED: INSTRUCTIONS & CONVERSATIONS (By Name) Visitors: Signed: f,_-- Jason Came Contractor City of Fkvetteviile Representative ....u.. �., 1S .�,.... .`u .....,.....a`d.,,..,... :'......... r-:...�..�,.� l�`^: '..0 -..�. eo Job Schedule I Notice to Proceed: NOVEMBER 16, 2016 , I Project: I Project to bo completed: 360 DAYS FROM NOTICE TO PROCEED {NOVEMBER 10. 2016 PLUS 10 RAIN MUDDY DAYS) r��� �Wr�- i t ,a L J) TRANSFER STATION —PHASE I I 2015 DescrIptionofWork: I1S-Nov 23 -Nov 30 -Nov 07 -Dec 14 -Dee 21 -Dec 28 -Dec 04 -Jan 11 -Jan 18 -Jan 25 -Jan 01 -Feb 08 -Feb 15 -Feb 22 -Feb 29 -Fob 07 -Mar 14 -Mar 21 -Mar 28-Mi TEMPORARY EROSION CONTROL 1 XXXXXX XXXXXX CLEAR. GRUB, BLDG PAD DEMO 1 XXXXXX DRILLED PIERS XXXXX 0000000000 LOST TEN DAYS IN DECEMBER DUE TO RAIN/MUDDY CONDITIONS GRADE BEAMS I XXXXXX XXXXXX XXXXXX BUILDING PAD PLUMBING ROUGH IN BELOW SLAB I SLAB ON GRADE STRUCTURAL STEEL, BJED ERECTION I METAL STUD FRAMING ROOFING AND METAL WALL PANELS ALUMINUM STOREFRONT CYPRESS SIDING ELECTRICAL MECHANICAL FIRE SPRINKLERS -^ DRYWALL, TAPE AND FINISH ACOUSTICAL CEILINGS MILLWORK AND FINISH CARPENTRY SPECIALTIES AND PAINTING — FLOORING CLEAN UP XXXXX XXXXXX XXXxX ..............__._.......,_.__-,_..........._..... , .......,.,... ,.........._ ---- XXXXX XXXXX................,.....................__ .._.._.._ ..._._ XXXXXX XXXXXX XXXXXX XXXXXX XXXXXX .... •�•� w �.—...« xxxxxx XXX: XXXXXX TEMP POWER Job Schedule I Notice to Proceed: NOVEMBER 16, 2015 Project: I Project to be completed: 360 DAYS FROM NOTICE TO PROCE TRANSFER STATION —PHASE 2 1 2016 Deec tpuori of Work: 104 -Aug 11 -Aug 18 -Aug 25 -Aug 01 -Sep 08 -Sep 15 -Si INTERIOR SELECTIVE DEMO 1 XXXXXX XXXXXX EXTERIOR DEMO XXXXXX METAL STUD FRAMING XXXXXX MISC STEEL ERECTION 1 XXXXX ALUM STOREFRONT XXXXX EXTERIOR SIDING xxxxxx PLUMBING ROUGH IN I XXXXXX SPRINKLER ROUGH IN I XXXXX ELECTRICAL ROUGH IN I XXXXX XXX: MECHANICAL ROUGH IN I XXXXX XXX; DRYWALL, TAPE AND FINISH MILLWORK, CARPENTRY, SPECIALITIES PAINTING FLOORING I CLEANUP 04 -Apr 11 -Apr 18 -Apr 25 -Apr 02 -May 09•May 18 -May_ 23 May 30 -May 06 -Jun 13 -Jun 20 -Jun 27 -Jun 04 -Jul 11 -Jul 18JulM125Jul 01 -Aug 08 -Aug 15 -Aug BAR JOISTS AND DECK DELIVERY a WEEKS AFTER APPROVAL STUCTURAL STEEL DELIVERY 4.6 WEEKS AFTER APPROVAL XXXXXX XXXXXX XXXXXX XXXXXX XXXXXX XXXXXX ........._._ .-_.... XXXXXX XXXXXX ......� ......._._ _.,.._.._.._'__._._--__.._ __..-_ _.._______ ._._.- _._..._._ _._._._...._..._... .. ..............._._..._....s.._... XXXXXX XXXXXX _ ^ XXXXXX XXXXXX XXXXXX XXXXXX ROUGH INT__ XXXXXX XXXXXX XXXXXX XXXXXX ROUGH IN XXXXXX XXXXXX__- XXXXXX XXXXXX __.._._..,..--...-.. XXXXXX XXXXXX XXXx-X XXXXXX Xx)CX7CX XXXXXX XXXXXX XXXXXX XXXxXX XXXXXX xxxxx (NOVEMBER 10, 2016 PLUS 10 RAIN/MUDDY DELAYS) 22 -Sep 29 -Sep 06 -Oct 13 -Oct 20 -Oct 27 -Oct 03 -Nov 10 -Nov 17 -Nov 24 -Nov 01 -Dec 08 -Dec 15 -Dec XXXXXxXXXX .�._.._.._............._....__ ___...... __......._ .- - ....__...._ _._.-- __.._.,.._...._....a ....._.._.._ XXXXX XXXXX XXXXXX ............ .�....._ ..........._ .-r......_ X3CYXXX XXxXXX __..__._ — - ——_._.............._ ............._®� XXxxxx XxxXxxx APPLICATION AND CERTIFICATE FOR PAYMENT AIA DOCUMENT G702 PAGE ONE OF 2 PAGES TO (OWNER): PROJECT: APPLICATION NO: 4 CITY OF FAYETTEVILLE CITY OF FAYETTEVILLE TRANSFER STATION AND MATERIAL RECOVERY EXPANSION PERIOD TO: FEBRUARY 29, 2016 FROM ( CONTRACTOR): VIA (ARCHITECT): BENCHMARK CONSTRUCTION OF NWA, INC. MCGOODWIN, WILLIAMS AND YATES 333 WEST POPLAR STREET, STE'A' 302 E. MILLSAP ROAD NOTICE TO PROCEED: NOVEMBER 16, 2015 FAYETTEVILLE, AR 72703 FAYETTEVILLE, AR 72703 CONTRACT DATE: OCTOBER 20, 2015 CONTRACTOR'S APPLICATION FOI CHANGE ORDER SUMMARY Change Orders approved in previous months by Owner TOTAL Approved this Month Number Date Approved I OCT 20, 2015 t PAYMENT ADDITIONS DEDUCTIONS ($298,732.00) TOTALS ($298,732.00) $0.00 Net Change by Change Orders ($298,732.00) The undersigned Cont. certifies that to the best of the Contr's knowledge, info, and belief the Work covered by this Application for Payment has been completed in accordance with the Contract Documents, that all amts have been paid by the Cont. for Work for which previous Certificates for Payment were issued and payments received from the Owner, and that current payment shown herein is now due. CONTRACTOR: By: STEPHEN L. SMITH, PROJECT MANAGER TAX PAYER'S ID NUMBER: 71-5477S32 ENGINEER'S CERTIFICATE FOR PAYMENT Date: In accordance with the Cont Documents, based on on -site observations and the data comprising the above applic., the Engineer. cert. to the owner that to the best of the Engineer's knowledge, info, and belief the Work has progressed as indicated, the quality of the Work is in accordance with the Cont Documents, and the Contractor is entitled to payment of the AMOUNT CERTIFIED. Certificaton of pay applications indicate Engineer/Owner approval of installed materials. This certificate is not negotiable. The AMOUNT CERTIFIED is payable only to the Contractor named herein. Issuance, payment and acceptance of payment are without prejudice to any rights of the Owner or Contractor under this Contract. 1. ORIGINAL CONTRACT SUM .............................................$ 3,373,506.91 2. Net change by Change Orders.........................................($298,732.00) 3. CONTRACT SUM TO DATE ( Line 1+2)...........................$3,074,774.91 4. TOTAL COMPLETED AND STORED TO DATE ...............$931,571.56 $931,571.56 (Column G on G703) 5. RETAINAGE: a .5% of Total Contract ............. $46,578.58 (column D+E on G703) b. % of Stored Material ..............$0.00 (column F on G703) TOTAL RETAINAGE (So + 5b) ............................................$46,578.58 6. TOTAL EARNED LESS RETAINAGE.............................:..$884,992.98 7. LESS PREVIOUS CERTIFICATES FOR PMT. (Line 6 from prior Certificate)......................................$559,278.83 8. CURRENT PAYMENT DUE -,$325,714.15 9. BALANCE TO FINISH, PLUS RETAINAGE......................$2,189,781.93 (Line 3 less Line 6) State of: ARKANSAS Subscribed and sworn to before me this day of ,19 Notary Public: My Commision Expires: October 21, 2023 AMOUNT CERTIFIED ............................. $ Attach explanation if amt. certified differs from the amount applied for ARCHITECT: By: Date: CONTINUATION SHEET AIA DOCUMENT G703 JOB: CITY OF FAYETTEVILLE TRANSFER STATION AND MATERIAL RECOVERY STATION DATE OF APPLICATION: FEBRUARY 29, 2016 I CONTRACTOR: BENCHMARK CONSTRUCTION OF NWA, INC. APPLICATION NUMBER: 4 I PERIOD OF BILLING: JANUARY 27 TO FEBRUARY 29, 2016 I IAI B I C I D I E I F I G I H I I SCHEDULED I PREVIOUS I THIS APPLICATION I TOTAL I % I BALANCE I LINE I DESCRIPTION OF WORK NO. I I VALUE I APPLICATION: I ----- - --- I COMPLETED I BILLED I TO FINISH I I I --------------------------------------- -------------- I I I WORK I STORED I AND STORED I (G/C) I (C -G) I I I I I I IN I MATERIAL I TO DATE I I I I I I I PLACE I I ID+E+F) I I I I 1 I INSURANCE AND BONDING (BID ITEM #1) I $35,573.06 I $35,573.06 I $0.00 I I $35,573.06 1100.001 I $0.00 I { 2 I MOBILIZATION (BID ITEM #2) I $67,470.00 I $67,470.00 I $0.00 I I $67,470.00 1 100.00% I $0.00 I 3 I BLDG CONST AND RENOVATIONS (BID ITEM #3) I I I I I I I I 4 I GENERAL CONDITIONS I $226,172.00 I $48,100.00 I $18,800.00 I I $66,900.00 I 29.58% I $159,272.00 I I 5 I PLUMBING -PHASE I I I I I - - I I ---- I I I -- I ----I I -- I ------ I -I - - - --- -------- 6 I UNDERGROUND I -- I $41,031.00 I $0.00 I $41,031.00 I I $41,031.00 1100.00% I $0.00 7 I ABOVE GROUND TOP OUT I $18,500.00 I $0.00 I $0.00 I I $0.00 I 0.00% I $18,500.00 I I 8 I FIXTURES I $39,500.00 I $0.00 I $0.00 I I $0.00 I 0.00% I $39,500.00 I 9 I PLUMBING -PHASE 2 I I I I I I I I 10 I PLUMBING DEMO I $2,200.00 I $0.00 I $0.00 I I $0.00 I 0.00% I $2,200.00 I -- I -_._-_.._-__--._-_.-_---_------_, tt I UNDERGROUND I $3,500.00 I $0.00 I $0.00 I I $0.00 I 0.00% 1 $3,500.00 I ------------------------------------------------------ 12 I ABOVE GROUND TOP OUT I $3,000.00 I $0.00 I _ I $0.00 I ______ -_ I $0.00 I _ -_ I -___--_------- I 0.00% I ______- I -------------- $3,000.00 I 13 I FIXTURES I $12,000.00 I $0.00 I $0.00 I I $0.00 I 0.00% I $12,000.00 I. I 14 I HVAC-PHASE 1 I I I -_________ I _--__ I I I ---___ I -- __- I ( ..._.____ I I --_-_-.__- I -_-__-__-_-___-_-_-___-__--_--___- 15 I DUCTWORK WITH INSULATION I I $50,462.00 I $0.00 I $0.00 I -__ I I $0.00 I 0.00% I $50,462.00 I 16 I HVAC EQUIPMENT I $86,727.00 I -___ I $0.00 I -____- I $0.00 I -______________ I -_--_---_-_-_-- I $0.00 I _-__-_____ _-_-_____-_ I 0.00% I __ .-_..____._-_ $86,727.00 I __-____-_---------------- I 17 I AIR DEVICES AND EXHAUST FANS I I $3,996.00 I $0.00 I $0.00 I I $0.00 I 0.00% I $3,996.00 I -_ -- _---___-____-__T------__-- I 18 I TEST AND BALANCE I $2,800.00 I $0.00 I --------- I $0.00 I - I I $0.00 I - I ------------- 0.00% I -- I $2,800.00 I - I - - - ---- -------- - 19 I CONTROLS - I --- I I $34,500.00 I --------- I $0.00 I -------- I $0.00 I ----------------- I I $0.00 I - ----------I _________ I 0.00% I -___-. $34,500.00 I ___-_________ --------------- ---------- -----__-_______-.-_________- 20 1 COMMISSIONING COORDINATION (AGENT PROVIDED BY OWNER) _____.___--___-.___---__--.___-_- I I $792.00 I I --_ I $0.00 I _--_____- I $0.00 I ----------------I---------------------I-------------------I I $0.00 I -_--------__ I 0.00% I _______-___ $792.00 I I______- I 21 I HVAC-PHASE 2 I I I I f I I I ------ ___________-_____--_..-_-._________--_ I 22 I DUCTWORK WITH INSULATION I $26,580.00 I $0.00 I $0.00 I ----------- I I $0.00 I _--_-_--_ 0.00% I $26,580.00 I ----- _-- ___.____--_-__---_- 23 I HVAC EQUIPMENT I---I----I- I $46,700.00 I $0.00 I $0.00 I -_____. ------I------------I----I----------I-------------I I $0.00 I _--__ I 0.00% I ____-_____ I_--_-__-_--__ $46,700.00 I I 24 I AIR DEVICES AND EXHAUST FANS I $2,150.00 I $0.00 I --------- I--------- $0.00 I I-- I $0.00 I I -------- I------- 0.00% I I---- $2,150.00 I I---- I-.._--------------------------------- -- 25 I TEST AND BALANCE I ---I I $1,508.00 I $0.00 I $0.00 I I $0.00 I 0.00% I $1,508.00 I I 26 I CONTROLS I $18,577.00 I $0.00 I $0.00 I I $0.00 I 0.00% I $18,577.00 I 27 I COMMISSIONING COORDINATION (AGENT PROVIDED BY OWNER) I $792.00 I $0.00 I $0.00 I I $0.00 I 0.00% I $792.00 I ---------------------------------------------------- I 28 I HVAC FREON RECOVERY AND DEMO I $0.00 I $0.00 I $0.00 I I $0.00 I 0.00% I $0.00 I I 29 I - I ELECTRICAL -PHASE I ------_--- --I I I I I I I I 1 30 I ROUGH IN _I I $49,583.00 I I---I--I----I $6,084.00 I $4,746.00 I 1 $10,830.00 I I- 21.84% I $38,753.00 I 31 I GEAR I $33,055.00 I $0.00 I $0.00 I 1 $0.00 I 0.00% I $33,055.00 1 32 I -- FIXTURES I $82,637.00 I $0.00 I $0.00 I 1 $0.00 I 0.00% I $82,637.00 I I- 33 I ELECTRICAL -PHASE 2 - I ----I I I I--- I I I I--- I I I -- I--- I I I 34 I ROUGH IN I $26,698.00 I $0.00 I $0.00 I I $0.00 I 0.00% I $26,698.00 35 I GEAR ----- 1 $13,350.00 I $0.00 I $0,00 I I $0.00 I 0.00% I $13,350.00 I- I 1 36 I I -- I FIXTURES -- ----- ------ I I $35,597.00 I I--- I---- $0.00 I I--- $0.00 I 1 $0.00 I 0.00% 1 $35,597.00 1 37 I ELECTRICAL DEMO I $13,349.00 I $4,176.00 I I--_- $0.00 I I I I $4,176.00 I -- I 31.28% ( -I $9,173.00 1 38 I -- FIRE ALARM -PHASE 1 I $5,634.00 I $0.00 I $0.00 I I $0.00 I 0.00% I $5,634.00 I I- I 39 I FIRE ALARM -PHASE 2 I $4,200.00 I $0.00 I $0.00 I I $0.00 I 0.00% I $4,200.00 1 40 I ROOFING AND METAL WALL PANELS -PHASE 1 I I I I I I I I 41 I TPO FLAT ROOF AND INSULATION I $88,247.00 I $0.00 I $0.00 I I $0.00 I 0.00% I $88,247.00 42 I I---- STANDING SEAM ROOF AND INSULATION -- ------------------I------------------I---------------------I I $22,973.00 I $0.00 I $0.00 I I $0.00 I 0.00% I $22,973.00 I- 1 43 I METAL WALL PANELS WITH INSULATION/MOISTURE BARRIER I $33,454.00 I $0.00 I I $0.00 I I $0.00 I 0.00% I $33,454.00 I 44 I METAL SOFFITS --- I $3,218.00 I $0.00 I $0.00 I I $0.00 I 0.00% I $3,218.00 I --I- I 45 I --I ROOF TOP SCREEN WALL -I 1 $2,610.00 I ---I $0.00 I ----- I --- $0.00 I I ---- I I $0.00 I -- I 0.00% I -I $2,610.00 46 I ROOFING AND METAL WALL PANELS -PHASE 2 I I I I I I I I 47 I TPO FLAT ROOF AND INSULATION I $6,385.00 1 $0.00 I $0.00 I I $0.00 I 0.00% I $6,385.00 I 48 I STANDING SEAM ROOF AND INSULATION I NONE I $0.00 I $0.00 I 1 $0.00 I 0.00% I $0.00 49 I METAL WALL PANELS WITH INSULATION/MOISTURE BARRIER I NONE I $0.00 I $0.00 I I $0.00 I 0.00% I $0.00 1 50 I METAL SOFFITS I $500.00 I $0.00 I $0.00 I I $0.00 I 0.00% I $500.00 51 I TERMITE TREATMENT --PHASE 1 I $3,040.00 I $0.00 I $3,040.00 I I $3,040.00 100.00% I $0.00 52 I FIRE SPRINKLERS -PHASE I I I I I I I I I -- I 53 I ROUGH IN I -I 11--.____ I $15,814.00 I $1,581.00 I I--_-_ $0.00 I I-_--__- 1 I $1,581.00 I -__ I_-_ 10.00% I I $14,233.00 I I 54 I DROPS AND HEADS I $130.00 I $0.00 I $0.00 I I $0.00 I 0.00% I $130.00 I I 55 I BACKFLOW PREVENTER I $2,656.00 I $0.00 I $0.00 I .__- - I $0.00 I 0.00% I $2,656.00 I 56 1 FIRE SPRINKLERS -PHASE 2 I I I I I I I 57 I ROUGH IN I $2,153.00 I $215.00 I I I $215.00 I 9.99% I $1,938.00 I 58 I DROPS AND HEADS ------------------------------- I $1,130.00 I $0.00 I $0.00 I I $0.00 I 0.00% I $1,130.00 I 59 I CLOSED CELL SPRAY INSULATION -PHASE 1 I $3,100.00 I $0.00 I $0.00 I I $0.00 I 0.00% I $3,100.00 I 60 I CLOSED CELL SPRAY INSULATION-PHASE2 I $3,000.00 I $0.00 I $0.00 I I $0.00 I 0.00% I $3,000.00 I 61 I STRUCTURAL AND MISC STEEL (MATERIAL ONLY) I $54,292.00 I $0.00 I $54,292.00 I I $54,292.00 1100.00% I $0.00 I. 62 I STEEL SHADOW BOXES, BENT PLATE FASCIA (MATERIAL ONLY) -- - --_- ---- I $1,858.00 I $0.00 I $0.00 I I $0.00 I 0.00% I $1,858.00 I I-- I I 63 I ---- BAR JOIST AND DECK (MATERIAL ONLY) I -_ I I $34,028.00 I -- I $0.00 I -____ I ------I $0.00 I ----- I I $0.00 I -__ I 0.00% I --- I $34,028.00 I I 64 I STEEL ERECTION I $77,600.00 I $0.00 I $42,680.00 I I $42,680.00 I 55.00% I $34,920.00 65 I REBAR (MATERIAL ONLY) I $26,877.00 I $26,877.00 I I I $26,877.00 1100.00 % I $0.00 66 I DRILLED PIERS (MACHINE ONLY, CONCRETE BELOW) I $26,875.00 I $26,875.00 I $0.00 I I $26,875.00 1100.00% I $0.00 67 I CONCRETE I I I I I I I 68 1 DRILLED PIERS I $15,354.00 I $15,354.00 I $0.00 I I $15,354.00 1100.00% I $0.00 69 I GRADE BEAMS I $53,131.00 I $53,131.00 I I I $53,131.00 1100.00% I $0.00 70 I SLAB ON GRADE I $52,758.00 I $6,500.00 I $46,258.00 I I $52,758.00 1100.00% I $0.00 .I 71 I FLOORING -PHASE 1 I I I I I I I I -- I ----- I --I 1_-__-_-__ 72 I -__----___._______ VINYL PLANK f_--_ I I $12,125.00 I -- I ------I $0.00 I $0.00 I I---- I $0.00 I 0.00% I $12,125.00 73 I ----------------------- CARPET TILE I $6,899.00 I $0.00 I $0.00 I I $0.00 I 0.00% I $6,899.00 74 I CERAMIC TILE WALLS I $1,510.00 I $0.00 I $0.00 I I $0.00 I 0.00% I $1,510.00 75 I CERAMIC TILE FLOORS I $2,036.00 I $0.00 I $0.00 I I $0.00 I 0.00% I $2,036.00 76 I FLOORING -PHASE 2 I I I I I I I 77 I CARPET TILE I $6,899.00 I $0.00 I $0.00 I I $0.00 I 0.00% I $6,899.00 78 I SEALED CONCRETE I $275.00 I $0.00 I $0.00 I I $0.00 I 0.00% I $275.00 I 79 I CERAMIC TILE WALLS I $4,531.00 I $0.00 I $0.00 I I $0.00 I 0.00% I $4,531.00 80 I POLISHED CONCRETE -PHASE 1 I $9,300.00 I $0.00 I $0.00 I I $0.00 I 0.00% I $9,300.00 81 I -------------------------------------------------- POLISHED CONCRETE -PHASE 2 I $5,510.00 I $0.00 I $0.00 I I $0.00 I 0.00% I $5,510.00 I 82 I --____----___--____._________ ALUMINUM STOREFRONT/GLASS AND GLAZING -PHASE 1 1 ____ I--__- I $126,990.00 I $0.00 I $0.00 I I $0.00 I 0.00% I $126,990.00 83 I ALUMINUM STOREFRONT/GLASS AND GLAZING -PHASE 2 I $14,110.00 I $0.00 I I $0.00 I 1-____ I $0.00 I I-__-____- 0.00% I $14,110.00 1 84 I __________________-____-____--_________.-__ PAINTING -PHASE 1 I $26,936.00 I $0.00 I I --------- $0.00 I I -------- I $0.00 I I -----I 0.00% I -- I $26,936.00 - -- 1 ---- I 85 I •-- -------------------- DRYWALL FINISH -PHASE 1 I -------- I I $11,544.00 I -------- $0.00 I $0.90 I I $0.00 I 0.00% I $11,544.00 1 -_ 86 I ........................................................ PAINTING --PHASE 2 I $14,364.00 I $0.00 I $0.00 I I $0.00 I 0.00% I $14,364.00 87 I DRYWALL FINISH -PHASE 2 I $6,156.00 I $0.00 I $0.00 I I $0.00 I 0.00% I $6,156.00 88 I ACOUSTICAL AND WALLS -PHASE I I I I I I I I I-_ 89 I ___-_-_-_-_-______-___-__-__--_-_--__----_ METAL STUDS AND COLD FORM FRAMING I $52,995.00 ( $0.00 I $0.00 I I $0.00 I 0.00% I $52,995.00 I--------------------------------------------- 1 90 I BATT INSULATION I $6,900.00 I $0.00 I --------- $0.00 I - I I $0.00 I - I 0.00% I ---------- I $6,900.00 - -- - I 91 I - - - - - ---------------I-----------I-----........I DRYWALL I $24,550.00 I $0.00 I $0.00 I I $0.00 I 0.00% I $24,550.00 1 -_ 92 I __-_-_____-___-_---_-______-________.__- ACOUSTICAL GRID AND TILE ---_.---____.___ I $16,600.00 I I---__--_-_ I $0.00 I _______--_- I $0.00 I ______--- I __-__.--_ I $0.00 I 0.00% I $16,600.00 93 I. ACOUSTICAL AND WALLS -PHASE 2 I I -- I I - -- I ------------ I I I I I- 94 I - -- --- - - - - - - - - - METAL STUDS AND COLD FORM FRAMING - - - I $13,720.00 I $0.00 I $0.00 I I $0.00 I 0.00% I $13,720.00 95 I BATT INSULATION ----I I $2,560.00 I $0.00 I $0.00 I I $0.00 I ---- 0.00% I $2,560.00 96 I DRYWALL I $5,570.00 I $0.00 I I $0.00 1 -------- 1 --___-- I $0.00 I I I 0.00% I --I $5,570.00 1 --- I I-- 1.--- 97 1 ___-_----_________-_---____-___ ACOUSTICAL GRID AND TILE I ---__ I I $12,790.00 I -------- $0.00 I $0.00 I ----- I $0.00 I 0.00% 1 $12,790.00 98 I MILLWORK AND COUNTERTOPS --PHASE I I I I I I I I I-- 99 I ---------------------------------------------------------- MILLWORK I $31,375.00 I $0.00 I $0.00 I I $0.00 I 0.00% I $31,375.00 I 100 I COUNTERTOPS I $15,500.00 I $0.00 I $0.00 I I $0.00 I 0.00% I $15,500.00 I 101 I MILLWORK AND COUNTERTOPS -PHASE 2 I I I I I I I I 102 I I -- I MILLWORK -- I $12,456.00 I --I $0.00 I $0.00 I I $0.00 I 0.00% I $12,456.00 I 103 I I -- I COUNTERTOPS -- I I $4,500.00 I -I $0.00 I $0.00 I I $0.00 I 0.00% I $4,500.00 I 104 I BLINDS -PHASE 1 I $4,800.00 I $0.00 I $0.00 I I $0.00 I 0.00% I $4,800.00 105 I BLINDS -PHASE 2 I $350.00 I $0.00 I $0.00 I I $0.00 I 0.00% I $350.00 106 I SPECIALTIES -PHASE I I I I I I I I I 107 I HOLLOW METAL DOORS AND FRAMES I $9,602.00 I $0.00 I $0.00 I I $0.00 I 0.00% I $9,602.00 I 108 I WOOD DOORS I $3,936.00 I $0.00 I $0.00 I I $0.00 I 0.00% I $3,936.00 109 I FINISH HARDWARE I $7,450.00 I $0.00 I $0.00 I I $0.00 I 0.00% I $7,450.00 I 110 I ACCORDIAN PARTITION I $7,883.00 I $0.00 I $0.00 I I $0.00 I 0.00% I $7,883.00 I 111 I I- I---- FIRE SUPPRESSION SYSTEM I $3,218.00 I $0.00 I $0.00 I I $0.00 I 0.00% I $3,218.00 I 112 I VISUAL DISPLAY SURFACES - I--- I $1,533.00 I I $0.00 I -I $0.00 I I-----I-------I----- I $0,00 I 0.00% I $1,533.00 I 113 I TOILET ACCESSORIES I $888.00 I $0.00 I $0.00 I I $0.00 I 0.00% 1 $888.00 I 114 I TOILETPARTITIONS I $1,487.00 I $0.00 I $0.00 I I $0.00 J 0.00% I $1,487.00 I 115 I PROJECTION SCREEN I $1,100.00 J $0.00 I $0.00 I I $0.00 I 0.00% I $1,100.00 I 116 I SIGNAGE I $2,407.00 I $0.00 I $0.00 I I $0.00 I 0.00% I $2,407.00 I 117 I KNOX BOX I $675.00 I $0.00 I $0.00 I I $0.00 I 0.00% I $675.00 I 118 I SPECIALTY LABOR I $32,332.00 I $0.00 I $0.00 I I $0.00 I 0.00% I $32,332.00 J 119 I SPECIALTIES -PHASE 2 I I I I I I I I_-______----_-_----�-- I 120 I HOLLOW METAL DOORS AND FRAMES I_--.-_ I ----------- I $7,280.00 I $0.00 I $0.00 I I-- I I $0.00 I -"- I 0.00% I --- $7,280.00 I 121 I WOOD DOORS I $1,899.00 I $0.00 I $0.00 I I $0.00 I 0.00% I $1,899.00 122 I FINISH HARDWARE I $7,441.00 I $0.00 I $0.00 I I $0.00 I 0.00% I $7,441.00 J 123 I PROJECTION SCREEN I $1,100.00 I $0.00 I $0.00 I I $0.00 I 0.00% I $1,100.00 I 124 VISUAL DISPLAY SURFACES I $1,533.00 I $0.00 I $0.00 I I $0.00 I 0.00% I $1,533.00 I I 125 I TOILET ACCESSORIES I $2,662.00 I $0.00 I $0.00 I I $0.00 I 0.00% I $2,662.00 I I 126 I I___- I________-______--________---___--_ TOILET PARTITIONS I $4,462.00 I $0.00 I $0.00 I I $0.00 I 0.00% I $4,462.00 I 127 I SIGNAGE -___-_ I-___._______ I $425.00 I p _____-___-____. $0.00 I $0.00 I I $0.00 I 0.00% I $425.00 I 128 I LOCKERS I $1,394.00 I $0.00 I $0.00 I I $0.00 I 0.00% I $1,394.00 I I 129 I SPECIALTY LABOR I $13,857.00 I $0.00 I $0.00 I I $0.00 I 0.00% I $13,857.00 I 130 I CARPENTRY-PHASEI I I I I I I I I 131 I BLOCKING I $10,672.00 I $0.00 I $0.00 I I $0.00 I 0.00% I $10,672.00 I I 132 I INTERIOR TRIM I $16,541.00 I $0.00 I $0.00 I I $0.00 I 0.00% I $16,541.00 I 133 I EXTERIOR CYPRESS AND INSULATION BOARD I $31,284.00 I $0.00 I $0.00 I I $0.00 I 0.00% I $31,284.00 I 1134 I CARPENTRY-PHASE2 I I I I I I I I 135 BLOCKING I $3,654.00 I $0.00 I $0.00 I I $0.00 I 0.00% I $3,654.00 I 136 I INTERIOR TRIM I $858.00 1 $0.00 1 $0.00 I 1 $0.00 1 0.00% I $858.00 I ( 137 I EXTERIOR CYPRESS AND INSULATION BOARD I $8,875.00 1 $0.00 1 $0.00 1 I $0.00 I 0.00% 1 $8,875.00 1 138 I BUILDING DEMOLITION 1 $73,820.00 1 $9,750.00 I $1,500.00 I I $11,250.00 1 15.24% I $62,570.00 I 1 139 I GENERAL SITE IMPROVEMENTS (BID ITEM #4) I I I I I I I 1 140 I DIRTWORK AND SITE DRAINAGE I I I --------- I I I I ---- I----- I ---_-- I I I -- I I -__ I I--- I 141 I -- - - -----------_-- EARTHWORK (CLEARING AND GRUBBING) I ----- I $93,868.00 1 $70,400.00 1 $15,000.00 1 F $85,400.00 1 90.98% 1 $8,468.00 I 1 142 1 UNDERDRAIN I $21,168.00 1 $0.00 1 $0.00 1 $0.00 1 $0.00 1 0.00% I $21,168.00 I 1 143 I CONCRETE PIPE AND BOXES I $22,932.00 1 $6,921.00 1 $6,900.00 1 $1,035.00 1 $14,856.00 1 64.78% I $8,076.00 I 1 144 I SITE DEMOLITION I $51,450.00 1 $42,200.00 1 $9,250.00 1 I $51,450.00 1 100.00% I $0.00 I 145 I FINISH GRADING I $36,780.00 1 $9,200.00 1 - I------ $0.00 1 I I ------ 1 $9,200.00 I -._--- I 25.01% 1 -- 11 $27,580.00 I --F I 146 I ---------------------------- TREE PROTECTION I---- I - I $5,880.00 1 $5,880.00 I $0.00 1 I $5,880.00 1100.00% ( $0.00 I 147 I EROSION CONTROL AND ENVIRONMENTAL COMPLIANCE I $52,920.00 1 $42,620.00 I ---- I $5,300.00 1 I --_-__-_ - I _--_..__ $47,920.00 I I 90.55% 1 ______---- $5,000.00 1 148 I ------ ---_ ----I--------I----I--------I-I UNDERDRAIN CAST IN PLACE STRUCTURES (2 EA, SEE SHT CS) I $2,388.00 I $0.00 I $0.00 1 I $0.00 I 0.00% I $2,388.00 I 149 I -------------------- ASPHALT MILLING AND OVERLAY I $14,500.00 I $0.00 I $0.00 I I --------- I--- I-------- $0.00 1 I------ 0.00% I I ---- $14,500.00 I -- I--------------------------- I 150 1 LANDSCAPING, IRRIGATIONS, SLEEVES, PAVERS AT PUBLIC LOT I------- (-----F I $132,714.00 I $0.00 1 $0.00 I F $0.00 1 0.00% I $132,714.00 I 1 151 1 PARKING LOT STRIPING I $1,410.00 ( $0.00 1 _-_-__. $0.00 I I 1 -_-__ ) $0.00 ( - __- 1 0.00% I ------- 1 ----------- $1,410.00 I I 1 --- I 1 152 1 --- ------------ ----------------------------------F WHEEL STOPS ------ I ------------F I $4,745.00 1 $0.00 I $0.00 I I $0.00 1 0.00% I $4,745.00 I 153 1 -____-______-_____________---__________ ADA SIGNAGE AT HANDICAP PARKING I_-__-_ I---_---_____ I $550.00 1 $0.00 I ____-__ 1.--__ $0.00 I I I __________ 1-_- $0.00 1 I---__ 0.00% I I---____-___---. $550.00 I I 154 1 _______--_____-__-__-_-________-__ WATER YARD LINES I -_____ I I $8,800.00 1 $0.00 I $0.00 1 I $0.00 1 0.00% 1 $8,800.00 I 1 155 I -_-__-_________-__-___---_-__.__._-_ SEWER YARD LINES I $5,996.00 I $0.00 I - 1 $0.00 1 I I -- $0.00 1 - - I 0.00% 1 - - 1 $5,996.00 I -- I 156 I -------------------------------- ------------------- ------- -- ROOF DRAIN YARD LINES .----.--___--______.______-__.--__________ k -------- I I $1,700.00 I - $0.00 I - $0.00 1 I $0.00 1 0.00% 1 $1,700.00 157 I SITE ELECTRICAL I I I --------- I I -- I - I I - -- I - I -------- I 158 I - - -- -- --- - -- OVERHEAD RELOCATE -- - I I $13,941.00 1 $0.00 1 $0.00 1 I $0.00 1 0.00% I $13,941.00 I -___ 1 159 1 BUILDING CONNECTIONS I $48,586.00 I $0.00 1 $8,727.00 I I $8,727.00 1 17.96% I $39,859.00 1 160 I -_-----____-_____--_ SITE FIXTURES 1 $35,643.00 I _________._ $0.00 1 I---__----_- $365.00 ( I 1 ______-_ 1 $365.00 1 I_-----.__ 1.02% ( $35,278.00 161 I _______.-__-___-____-_.__-___--_________-_ FIBER OPTIC RELOCATE _________ I I $3,500.00 I 1 _-_________- $0.00 1 I $0.00 I I ------______ $0.00 1 0.00% I $3,500.00 1 162 I __--______--_________-______-_____________-----________-_____---__ FIRE SPRINKLER LINES I __--___---- I $28,305.00 I _____-_:___. $2,831.00 1 I I ___..._______ 1 -__.______ $2,831.00 1 10.00% I $25,474.00 1 163 I ____________-___-.--__-__________-_--___-___.-______--_ REBAR (MATERIAL ONLY) --- - - - - I ____-____-_ I $9,758.00 I - - I $9,758.00 I -- - I I I - - I - -- k $9,758.00 1 ---- I 100.00% I -- I $0.00 --------------- F------------- 1 164 I - SITE CONCRETE I I I I I I I I 165 ( ____________-_____.______-___-__-__________-____ HEAVY DUTY CONCRETE AT RAMP 1 __._.___.___ I $13,327.00 1 $0.00 1 I $9,995.00 1 I --------- I--_---- I---_-__ $9,995.00 I 1 75.00% I $3,332.00 I I_-__ I_--____----______---_--_--_-------------------- 166 I RETAINING WALL I_---_--_--_- I -------- F $19,655.00 1 $0.00 1 $13,700.00 1 I $13,700.00 I 69.70% I $5,955.00 I ____ 1 167 I __-______-_________-___--_-__----__._________-_ PIPE BOLLARDS I $10,368.00 1 -- I $0.00 1 $0.00 1 I $0.00 I 0.00% I $10,368.00 168 I WALKS AND PADS I $75,555.00 1 1-_-_____- $0.00 I I $0.00 I I ---------F -__- I----. $0.00 I I 0.00% I -__. I--__- $75,555.00 I I I-__ I_-----___-______-_-__-----____--__ 169 1 CUTTING/PATCHING EXISTING CONCRETE/ASPHALT SURFACES I--_---__ I $14,466.00 1 I -----------F $9,466.00 i I I $9,466.00 I 65.44% 1 $5,000.00 I 1 170 1 -_-___-__-___________-.________-_ CURB AND GUTTER 1 ______---__-__ I $27,456.00 1 $0.00 I $0.00 1 I $0.00 I 0.00% 1 $27,456.00 I I 171 I BICYCLE RACKS I $1,122.00 I $0.00 1 $0.00 I 1 $0.00 1 0.00% I $1,122.00 I 1 172 I REMOVABLE PIPE BOLLARDS I $1,304.00 I $0.00 I $0.00 I I $0.00 1 0.00% I $1,304.00 I 1 173 I UNDERCUT AND BACKFILL--OWNER SUPPLIED (BID ITEM #5) 1 $87,000.00 I $81,055.00 1 $34,307.00 I I $115,362.00 1 132.60% I ($28,362.00) I 1174 I UNDERCUT AND BACKFILL--GC SUPPLIED (BID ITEM #6) 1 $17,500.00 I $0.00 I $19,827.50 I I $19,827.50 1113.30% I ($2,327.50) I 1 175 I GEOGRID MATTING (BID ITEM #7) I $39,975.00 1 $6,697.50 I $6,103.50 I I $12,801.00 I 32.02% I $27,174.00 I 1 176 I HEAVY DUTY ASPHALT (BID ITEM #8) I $66,918.75 I $0.00 I $0.00 I I $0.00 I 0.00% I $66,918.75 177 I LIGHT DUTY ASPHALT (BID ITEM#9) 1 $38,857.50 I $0.00 I $0.00 I I $0.00 I 0.00% I $38,857.50 I I- I--- ------ I 178 I HEAVY DUTY CONCRETE PAVING (BID ITEM #10) I - I---- I $37,033.60 I I--- $0.00 I I -- I--- $0.00 I I I $0.00 I -- I- 0.00% I I $37,033.60 1 179 1 ELEVATED WALKWAY (BID ITEM #11) I $90,000.00 I $0.00 I $0.00 I I $0.00 I 0.00% I $90,000.00 I 1180 I TRENCH AND SAFETY (BID ITEM #12) I- I --------I---I-----1 I $1,500.00 I $0.00 I $0.00 I 1 $0.00 I 0.00% I $1,500.00 I I 181 I TOTAL CONTRACT BEFORE CHANGE ORDERS I $3,373,506.91 I I -I I---l-------I----- I I I I 1 182 I CHANGE ORDER #1: I I I I I I I I--I------ I 183 I DEDUCT PAINTING OF RENOVATED SPACE I ($20,520.00) 1 $0.00 1 $0.00 1 I $0.00 I -0.00% I ($20,520.00) 1 1 184 I SUBSTITUTE PVC FOR CAST IRON FOR SEWER UNDERSLAB 1 ($3,000.00) I $0.00 1 $0.00 1 1 $0.00 1 -0.00% 1 ($3,000.00) 1 1 186 I DEDUCT CAST IRON PIPE WRAP 1 ($4,580.00) 1 $0.00 1 $0.00 I I $0.00 I -0.00% I ($4,560.00),1 1 186 I WAIVE DUMPSTER FEES I--I----I-- I ($17,389.00) 1 $0.00 1 $0.00 I I $0.00 1 -0.00% I ($17,389.00) I I 187 I SUBSTITUTE POLISHED CONC FOR PLANK FLOORING IN CONF ROOM 1 $331.00 1 -I--_I--I $0.00 1 $0.00 I I -I--1-----I $0.00 1 0.00% I $331.00 I 188 I DED LANDSCAPE, IRRIG, BUT RETAIN SLEEVES 1 (0118,638.08)1 $0.00 1 $0.00 1 1 $0.00 1 -0.00% 1 (5118,638.00)1 1 189 I DEDUCT TRUCK STAGING HD CONC PAVING AND OVERLAY AREA I ($44,936.00) 1 $0.00 1 $0.00 I I $0.00 1 -0.00% 1 ($44,936.00) 1 I 190 1 DEDUCT ELEVATED WALKWAY AND ALL ASSOCIATED WORK I ($90,000.00) 1 $0.00 1 $0.00 I I $0.00 I -0.00% I ($90,000.00) 1 191 I I $0.00 I $0.00 1 $0.00 I I $0.00 I 0.00% I $0.00 I 1192 I 1 $0.00 I $0.00 I $0.00 I I $0.00 I 0.00% I $0.00 193 1 I $0.00 I $0.00 I $0.00 1 I $0.00 I 0.00% I $0.00 I 194 I --I - ------ - - --- ----- I $0.00 1 I ---- I $0.00 I - -- $0.00 I I -----I $0.00 I 0.00% I $0.00 I 1 195 1 I $0.00 1 I $0.00 1 -- I $0.00 1 I ----I $0.00 I ---I 0.00% I -- - I $0.00 I 1 196 1 I $0.00 1 $0.00 1 $0.00 1 I $0.00 I 0.00% I $0.00 I 197 1 I $0.00 1 $0.00 1 $0.00 1 I $0.00 I 0.00% I $0.00 I T O T A L S I $3,074,774.91 1 $588,714.56 1 $341,822.00 I $1,035.00 I $931,571.56 1 30.30% 1 $2,143,203.35 I UNIT PRICE ITEMS THIS PERIOD: UNIT PRICE ITEM #6--1133 CY OF GC SUPPLIED IMPORTED RED DIRT FILL FOR THIS PERIOD (1133 X $17.50 PER CY = $19,827.50) UNIT PRICE ITEM #5-2366 CY OF UNDERCUT AND BACKFILL OF OWNER PROVIDED MATERIAL FOR THIS PERIOD(2366 X $14.50 PER CY = $34,307.00) UNIT PRICE ITEM #7-626 SY OF GEOGRID INSTALLED FOR THIS PERIOD (626 X $9.75 = $6,103.50) CHANGE ORDER UNIT PRICE FOR TRASH MATERIAL STOCK PILED FOR OWNER REMOVAL- (213 CY X $4.00 PER CY = $852.00) NOTE: THIS ITEM HAS NOT BEEN BILLED AS OF 2-29-16 r hrnaxk, for rL.ciQf\ Co3 City of Fayetteville Staff Review Form 2016-0240 Legistar File ID N/A City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item �rC�n5-�er aQh Facilities Management / Wade Abernathy 4/29/2016 Finance & Internal Services Department Submitted By Submitted Date Division / Department Action Recommendation: A change order #3 for the transfer Station and Material Recovery Site Improvements and Facility Expansion requires, the Mayor's signature. The change order is for a credit in the amount of $1,590.00. In summary the cost associated with additional undercut and backfill for unsuitable soils, and rework of existing inlet was offset with the cost saving items selected by the City. Additional 30 calendar days were deemed allowable for weather, undercut and backfill, and rework of inlet. 5500.508 Account Number 13021 Project Number Budgeted Item? Yes Does item have a cost? No Budget Adjustment Attached? NA Budget Impact: Recycle & Trash Fund SW Office & Transfer Station Expansion Project Title Current Budget Funds Obligated Current Balance Item Cost Budget Adjustment Remaining Budget $3,163,156.00 $ 2,675,736.67 $ 487,419.33 I $ 487,419.33 V20140710 Previous Ordinance or Resolution # 192-15 Original Contract Number: Bid #15-44 Approval Date: 5 - t,Q - I t Q Comments: CITY OF e. V e ARKANSAS TO: Mayor Lioneld Jordan THRU: Don Marr, Chief of Staff Terry Gulley, Transportation Services Dept. Director Jeff Coles, Recycling and Trash Collection Division Head STAFF MEMO FROM: Wade Abernathy, Facilities Management/building Construction Manager DATE: April 29, 2016 ATTACHMENT: Approval of Change Order #2 to the Contract with Benchmark Construction for the construction of the Recycling and trash Collection Facility Expansion RECOMMENDATION: Staff recommends approval of Change Order #2 to the Contract with Benchmark Construction for a credit in the amount of $1,590.00, which is a net credit for 3 items. Also, 30 additional days for weather, and time related to undercut and fill, as well as reworking of an existing box inlet is deemed allowable by the consultant. BACKGROUND: City of Fayetteville entered into a contract with Benchmark Construction for site improvements and expansion of the Recycling and trash Collection facility per resolution: 192-15 DISCUSSION: Unsuitable soils were encountered in the New Public Parking area and the south truck drive. Additional undercut, fill and compaction was required. .Also, an existing box inlet had to be reworked because the existing location was not as shown on the drawings. A credit was applied for Deletion of conduits for Primary Electric underground service and Data conduits. It was determined that the existing service and data was acceptable. BUDGET IMPACT: N/A SUMMARY: The Mayor's signature is required for full execution of Change Order #2. Mailing Address: FACILITIES MANAGEMENT 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 192-15 File Number: 2015-0471 BENCHMARK CONSTRUCTION OF NWA CONTRACT: A RESOLUTION TO APPROVE A CONTRACT WITH BENCHMARK CONSTRUCTION OF NWA, INC. IN THE AMOUNT OF $3,373,506.91 FOR THE CONSTRUCTION OF THE RECYCLING AND TRASH COLLECTION FACILITY EXPANSION; TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $150,000.00; TO APPROVE CHANGE ORDER NO.! TO REFLECT VALUE ENGINEERING ITEMS AND REDUCE THE CONTRACT AMOUNT BY $298,732.00; AND TO APPROVE A BUDGET ADJUSTMENT 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 approves a contract with Benchmark Construction of NWA, Inc. in the amount of $3,373,506.91 for the construction of the Recycling and Trash Collection Facility Expansion, and further approves a project contingency in the amount of $150,000.00. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves Change Order No. I to the contract with Benchmark Construction of NWA, Inc. to reflect value engineering items and reduce the contract amount by $298,732.00. Section 3: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution. PASSED and APPROVED on 10/20/2015 Change Order No. 3 Date of Issuance: April 28, 2016 Effective Date: April 28, 2016 Project: Transfer Station and Materials Owner: City of Owner's Contract No.: Bid #15-44 Recovery Facility Expansion .Fayetteville Contract: Contract Section I — Office Facilities and Site lmnrovements Date of Contract: October 20, 2015 Contractor: Benchmark Construction of NWA, Inc. Engineer's Project No.: FY -355 The Contract Documents are modified as follows upon execution of this Change Order: Description: See attached. Attachments (list documents supporting change): Change Order No. 3 Detailed Breakout CHANGE IN CONTRACT PRICE: CHANGE IN CONTRACT TIMES: Original Contract Price: Original Contract Times: ❑ Working days ® Calendar days Substantial completion (days or date): 360 $ 3.373.506.91 Ready for final payment (days or date): 390 Decrease from previously approved Change Increase from previously approved Change Orders Orders No. 0 to No. 1: No. 0 to No. 0: Substantial completion (days): 5 $ 299,647.53 Ready for final payment (days): 5 Contract Price prior to this Change Order: Contract Times prior to this Change Order: Substantial completion (days or date): 365 $ 3,073,859.38 Ready for final payment (days or date): 395 Decrease of this Change Order: Increase of this Change Order: Substantial completion (days or date): 30 S 1,590.00 Ready for final payment (days or date): 30 Contract Price incorporating this Change Order: Contract Times with all approved Change Orders: Substantial completion (days or date): 395 $ 3.072,269.38 Ready for final payment (days or date): 425 RECOMME E ACCEPT : ACCEPTED: By: B By. Engi eer ( thoriz Si tare) O er thori Signature) Contractor (Authorized Signature) Date: Ito Date: _j Date: 4-28-16 EJCDC C-941 Change Order Prepared by the Engineers Joint Contract Documents Committee and endorsed by the Construction Specifications Institute. Page 1 d 1 Fayetteville Recycling and Trash Collection Office Building 004 1010 ImpmvemeNo - Contract Section 1 ChangeOrder No. 3 Deviled Breakout ITEM NO, CONTRACTIDENTIFIER DESCRIPTION UNIT PRICE QUANTITY CONIRACTPRi ADJUSTMENT ONTRACT TIME ADJUSTMENT CakndarD O I "top10aI Rcqocoll4o.2.. Deklionall rimaryele0Uic rdoca(ti miseaitedala.phone, fdierwMuil 5 (14.846.00) L Sum I 5 (14.X46:0) 0 2 ApplicoLion for Paynical No. 5 4:indonal excavation and hackill and weather. S 17.50 IS pare Yard 638 S 11,025.00 20 3 WorkChanoc Directive No. 4 (PR9) Slone Junction Box Lid Revrsiona S 2.211.00 jLwopsum 1 S 2,231.00 10 4 S 6 7 TOTAL S (1,590;011 30' FY355 Change Order 3 Breakout doo 4(2&201011011 AM UNIT PRICE ITEMS THIS PERIOD. UNIT PRICE ITEM a6--670 CY OF GC SUPPLIED IMPORTED RED DIRT FILL FOR THIS PERIOD (630 X $17.50 PER CY = $11,025.00) CHANGE ORDER UNIT PRICE FOR UNIT PRICE ITEM 6. GC SUPPLIED IMPORTED RED DIRT FILL-. (630 CY X $17.50 PER CY - $11,025 00) THIS ITEM HAS NOT BEEN BILLED AS OF 3.31-16 0�4rg par VadDi C_A a 2&Ag �C v�QtL\-\. r PROPOSAL FROM:...BENCHMARK CONSTRUCTION COMPANY, INC 333 WEST POPLAR FAYETTEVILLE, AR 72703 PROPOSAL TO.........Mc000DWIN, WILLIAMS AND YATES ENGINEERS PROJECT,. ................CITY OF FAYETTEVILLE TRANSFER AND MATERIAL RECOVERY EXPANSION JOB #: 15.44 DATE. -....___.....APRIL 14, 2016 DEAR MR. LEWIS, WE REQUEST AN INCREASE TO THE CONTRACT IN THE AMOUNT OF » $2.231 ALONG WITH AN INCREASE IN THE CONTRACT COMPLETION TIME OF -22- DAYS AND COUNTING. LABOR COST FOR TWO SUPPLEMENTAL INSTRUCTIONS FOR THE BOX LID MODIFICATIONS. THE ISSUE WAS FIRST RECOGNIZED ON MARCH 22 AND AN EMAIL WAS SENT TO ZANE FOR CORRECTIVE MEASURES. THE UD MODS HAVE DELAYED THE PARKING LOT PROGRESS. TOTAL COST FOR G.C. WORK...........-....................... $1.776 16 %OVERHEAD&PROFIT 266 TOTAL COST FOR SUB WORK .... 0 5 %OVERHEADS PROFIT 0 SUBTOTAL...................._..::.._...........I................................ $2,042 0.02800, BOND 0.01900 MULTICOVERAGE INS 0.01850 OCP INS 0.01980 BLORS RISK 0.08530 Total Items X Bottom Une 190 TOTAL CHANGE ORDER NT ...........................___. $2.231 SINCERELY, - ---� OWNER'S SIGNATU D FOR APPROVAL I 3tc\Chfl \OX L rL-A 0(-\ CO�k City of Fayetteville Staff Review Form /3 2016-0548 Legistar File ID N/A City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Facilities Management,/ Wade Abernathy 11/14/2016 Finance & Internal Services Department Submitted By Submitted Date Division / Department Action Recommendation:' Staff Recomends approval of Change Order #4 with Benchmark Construction in the amount of $51,628.00 for increased retaining wall height at truck ramp, replacement of sheetrock in.existing offices, and adding painting back into the contract at Recycle and Trash Collection Facility Expansion Bid 15-44 Budget Impact: 5500.750.5080-5804.00 5500/Recycling and Trash Collection Account Number Fund 13021.2000 Solid Waste -New Offices Project Number Project Title Budgeted Item? No Current Budget $ 2,041,228.00 Funds Obligated $ 1,940,795.91 Current Balance $ 100,432.09 Does item have a cost? Yes Item Cost $ 51,628.00 Budget Adjustment Attached? NA Budget Adjustment Remaining Budget 48,804.09 Previous Ordinance or Resolution # 2015-0471 D5 V20140710 Original Contract Number: Bid 15-44 Approval Date: 1- - (42 Comments: CITY OF a e'ttVi1e STAFF MEMO ARKANSAS To: Mayor Lioneld Jordan THRU: Don Marr, Chief of Staff Terry Gulley, Transportation Services Dept. Director Jeff Coles, Recycling and Trash Collection Division Head FROM: Wade Abernathy, Facilities Management &'Building Construction Manager DATE: 11-14-2016 SUBJECT: Approval of Change Order #4 with Benchmark Construction of NWA at the Recycling and Trash Facility Expansion. RECOMMENDATION: Staff recommends approval of Change Order #4 in the amount of $51,628.00 for increased retaining wall height, replacement of sheetrock at existing offices, and adding paint back into the project. BACKGROUND: On 10-20-15, Ccuncil passed a resolution to approve a contract with Benchmark construction for Bid 1544 in the amount of$3,373,506.91 and also a contingency in the amount of $150,000 and Change Order #1. DISCUSSION: Justification of Change Order Items is as follows: The increased retaining wall height at the truck ramp will eliminate water overflow into the ramp area caused by excessive rains. The existing office area sheetrock has several issues: Not the proper thickness, years of smell, and by putting new, allowed data and electrical relocations. The painting for these offices was originally deleted from the contract, and was to be performed by Staff. With staff's current workload, the adding the paint back will allow the project to progress uninterrupted, and accommodate a mid December completion. BUDGET/STAFF IMPACT: The contingency funds approved will be used for this Change order. Attachments: Change Order' #4 with supporting documents. Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 Change Order No. 4 Date of Issuance: November 11, 2016 Effective Date: November 11, 2016 Project: Transfer Station and Materials Owner. City of Owner's Contract No.: Bid #15-44 Recovery Facility Expansion Fayetteville Contract: Contract Section 1 —Office Facilities and Site Imnroyements Date of Contract: October 20, 2015 _ Contractor: Benchmark Construction of NWA, Inc. Engineer's Project No.: FY -355 The Contract Documents are modified as follows upon execution of this Change Order: Description: See attached. Attachments (list documents supporting change): Change Order No. 4 Detailed Breakout and supporting documents. CHANGE IN CONTRACT PRICE: CHANGE IN CONTRACT TIMES: Original Contract Price: Original Contract Times: O Working days ® Calendar days Substantial completion (days or date): 360 $ 3,373,506.91 Ready for final payment (days or date): 390' Decrease from previously approved Change Increase from previously approved Change Orders Orders No. I to No. 3: No. I to No. 3: Substantial completion (days): 35 $ 301,237.53 Ready for final payment (days): 35 Contract Price prior to this Change Order. Contract Times prior to this Change Order: Substantial completion (days or date): 395 $ 3.072.269.38 Ready for final payment (days or date): 42. Increase of this Change Order: Increase of this Change Order. Substantial completion (days or date): 26 $ 51,628.00 Ready for final payment (days or date): 26 Contract Price incorporating this Change Order. Contract Tunes with all approved Change Orders: Substantial completion (days or date): 421 $ 3,123,897.38 Ready for final payment (days or date): 451 RECOMMENDED: ACCEPT : ACCEPTED: By: En ' eeju I rued Siy cure) O er{Au rirac! ignaturc) Contractor{Authorized Signature) Date: i i t Z.� t h Date: - - Date: (l L`L- f6 FJCDC C-941 Change Order Prepared by the Engineers Joint Contract Documents Committee and endorsed by the Construction Speclfcations Institute. Pageldl Fayetteville Recycling and Trash Cotectton Office 8uifdutg and Site Improvements - Contract Section 1 Change Order No. 4 Detailed Brealout I IIi.M No CONTRACT IDENTIFIER D1 .SCRIPTIUN UNIT PRICE QUAN 'try CUN1 RACY PRICE ADJUSTMENT l'ON"IKAC' !' "I'lMIi AD.il.lS l'MEN Walcudm loos) I Pro sal Ret ueni No. 2a gorse l'mnsler Pit retaining null pet proposal dated August 3.21116 $ 8.6113 00 LumpSum I $ 8.6p3 00 12 2 Change UrJcr No. J Phase? Gt sunt.Board. tape and finish per proposal dated No%emhei 7.2111 $ 14,427 h0 L mu i Sum I S 14.42719) 14 3 Clion 'e Order No. J Phase _2 Yrnnun ' S 23.S)8 till Lump Sum I S 23.SY81r0 4 7 . _ ... TOTAL S 515,211 Ott 26 FY355 Change Order 4 Breakout.xisx 11/11/20181:21 PM PROPOSAL FROM BENCHMARK CONSTRUCTION COMPANY 7 333 WEST POPLAR FAYETTEVILLE AR 72703 PROPOSAL TO J GOOOWIN. WILLIAM& AND YATES ENGINEERS PROJECT CRY Of FAYETTEVIL E TRANSFER AND MATERIAL RECOVERY EXPANSION Joe, 15 - DATE AUGUST 3. 207$ DEAR MR LEWIS WE REQUEST AN INCREASE TO THE CONTRACT IN THE ASONMT OF---------» 58.603 ALCNG WITH AN INCREASE IN THE CONTRACT COMPLETION TINE OF -12- DAYS EXTEND 70 FEET OF RETAINING WALL ADD MORE BIOSWALE AND EXTEND TWO ORAIN INTAKES AND ONE CLEW OUT TOTAL COST FOR DC WORK $6 843 15 %OVERHEAD E PROFIT 1028 TOTA. COST FOR SUB WORK 0 S % OVERHEAD & PROFIT 0 SU8 TOTAL $7869 002800 BOND 001%0 ML TICOVERAGE INS 007030 OCP INS 0 01980 BLDRS RISK 106530 TOM kM S X 9=- L80 734 TOTAL CHANGE ORDER AMOUNT - $8603 SINCERELY - OWNERS SIGNATURE REQUIRED FOR APPROVAL. COST DETAIL PROJECT...., CITY OF FAYETTEVILE 0 WORM PERFORMED WORK PERFCR#ED'BY DC BY SUBCONTRACTOR UNIT PRICES » NET PLACING COST IOTY X LABOR PLUS BURDEN) LAB • 48% BIRO MC FICA SUT.FUTI SUBCONTR TOGS NET COST OF MATERIALS (OTY X MAT PLUS ST 1 PRICE DESCRIPTION 0 UNIT LABOR MAT SUB AND PLUS CONT MAP • TOOLS A EQUIP 1% LIAB INS DRILL AND EPDXY REBAR INTO EXISTING WALL 7000 EA 500 575 025 746 0 AT 22 INCHES ON CENTER 0 0 B 0 WALL REBAR 45000 LBS 0 7s 040 Tit 0 0 0 RETAINING WALL FORMING 245 00 SF 400 305 225 3300 0 0 0 CONCRETE 272 CY 7S0O 9500 066 0 0 0 CONCRETE PUMP -3 HOUR MINIMUM 300 MRS 22000 T39 0 0 0 STRIP FORMS 800 MRS 6000 500 750 0 0 0 BIO SWALE MIX 100 LS 533500 0 DELETED 0 0 ADJUST SITE GRAINAGE BOXES AND A CLEAN OUT 3.00 EA 45000 0 DELETED 0 0 0 0 0 0 0 0 0 9 0 0 D 0 0 0 0 0 0 0 0 0 0 0 PROPOSAL FROM BENCH AARIC CONSTRUCTOR COMPANY. INC 333 WEST POPLAR FAYETTEVILLE. AR 12703 PROPOSAL TO MCGOOOWIN. WILLIAMS AND YATES ENGINEERS PROJECT CITY OF FAYETTEVILLE TRANSFER AND MATERIAL RECOVERY EXPANSION JOB 4 1544 DATE .... _ ...NOVEMBER 7.2018 DEAR MR LEWIS, WE REQUEST AN INCREASE TO THE CONTRACT RN THE AP IT OF----• » 519A27 ALONG WITH AN INCREASE IN THE CONTRACT COMPLETION TIE OF -14- DAYS REMOVE -AND REPLACE EXISTING DRYWALL THAT WAS TO REMAIN AS PART OF PH 2. TAPE AND FRESH THIS DOES NOT INCLUDE. ANY PAINTING. WHICH WAS ALREADY M THE ORIGINAL SCOPE THIS INCLUDES INSULATION FOR THE INTERIOR EX STING WALLS TOTAL COST FOR G C WORE $3901 15 % OVERHEAD F PROFIT 585 TOTAL COST FOR SUB WORK 12775 5 %OVERHEAD 6 PROFIT 639 SUB TOTAL 317.900 002800 BOIL) 001900 MULTICOVERAGE INS 001839 OCP INS 001980 RLORSRISK 008530 TOW 5 TIz S Bolcom Lne 1527 TOTAL CHANGE ORDER AMOUNT 519.427 SINCERELY. -- OINNER'S SIGNATURE REOUIRS.D FOR APPROVAL A COST DETAIL WORK PERFORMED PROJECT. CITY OF FAYETTEVILLE 0 WORK:PERFORAED BY G C BY SUBCONTRACTOR UNIT PRICES ' NET PLACING COST (QTY X LABOR PLUS BURDEN) LAB* 48% BURR (W C. FICA SUTFUf) SUBCONTR TOOLS NET COST OF MATERIALS (STY X MAT PLUS ST ) PRICE DESCRIPTION 0 UNIT LABOR MAT SUB AND PLUS COHT EOUIP • TOOLS & EOUP 1% UAB INS 0 0 DEMO EXISTING DRYWALL 3200 MRS 8000 350 3901 0 DiJAPSTER FEE BY OWNER 0 0 0 0 NEW DRYWALL 100 WLL.iO 1714 0 7791 NEW BACKER BOARD FOR TILE IN BATHROOMS 123200 SF 052 042 0 0 TAPE AND FINISH 100 LAXEN 493500 0 4904 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 PROP05AL FROM BENCH #RK CONSTRUCTION CO4WANY. INC 333 WEST POPLAR FAYETTEVILLE AR 72703 PROPOSAL TO McGOOOWPH, WILLIAMS AND YATES ENGINEERS PROJECT -. CITY OF FAYETTEVILLE SFER AND MATERIAL RECOVERY EXPANSIOIN JOB 1544 DATE NOVEMBER 16 DEAR MiR. LEWIS WE. REQUEST AN INCREASE TO THE CONTRACT IN THE AI4OOc +> 514.677 ALONG WITH AN INCREASE IN THE CONTRACT COMPLETION -TI •14 DAYS REMOVE AND REPLACE EXISTING DRYWALL THAT WAS TO REMAIN ASP F PH 2. TAPE AH40 FINISH THIS DOES NOT INCLUDE ANY PAINTING WHICH WAS ALREADY IN THE ORIGIN COPE THIS INCLUDES INSULATION FOR THE INTERIOR EXISTING WALLS 1 TOTAL COST FORD C AD 93901 s5 % OVERHEAD d PROFrr & 585 \\` TOTAL COST FOR SUB WORK 12591 5 %OVERHEAD a PROFIT 650 SUB TOTAL $ib 130 0 02800 BOND 001900 MIATICOVERAGE. INS 001650 OCP INS 001900 BLORS RISK 098530 Tow Gems X Sotbm Lr,o 1547 - TOTAL CHARGE ORDER AAMOI$(Y $19.677 SINCERELY. — --- -.—__ OWNER'S SIGNATIAE. REQUIRED FOR APPROVAL COST DETAIL PROJECT .> . _ _. t1 OF FAYETTEV U.E DESCRIPTION DEMO EXISTING DRYWALL DUAIPSTER FEE BY OWNER NEW DRYWALL NEW BACKER BOARD FOR TILE IN BATHROOMS TAPE AND FINISH O WORK PERFORMED 0 WORK PERFORMEDBY 0 C BY SUBCONTRACTOR UNIT PRICES » ��... NET PLACING COST (OTY X LABOR PLUS BURDEN). LAB+ 46%SUI )(W.C,PICl SUTFUT( SUSCONTR TOOLS NET COST OF MATERIALS (QTY X MAT PLUS S 1.1 LRIT LABOR MAT SUB AND CDNT EQUIP 4TOOLS&EQUIP 1%LWB INS 0 3200 HIS 8000 360 3901 0 o a 0 0 100W 7931 0 6010 123200 SF 052 042 a a 100 LAXEN 1935.00 0 4964 0 0 0 0 0 0 0 0 0 0 0 0 PiOS* F"' .O BE NC- F 5'SA "4s PAMY WC PROPOSAL TO :.*GOOOW N ... ;' : AND YATES EN43 NEERS PROJECT I .TZ, OF FAYETTeVi.:£ TNANSF£R AN! MATER AL RECOVERY EXPANSION JC6 M 15-44 DATE NOVEMBER DEAR NR LEPOS WE REQ1�EST AN NCREASE TO TR <r 7N -TRACT IN TAE AMROUNT CF V0 106 AyONG+NITW AN INCSREASE IN THE COMmLETION TWE OF 14 DAYS REMOVE AND REPLACE EASTd4G DR WAI�AT TO REMAIN A$ PART OF P.42 TAPE ANO FORRSH THIS DOES NOT NGi.UDE ANY PA3NT .,: WALREADY IN THE OR104$AL SCOPE TINS +NCLL+DES I$SOAAT40N FOR ' E NTENO WALLS TOTAL COST FOR is C W.' i 6306' t$ ' OVER - AD & PROFIT SGS . TOTAL GO5T FOR SU8 YJOR7� iS.ST' S %O',WR EAOdPRCAT 660 SUE TOTAL. $1 00200 BONG 00106C WI McCJE. INS 001050 OCR NS 0 Size SLOPS X 0 DdSTD " I ftm 2 Sabo t.a :500 TOT ' - ORDER PUN? SM I0E StNLERF.R' _ __ _ OYYNERS SIGNATURE REQUIRED FOR APPROVAL 1. ;OST',if. �.OPK PER. D PRO.ECT --. •d•:) .. .....far^"�N'7:'' 0r ,: 3r SUOC ACTOR ..._...... ..... ..........._ ......... ....-"T" _� .._ ...�_...�_ P .. E S *....... NET; tr a AOQR ?..r?. 6:.RL" • LAO, a: ' ' ::�.'..r �y. ... SUT FUT ^S NET.:STW MATERAS OTT $♦ PRCE DESCRPT I, AS MA S AND PLUS .:Eet . TO" 4 EO...G A A3 44S DEMO 2x :a .LJO8ld- NEC 'A -Et.":". '-a LAfa 4535 4564 I WILJO INTERIORS of ARKANSAS, LLC 1870 E & F Commerce Park Drive, Springdale, AR 72764 Phone (918) 250-0679 Fax: (918) 250-0112 www.wiljointeriors.com Benchmark Construction JOB. Transfer Station Phase 2 11'N: Steve Smith Fayetteville, AR ite: 10/25/2016 I Plan Date: -r Addendum: 1r1`e priipose to furnish and install the following scope of %N ork as listed Belo , .per the plans and specifications. AMOUNT id pricing to provide materials, labor, and equipment necessary to install drywall to )' AFF on walls currently shown as existing to remain in Phase 2 area: icing Breakdown for Information Only aterials: 146 pcs 5/8" x 4 x 10 @ 15.80/sheet: tbor: 100 Hours @ 27.00/Hour: ibtotal i% Overhead & Profit rtal Additional Price id price to provide and install batt insulation in the existing walls 'icing Breakdown for Information Only: aterials: a sf f R-11 Unfaced Batts @ .24/sf: $1,080.00 tbor: 30 hours . /Hour: $621.00 .btotal 4500 sf x .24= $1,701.00 i% Overhead & P t $1080 $255.00 ftal Additional Price $1,956.00 23 hrs x $27=$621' $7,713.82 OCCLUSIONS: T iping, Finishing, Drywall Texture, Painting, Exposed Caulking, Sealing of MEP .netrations, Demolition, Bond, Overtime or Night work, Floor Protection, ood Blocking, Spray Foam Insulation, or Rigid Insulation. !spectful'y'iubu ittr-d�� 'L,�/r' ,/ , rR iris Undsay clindsay wiliointeriors.com 'ho Interiors of Arkansas LLC $2,306.80 $2,700.00 $5,006.80 $751.02 $5,757.82 $1,404.90 $819b0 2, 4.00 332.10 2, 6.10 iiu,'i ubject: Re(21 Maternal and Laoo• „ _ - , j = From: Justin (Iaxenestlmates@.--a To: benchmariccorrst@att.net t:,r. ea ;Date: Wedne c 5 20ir: 48 At xc,-thud ..10.00=250.00 t 0 rolls paper tape (. 3 = 30.00 Misc masking materials = 70.00 vt 91.7 hours labor t� 50 = 4,585.00 TOTAL 4.935.00 overhead and profit inc Values estimated- lump sum proposal. ------ Original Message From Steve or Roger at Benchmark Construction" <bencnmar', k*,it..' To: ".Justus" < . CFh. •t cc•.., Mn Sent: I t ?016 11:37:28 AM Subject Re: Material and Labor Unit Price for Ph 2 existing drywall Justin, Thx for these numbers, but per the spec book, the contractual obligations for change orders require unit price breakdowns for review. It is a lump sum price, but the breakdowns are required -for approval. See attached example of one for reference. Steve BENCHMARK CONSTRUCTION 333 W Poplar, Suite A Fayetteville, AR 72703 Office 479-251-1316 Fax: 479-251-1319 Roger Ross cell: 479-871-2085 Steve Smith cell: 479-871-2082 Email. encnmar,.co - stiZatt.nk On Wednesday. October 5, 2016 11:30 AM, Justin <Iaxenest.matesggmaL.,,..rn> wrote 350 materials 4,585 labor These are estimated. This is a lump sum proposal. Thank You, abW d r PROPOSAL FROM BENCHMARK CONSTRUCTION COMPANY INC 733 WEST POPLAR FAYETTEVILLE AR 72703 PROPOSAL TO & GGOOOWN WILLMAtS AND YATES ENGINEERS PROJECT CITY OF FAYETTEVILLE TRANSFER AM) MATERIAL RECOVERY EXPANSION JOB9 15.44 DATE AUGUST 17 2016 REVISED Ih7.16 DEAR MR LEWIS WE REQUEST AN INCREASE TO THE CONTRACT IN THE AMOUNT OF " 533,5W ALONG WITH AN INCREASE N THE CONTRACT COMPLETION TEE OF -0- DAYS ADD PHASE 2 PAINTING BACK INTO THE PROJECT PLEASE REFER TO CHANGE ORDER Al, WHICH DEDUCTED PHASE 2 PAINTING IN THE AMOUNT OF $20 520 THIS WILL BE ADDED BACK INTO THE SCOPE WITH A T5% INCREASE FOR MATERIAL AND LABOR TOTAL COST FOR 0 C WORK SO 15 % OVERHEAD a PROFIT 0 TOTAL COST FOR SUB WORK 23505 S % OVERHEAD S PROFIT 0 SUB TOTAL 123 590 002000 80ND 001900 MULT1COVERAGE INS 001620 OCP INS 0 01550 61.0145 RISK 0030 Tow Ktm5 x Oct= ire 0 TOTAL CHANGE ORDER AMOUNT 123 590 SINCERELY, OWNERS SIGNATURE REQUIRED FOR APPROVAL. f COST DETAIL WORT( PERFCRMED PROJECT CITY OF FAYETTE'VILLE 0 WORK PERFORMEEO BY G C BY SUBCONTRACTOR UNIT PRICES" MET PLACING COST(OTYX LABOR PLUS BURDEN). LAO. 4$ BL O 1W C.. FICA SUT,FUf SUBCONTR TO::t.S NET COST OF MATORALS (OTY X MAT PLUS ST I' PRICE GESCRWIION O UNIT LABOR MAT SUB .AND PLUS CONT E.^.UI.P • TOOLS I EQUIP 1% LAB INS 0 0 0 0 LAXEN PAINTING CHANGE ORDER 'It DEDUCT 100 LS X152000 0 20520 PLUS1.5 PERCENT MATERIALLABOR IMCREAS5 100 LS 307000 0 3070 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 I Benchmark Construction CO #5 City of Fayetteville Staff Review Form '2017-0210 legistar File ID N/A City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Wade Abernathy 4/13/2017 Facilities Management / Finance & Internal Services Department Submitted By Submitted Date Division / Department Action Recommendation: Staff recomends Approval of Change Order #5 with Bench mark'Construction in the amount of $18,637.08 for finale reconcilation of items added and decreased from the orginal scope at the Recycling and Trash Facility Expansion Bid 15-44. Budget Impact: . 5500.750.5080-5804.00 5500/Recycling and Trash Collection Account Number Fund 13021.2000 Solid Waste -New Offices Project Number Project Title Budgeted Item? No Current Budget $ 130,117.80 Funds Obligated $ 26,710.56 Current Balance $ 103,407.24 Does item have a cost? Yes Item Cost $ 18,637.08 Budget Adjustment Attached? NA Budget Adjustment Remaining Budget F$ 84,770.16 V20140710 Previous Ordinance or Resolution # 192-15 Original Contract Number: Bid 15-44 Comments: Approval Date: 4— —I q CITY OF • a �1 ARKANSAS TO: Mayor Lioneld Jordan THRU: Don Marr, Chief of Staff Terry Gulley, Transportation Services Dept. Director Jeff Coles, Recycling and Trash Collection Division Head STAFF MEMO FROM: Wade Abernathy, Facilities Management 7 building Construction Manager DATE: 04-13-2017 SUBJECT: Approval of Final Change Order #5 with Benchmark Construction of NWA ant the Recycling and Trash Facility Expansion RECOMMENDATION: Staff recommends approval of change Order#5 with Benchmark Construction in the amount of $18,637.08 for the final reconciliation of items added and decreased from the original scope at the Recycling and Trash. BACKGROUND: On 10-20-15, Council passed a resolution to approve a contract with Benchmark construction for Bid 15-44 in the amount of $3,373,506,91 and a contingency in the amount of $150,000 and. Change Order #1. DISCUSSION: This final change order reflects a reconciliation of items added and taken out of the original scope. A complete list with pricing is included in the packet. A general description is as below: Added items included changing carpet to Vinyl plank at 2 offices, Additional spray foam and Batt insulation in the existing portion, Modifying some existing electrical circuits from the MRF, Repair of the Fire Riser outside that the public damaged with a vehicle, and some minor window modifications and black out shades for south facing windows, and repair of existing paving. Credited Items Include revision of a projection screen, omitted paving markings at truck loop, omitted glass bead displays at lobby, and credit for light fixture driver replacements. BUDGET/STAFF IMPACT: The contingency funds approved will be used for this Change Order Attachments: Change Order #5 with supporting documents.' Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 Change Order No. 5 Date of Issuance: April 12, 2017 Effective Date: April 12, 2017 Project: Transfer Station and Materials Owner: Cityof Owner's Contract No.: Bid #15-44 Recovery Facility Expansion Fayetteville Contract: Contract Section I — Office Facilities and Site Date of Contract: October 20, 2015 Immovenients Contractor: Benchmark Construction of NWA, Inc. Engineer's Project No.: FY -355 The Contract Documents are modified as follows upon execution of this Change Order: Description: See attached. Attachments (list documents supporting. change): Change Order No. 5 Detailed Breakout and supporting documents. CHANGE IN CONTRACT PRICE: CHANGE IN CONTRACT TIMES: Original Contract Price: Original Contract Times: ❑ Working days R1 Calendar days Substantial completion (days or date): 360 $ 3.373.506.91 Ready for final payment (days or date): 390 Decrease from previously approved Change Increase from previously approved Change Orders Orders No. 1 to No. 4: No. 1 to No. 4: Substantial completion (days): 61 $ 249,609.53 Ready for final payment (days): 61 Contract Price prior to this Change Order: Contract Times prior to this Change Order: Substantial completion (days or date): 421 $ 3,123,897.38 Ready for final payment (days or date): 451 Increase of this Change Order: Increase of this Change Order: Substantial completion (days or date): 4 $ 18,637.08 Ready for final payment (days or date): 4 Contract Price incorporating this Change Order: Contract Times with all approved Change Orders: Substantial completion (days or date): 425 $ 3,142,534.46 Ready for final payment (days or date): 455 RECOMMENDED: ACCEP D: ACCEPTED: Y. CA By: IV Ettn au torized.ignatwe) O er o ' d Signature) Contractor (Authorized Signature) Date._ � ��� - Date: Date: 6/- IR - 17 EJCDC C-941 Change Order Prepared by the Engineers Joint Contract Documents Committee and endorsed by the Construction Specifications Institute. Page 1 of 1 Fayetteville Recycling and Trash Collection Office Building and Site Improvements - Qontract Section 1 Change Order No. 5 Detailed Breakout HIM NO. CONTRACT IDENTIFIER DESCRIPTION UNIT PRICE QUANTITY CONTRACT PRICE CONTRACT "TIME ADJUSTMEN-I ADJUSTMENT (Calendar Days) 1 Proposal Request No, I I Revise Projection Screens $ (875,00) Lump Sum 1 $ (875.00), 0 2 Proposal Request No. 12 Phase 2 Flooring $ 2,334.00 Lump Sum I S 2.334.00 0 3 Proposal Request No. 15 Pavement "fest Pit $ 1,236.00 Lump Sum 1 $ 1.236.00 0 4 Proposal Request No. 16 Credit - Omit Pavement Striping $ (610.00) Lump Sum I $ (610.00) 0 5 Proposal Request No. 19 Suhsitute ADA Std. Parkine Sian S (75.00) Lump Sum I $ (75.00) 0 6 Proposal Request No. 21 Phase 2 East Wall I lydrant S 924.00 Lump Sum I $ 924.00 0 7 Proposal Request No. 22 Security Room Electrical S 1,332.00 Lump Sum I $ 1,332.00 3 9 (CCD -00017) Work Change Directive No. 9 Phase 2 Bat Insulation S 4.012.00 Lump Sum I $ 4,012.00 0 10 (CCD -00021) Work Change Directive No. 12 Toilet Accessories Revisions $ 1.110,00 Lump Sum 1. S 1,110.00 0 11 (CC.'D-00022) Work Change Directive No. 13 Window Modification $ 555.00 Lump Sum 1 $ 555.00 0 12 (CCD -00027) Work Chane Directive No. 15 Phase 2 Existing Electrical Circuits and Pass Throu $ 4,259.00 Lump Sun I $ 4,259,00 0 13 1 (CCD -00028) Work Change Directive No. 16 Phase 2 Spray Foam Insulation $ 978.00 Lump Sun I S 978.00 1 14 Pay Application Line Item 132 Delete Recvcled Material Displays $ (8,300A0) Lump Sum I S (8,300.00) 0 15 Application and Certification for Payment No. 7 Heavy Duty Asphalt Unit Price Material $ 32.25 SY 149.0 $ 4,805.25 U 16 Application and Certification for Payment No. IU Light Duh, Asphalt Unit Price Material ' $ 16.50 SY 241.6 $ 3,986.50 0 17 (CCD -00032) Work Change Directive No. 18 Repair Fire PIV I $ 4,055.00 Lump Sum I S 4.055.00 0 18 (CCD -00032) Work Change Directive No. 18 Blackout shades I $ 725,00 Lump Sun 1 S 725.00 1 0 19 Warranty Credit ITransfer floor light driver replacement lahtm 1 $ (1,814.67)1 Lump Sum 1 $ (1,814.67) (1 I'O'I•AL $ 18,637.OR 4 FY355 Change Order 5 Breakout.xlsx 4112/20174:39 PM I PROPOSAL FROM: -BENCHMARK CONSTRUCTION COMPANY, INC 333 WEST POPLAR FAYETTEVILLE, AR 72703 PROPOSAL TO:;.,:....McGOODWIN, WILLIAMS AND YATES ENGINEERS PROJECT: ............ -XITY OF FAYETTEVILLE TRANSFER AND MATERIAL RECOVERY EXPANSION JOB #: 15-04 DATE: .......... .......... :-;APRIL 11, 2017 DEAR MR. LEWIS, WE REQUEST AN INCREASE TO THE CONTRACT IN THE AMOUNT OF » $4.055 ALONG WITH AN INCREASE IN THE CONTRACT COMPLETION TIME OF -0. DAYS. REPAIR POST INDICATOR VALVE THAT WAS DAMAGED FROM BEING RAN OVER. TOTAL COST FOR G.C. WORK .....,._........... _................. $0 15 % OVERHEAD 8 PROFIT 0 TOTAL COST FOR SUB WORK .....................:»....,,........... 3558 5 %OVERHEAD 8 PROFIT 178 SUBTOTAL._.................t....__........._.............._................ $3.736. 0.02800 BOND ' 0.01900 MULTICOVERAGE INS 0.01850 OCP INS . 0.01980 BLORS RISK 0,08530 Total Items X Bottom Line 319 TOTAL CHANGE ORDER AMOUNT ................................. $4,055 SINCERELY, OWNER'S SIGNATURE REQUIRED FOR APPROVAL D COST DETAIL: WORK PERFORMED PROJECT:.,,.;:;L.:..i .CITY OF FAYEITEVILLEE .0 WORK PERFORMED BY G,C. BY SUBCONTRACTOR « UNIT PRICES » NET PLACING COST (OTY X LABOR PLUS BURDEN): LAB- 46% SURD(W.C., FICA, SUT,FUT) SUBCONTR TOOLS NET COST OF MATERIALS (OTY X MAT PLUS S.T.) PRICE DESCRIPTION Q UNIT :LABOR, MAT SUB AND PLUS CONT EQUIP + TOOLS 8 EQUIP 1% LIAR INS DUNK FIRE AND SECURITY 1,00 LS 1017,O0 6' 1027 a 0 FREEDOM FIRE PRO 1,00 LS 2505,00 '0 2531 0. 0 0' 0 0 0 o D 0 0 0 0 a 0 0 0 .0 0 IM -11's . DUNK FIRE 8r SECURITY 5PRerEC7f1fG LIFE AAO PROPER'rr 3446 Wagon Wheel Road Springdale, AR 72762 Phone: (479) 750-1833 Fax: (479) 750-1465 Bill to: City of Fayetteville 113 West Mountain Street Fayetteville, AR 72701 Customer ID: CITFAY Invoice Date: 3/8/2017 Invoice No.: 46564 Service at: Favetteville Transfer Station 1560 S.Happv Hollow Fayetteville, AR 72701 Alt Work Order: 1318-17 Description: Work Order 22448 Service NWA Reference: Work Order 22448 Terms: Due Upon Receipt PO Number: Item Descri tion Quantity Unit Price Amount Service Calls 2/24 and 2/27/17 Pulled new wire for PIV that had been ran into and replaced module to clear trouble. Labor Technician Hours 2.00 105.00 210.00 Technician Hours 5.00 105.00 525.00 Miscellaneous Labor Subtotal 735.00 Mileage 40.00 2.20 88.00 Parts ' Miscellaneous Subtotal - 88.00 MODULE SIGA-CT1. MODULE SIGA-CT1 IN 1.00 68.00 68.00 WIRE 18/2 18/2 FIRE WIRE 100.00 0.36 36.00 . Parts Subtotal 104.00 Should you have any Questions, Please call Nicole or Kim @ 479-750-1833 Please REMIT TO: Dunk Fire & Security, Inc. P.O. Box 670 Lowell, AR. 72745 A finance charge of 1.50% per month will be assessed on all unpaid balances after 30 days Regulated By: Arkansas Board of Private Investigators And Private Security Agencies #1 State Police Plaza Drive Little Rock, AR 72209 (501) 618-8600 AR License # E05-046 Regulated By: Arkansas Fire Protection Licensing Board 7509 Cantrell Road Suite 102 Little Rock, AR 72207 (501) 661-7903 AR Fire Extinguisher License # P-146 Subtotal: Sales Tax: 927.00 90.39 Total Due: 1,047.39 Regulated By: Oklahoma Department of Labor Occupational Licensing Division 3017 N Stiles, Suite 100 Oklahoma City, OK 73015 (405) 521-6100 OK License # 1690 Regulated By: Oklahoma State Fire Marshalls Office 2401 NW 23rd Street Oklahoma City, OK 73017 (405)5225005 OK Fire Extinguisher License # 383 Sub Contractor's Summary Trade: FIRE PROTECTION Sub's Name: FREEDOM FIRE PRO, LLC Project: Fayetteville Transfer Station Date: 311 12017 Sales Tax %: 9.50% Scope of Work Description: ^--- REPLACED POST INDICATOR POST INDICATOR WAS HIT AND BROKEN Scope of Work Description - Materials Labor Equipment Total Cost Eq. Type # Hm Rate Total Item Description Uni Qty Cost Per Unil Total Rate # MH Hours Total MATERIAL POST INDICATOR EA. 1 $1,114.00 $1,114.00 $1,114.00 LABOR FOREMEN $32.50 8.00 $260.00$260.00 _ JOURNEYMEN _ $19.50 8.00 $156.00 $156.00 EQUIPMENT _ BACK HOE 8.0 $75.00 $600.00 $600.00 5ubiotais $1� 114.00 1 16.01 $416.00 PAGE 1 OF 1 8.011 $600.00 $2130.00 Taxes $162.83 Sub's Mark Up $213.17 Total Cost $2,506.00 I PROPOSAL FROM:..,BENCHMARK CONSTRUCTION COMPANY, INC 333 W EST POPLAR FAYETTEVILLE. AR 72703 PROPOSAL TO:;.,.....McGOODWIN, WILLIAMS AND YATES ENGINEERS PROJECT: CITY OF FAYETTEVILLE TRANSFER AND MATERIAL RECOVERY EXPANSION JOB #: 15-44 DATE: ... ........ ........... APRIL 11, 2017 DEAR MR. LEWIS. WE REQUEST AN INCREASE TO THE CONTRACT IN THE AMOUNT OF » $555 ALONG WITH AN INCREASE IN THE CONTRACT COMPLETION TIME OF -0 DAYS. ADD PASSTHROUGH WINDOW WITH SHELF — t TOTAL COST FOR G,C,. WORK....,.., ................................ $445 - 15 % OVERHEAD & PROFIT 87 TOTAL COST FOR SUB WORK ............................._..:....,: 0 5 % OVERHEAD & PROFIT ._ 0 - SUBTOTAL....:............_._..,.......,.:._..;.......,..............._,... $512 , 0.02800 BOND 0.01900 MULTICOVERAGE INS - 0.01850 OCP INS 0.01980 BLDRS RISK 0.08530 Total Items X Bottom Line 44 TOTAL CHANGE ORDER AMOUNT........._....,.,.....,... _,.._ $555 - SINCERELY. OWNER'S SIGNATURE REQUIRED FOR APPROVAL - 4 COST DETAIL: - WORK PERFORMED PROJECT '....... :•-••••.CITY OF FAYETTEVILLE 6 WORK PERFORMED BY G.C. BY SUBCONTRACTOR <= UNIT PRICES NET PLACING COST (QTY X LABOR PLUS BURDEN LAS. A8% SURD (WC:. FICA, SUT.FUT) SUBCONTR TOOLS NET COST OF MATERIALS (QTY X MAT PLUS S.T.) PRICE DESCRIPTION 0 UNIT LABOR MAT SUB AND PLUS --------- -^----- -- --_-_- CONT EOUIP +TOOLS 8 EQUIP 1% LIAS INS ^.._a .._ ------------- ----u - . ----^ ..-- - -- - _ - -.------- . .. 0 - QUALITY GLASS PASS THROUGH WINDOW -MATERIAL O I= LS 225,00 245 0 0 0 LABOR TO INSTALL PASS THROUGH BY BENCHMARK 2,00 HRS 00,00 5100 a.00 199 0 0 .0 0 0 0 0 0 0 0 0 :0 0 0 p a 0 0 0 0 0 0 0 • PROPOSAL FROM:, -BENCHMARK CONSTRUCTION COMPANY, INC r 333 WEST POPLAR FAYETTEVILLE, AR 72703 PROPOSAL TO:._;,.,,Mc000DWIN. WILLIAMS AND YATES ENGINEERS PROJECT:.. .............. CITY OF FAYETTEVILLE TRANSFER AND MATERIAL RECOVERY EXPANSION JOB 0: 1544 DATE:. . ............ -APRIL 11, 2017 DEAR MR, LEWIS. WE REQUEST AN INCREASE TO THE CONTRACT IN THE AMOUNT OF 4 » $725 ALONG WITH AN INCREASE IN THE CONTRACT COMPLETION TIME OF O DAYS. ADD 3 BLACKOUT SHADES�.� w '& t TOTAL COST FOR G,C, WORK ...... _............:................:... so 15 % OVERHEAD & PROFIT 0 TOTAL COST FOR SUB WORK............... 636 5 %OVERHEAD& PROFIT 32 SUB TOTAL .................. $668 0.02800 BOND . 0,01900 MULTICOVERAGE INS 0.01850 OCP INS 0.01980 BLORS RISK 0.08530 Total Items X Bottom Line 57 TOTAL CHANGE ORDER AMOUNT ........... ............ ........... $725 ` SINCERELY, OWNER'S SIGNATURE REQUIRED FOR APPROVAL COST DETAIL: WORK PERFORMED PROJECT'...._.........:.CITY OF FAYETTEVILLE 0 `.NORK PERFORMED BY G.C. BY SUBCONTRACTOR ---------- ~----------- ...,_._.------ .._< UNIT PRICES »�� • ry NET PLACING COST (QTY X LABOR PLUS BURDEN): ' LAB- 48% BURD (W.C.. FICA, SUT,FUT) SUBCONTR TOOLS NET COST OF MATERIALS (OTY X MAT PLUS S.T,): PRICE DESCRIPTION O. UNIT :LABOR MAT SUB AND PLUS CONT EQUIP r TOOLS 8 EQUIP 1% LIAB INS ARKANSAS BLINDS AND SHADES 1,00 LS 830.00 0 636 0 0 0 a 0 0 0 a 0 a 0 a 0 0 0 0 a o . 0 0 0 0 ARKANSAS SHADES AND BLINDS CHANGE ORDER BENCHMARK CONSTRUCTION j SHIPPED TO: I TRANSFER STATION 'QUANTITY DESCRIPTION 3I BLACKOUT SHADES MATERIAL 3 LABOR INVOICE NUMBER 1 INVOICE DATE OUR ORDER NUMBER I YOUR ORDER NUMBER TERMS SALES REP SHIPPED VIA F.O.B. .' PREPAID or COLLECT UNIT PRICE i AMOUNT 147.50 $442.50 35'.00, $105.00 THANK YOU FOR YOUR BUSINESS! SUBTOTAL OHP FREIGHT i 5_47.50 82:13 i $629.63 PAY THIS 1 AMOUNT 3 4 PROPOSAL FROM:...BENCHMARK CONSTRUCTION COMPANY, INC 333 WEST POPLAR FAYETTEVILLE. AR 72703 PROPOSAL TO:._.....Mc000DWIN. WILLIAMS AND YATES ENGINEERS PROJECT: ........... .CITY OF FAYETTEVILLE TRANSFER AND MATERIAL RECOVERY EXPANSION JOB 0: 15-44 DATE:..., .................... APRIL 11, 2017 DEAR MR, LEWIS. WE REQUEST AN INCREASE TO THE CONTRACT IN THE AMOUNT OF » $2,334 ALONG WITH AN INCREASE IN THE CONTRACT COMPLETION TIME OF -0- DAYS. FLOORING CHANGES r �R �� TOTAL COST FOR G.C. WORK, ..... . .......... SO 15 % OVERHEAD & PROFIT 0 TOTAL COST FOR SUB WORK.....;...., .......... . ... ............. 2048 ' 5 % OVERHEAD & PROFIT - 102 SUBTOTAL....:_ ........ ...... _............ .... _................. ,............ S2.151 0,02800 BOND 0.01900 MULTICOVERAGE INS 0.01850 OCP INS ' 0.01980 BLDRS RISK 0.08530 Total Items X Bottom Lino 183 TOTAL CHANGE ORDER AMOUNT ........ _....... ......_.......... $2.334 SINCERELY, OWNER'S SIGNATURE REOUIRED FOR APPROVAL I COST DETAIL: WORK PERFORMED PROJECT ,,,..,-...,..,..CITY OF FAYETTEVILLE 0 WORK PERFOR26ED BY G,C. BY SUBCONTRACTOR ----------------------- I ---------------- --___.__.- ------- < UNI'" PRICES » ------- _._. ..___r_. ________.------------- ._----.____._._------- -_.. NET PLACING COST iQTY X LABOR PLUS BURDEN): LAB. 38%BURD (W.C., FICA, SUT,FUT) SUBCONTR TOOLS NET COST OP MATERIALS (OTY X MAT PLUS S,T,): PRICE DESCRIPTION O UNIT LABOR MAT SUB AND PLUS CONT EQUIP + TOOLS & EQUIP 1% LIAR INS »__ _ __ _ _____ .. .._ _ _ _ _ _. _ _ - ----- __ .------ --- -_.._____ __D _ ._...--------- U FREEMAN FLOORING 1,00 LS 2028;00 0 2038 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 BENC THE FLOOR STUDIO, LLC HMAR QUOTATION PO BOX 10377 K FAYETTEVILLE, AR 72703 CONS Quote Number: 0065.94. USA TRUC. Quote Date: Mar 8, 2017 TION Page: 1 Voice: 479-582-3311 3 i3 Fax: 479-521-4522 Quoted To: BENCHMARK.'CONSTRUCTION 333`W POPLAR SUITE A s FAYETTEVILLE, AR 72703 i Customer ID 3 Good Thru Payment Terms Sales Rep 1 AR BENOHMARK.CONST 417/17 Net Due NEIL STAFFORD _.._.... _— ....... . Quantity -._........... . ..................�_.__...—_.. Item .......................---._..............._. �- Description ._...__ Unit Price Amount 1.00' Remove Carpet, Wall Base and Adhesive in 250.00. 250.00 (install Office 115 1.00 LVT.and Wall Base in Office 115 125:00 125.00 1.00 +Remove Carpet, Wail Base and Adhesive in 300.00 300.00 Office 130,0 (Includes re -prepping the area where the old and new slab meet) , 1.00 i i e j Install LVT and Wall Base in Office 130 l F � 125.00 125.001 Y I r 1 1 S BENC THE FLOOR STUDIO, LLC HMAR PO BOX 10377 K Quote Number: 006609 FAYETTEVILLE, AR 72703 CONS USA TRUC Quote Date: Feb 16, 2017 TION Page: 1 Voice: 479-582-3311 Fax: 479-521-4522 Quoted To: BENCHMARK CONSTRUCTION 333 W POPLAR SUITE A FAYETTEVILLE, AR 72703 { —_... — — Customer -ID l — _-_.._........_......................._..........._...--- _ Gd Tfiru Payment Terms _-- _..._..._..._. ........ _............. ..._..._........ Sales Rep --00 AR BENCHMARK CONST 3/18117 j Net Due NEIL STAFFORD Quantity Item Description Unit Price Amount 111.00' OMIT CARPET TILE MATERIALS IN 26.17 -2,904.87 PHASE 2 (YARDS) I Ii 111.00 !OMIT CARPET TILE LABOR PHASE 2 3.50 i -388.50 (YARDS) 1,009.80; ADD LVT MATERIALS PHASE 2 (SQ FEET)3.531 3,564.591 1,009.80' ADD LVT LABOR PHASE 2 (S.Q FEET) 0.751 757.35 1,028.57 12% O&P 0.12: 123.43 Change Order for City of Fayetteville Phase j i 2 i c PROPO&ICL 7Y BENCHMARK COt4STR(l!:;TIO.N COMPANY, INC ,6 %CVrR)4EA.O&PR(aFr 333 WEST POPLAR TOTAL �,OST FOR SUB WORK,ese e'AYETTIEVILLE, AR 72703 PROPOSAL '10 McGCOD*,l4jN. WILUAMS ANC. YATES ENGINEERS PROJECT Ciri OF VAY-'ETTEViLLE 002800 MOND TRANSFER AND MATERIAL RECOVERY EXpANS:DN �i 0190X Mt:;:.'TICO`L?RAGE INS JOB * 15-44 DATE: NOVEMBER 2. 2018 DEAR W _ E W:'� WE REO VEST Al2 INCREASE TO THE CONTRACT 114 THE AM06N-f $976 ALONG W! !`t1ANiNC.RFASE IN THE CONTRA0 COMPLETION TIME OF I. DAYS SPRAY FOAM [NStXA-)ONATEX'fERJOR THERMAL BEAMS AND WALLS — W CD 16 TOVAI, COST FOR G C WORK, _� ..... W ,6 %CVrR)4EA.O&PR(aFr C. TOTAL �,OST FOR SUB WORK,ese 5 %C%-'ERHEAD&PROFIT 42 SUS70TAL.... • $901 002800 MOND �i 0190X Mt:;:.'TICO`L?RAGE INS Q -.11864 OCP!Ns 0 013W SLORS RISK 0.38530 T*WI imms x Saft, I.mo 77 'M TAL CHANGE ORDER AMCUN T_ Wa &NCERELY OWNER'S SIGNATURE REOUIRED FOR APPROVAL _.__.._..+•«-----,---+e---- -.- A CPA ps Mmov, B;T * c . Awym WV W� nou LM "KNI" -sJac R, ------------ OW wy� .......... ....... --- — A 5 M to WEN., ----- — --- rr 808 North Highland Avenue Fayetteville, Ar 72701 Benchmark Construction DATE JOB # 10114'2010 JOB City of Fayetteville, AR Transfer Station Phase #2 ITEM AMOUNT Exterior Thermal Beams 1 112" Gaco Closed Cell Spray.Foarn ,$125.00! Exterior Thermal Walls 1 112' Gaco Closed Cell Spray Foam $725.00 Exterior Thermal Walls/Seams '1 1/2" cl well Spray Foam $4,000.:00 I TAX:and caulk/Seal.'Pa Se Included AR # 0221490 TOTAL Will Coleman 1-479-877-0725 wcoieman@tandtgreen.com Dear, Thank you for giving us the opportunity to provide a quote for insulating your project. The quote is detailed below and calls for insulation. Let me know if you have any questions. I PROPOSAL FROM:... BENCHMARK CONSTRUCTION COMPANY, INC 333 WEST POPLAR FAYETTEVILLE, AR 72703 PROPOSAL TO:.....,.. McGOODWIN, WILLIAMS AND YATES ENGINEERS PROJECT:................CITY OF FAYETTEVILLE TRANSFER AND MATERIAL RECOVERY EXPANSION JOB #: 15.44 DATE:... ........:.:....:':,....FEBRUARY 20, 2017 DEAR MR. LEWIS, WE REQUEST AN INCREASE TO THE CONTRACT IN THE AMOUNT OF— -> $4,012 ALONG WITH AN INCREASE IN THE CONTRACT COMPLETION TIME OF -0- DAYS. REMOVE AND REPLACE EXISTING INSULATION FOR PERIMETER WALLS r W G 8 AT PHASE 2 CONSTRUCTION. TOTAL COST FOR G.C. WORK ................................:....... $3.215 15 % OVERHEAD & PROFIT 482 TOTAL COST FOR SUB WORK ......................... .............. 0 5 % OVERHEAD & PROFIT 0 _ SUB TOTAL .....:........................... :........... .......... ...:......... ....... $3,697 0.02600 BOND 0.01900 MULTICOVERAGE INS .. 0.01850 OCP INS • 0.01980 BLDRS RISK 0.08530 Total Items X Bottom Line 315 TOTAL CHANGE ORDER AMOUNT ................................... $4,012 SINCERELY. OWNER'S SIGNATURE REQUIRED FOR APPROVAL I] COST DETAIL: PROJECT: ..—,.,,.CITYOF FAYETTEVILLE DESCRIPTION REMOVE EXISTING INSULATION HAUL OFF TRASH TO LANOF ILL LABOR TO INSTALL NEW R•19 INSULATION NEW INSULATION MATERIAL COST WORK PER 0 WORK PERFORMED BY G.C, BY SUBC01 « UNIT PRICES » NET PLACING COST (OTY X LABOR PLUS BURDEN) LAB+48%BURD (W,C„ FICA., SUT,FUT) TOOLS NET COST OF MATERIALS (OTY X MAT PLUS S.T.): Q UNIT :LABOR MAT SUB AND CONT EQUIP + TOOLS & EQUIP 16,00 hts 40,00 947 NO COST, BY OWNER 0 22.00 NRS 40,00 1302 1,00 LS 881,32 965 0 0 0, 0 0. 0 0 0 0. 6. 0 0 A PROPOSAL FROM:... BENCHMARK CONSTRUCTION COMPANY, INC 333 WEST POPLAR ' FAYETTEVILLE, AR 72703 r PROPOSAL TO:....,...McG00DW IN, WILLIAMS AND YATES ENGINEERS PROJECT...........:.....CRY OF FAYETTEVILLE TRANSFER AND MATERIAL RECOVERY EXPANSION JOB #: 15-04 DATE:.._....................July 20, 2016 DEAR MR, LEWIS. WE REQUEST AN INCREASE TO THE CONTRACT IN THE AMOUNT OF------ > $1,332 ALONG WITH AN INCREASE IN THE CONTRACT COMPLETION TIME OF 3 DAYS. PROPOSAL REQUEST#22 RESPONSE ADD ELECTRICAL FOR OWNER SUPPLIED UPS SYSTEM. ASSUMING THIS IS ALL SURFACE MOUNT, SO NO DRYWALL AND PAINTING PATCHING IS INCLUDED IN THIS PROPOSAL. - TOTAL COST FOR G.C. WORK ......................................... S1.068 '15 %'OVERHEAD&PROFIT - 160 TOTAL COST FOR. SUB WORK.:_ ..:.........:.........._...._....._. 0 5 1,50VERF4EAD&'PROFIT 0 .......... SUBTOTAL— ...... .......:...........__....:.........:....................». 51:223 0,02&00 BOND -0.01500 MULTICOVERAGE INS 0.01850 OCP INS - - 041580, MORS RISK .................. .0.08536 Towl liems X Bouoml?ne - 105 TOTAL CHANGE ORDER AMOUNT ................................... $1.332 _. SINCERELY. --.. ........ ..... .—...._,............ ..,.------- ....... - .... ....._,.._..... OWNER'S SIGNATURE REQUIRED FOR APPROVAL COST DETAIL: WORK PER PROJECT: ,,,.,..,:...,.,.CITY OF FAYETTEVILLE 0 WORK PERFORMED BY G.C. BY SUBCOt ' _.._c_ + ` UNITPRICES » N IT NET PLACING COST (OTY X LABOR PLUS BURDEN): LAB+48! BURD (W.C., FICA, SUT,FUT) TOOLS NET COST OF MATERIALS (QTY X MAT FLUS S.T.): DESCRIPTION O UNIT :LABOR MAT SUB AND CONT EQUIP +TOOLS 8 EQUIP PREMIER ELECTRICAL PRICE 1,00 LS 975.00 1.068 0 0. 0 0 0 0. 0. 0 0' I Mstrumentation, Electrical and Controls Providing QuAlity Results Using Qualifier, Rersonnef Change Order From: Jeremy Cline Job R 15548 To: Steve -Roger Benchmark Construction This Change Order Request (COR) contains a quotation for a change to City of Fayetteville Transfer Station which is a project or contract between Benchmark Construction and Premier IECALC 1 Proposed Changes: Materials and labor to install 30A single pole breaker in LP1 to feed new UPS system in Security Room 125. Furnish and install NEMA L5 -30R receptacle on east side of north wall of Security Room 125 of connection to Owner supplied UPS system. Furnish and install two additional quad receptacles on east wall of Security Room 125 and connect to dedicated circuits in panel LPI via spare single pole breakers. 2 Total Price is inclusive of all applicable taxes: 5975.00' 3 . The new contract time will be increased by: 3 days 4 This Agreement shall be signed by all involved parties. _-7_ Contractor Signa ure Date Customer's Signature Engineering Signature Date Date I Pr0POSAL FR::44 BE.NC>SMARKL'.^•NSTRuC':.I^:� c:CMPMi?'; iTv'•C 333 WEST POPLAR I AYC'iT LLE. AR 72?03 PROPOSAL ?... MCIGOJDWIN. WILLIAMS AND YATES ENGINEERS PROJECT . CfTY O FAYE111`ALLE TRANSFER AND MATERIAL. RECOVERY EXPANSION JOB 0 15.44 DATE._. NOVEMBER 22, 201E D ..ARMR ,EWS. WE REOUC:S T AN INCREASE TO T HE CONTRACT IN THE AMOUNT OF—___.__..._.> $524 ALONG WIT :i AN INCREASE IN THE CONTPACT COMPLETIDN TOTE. OF -0� DAYS ADD EXTERIOR WALL IiYDRANT ® �' r R �, TOTAL COST FOR G C WORK — . .......:. so ' 15 %OVERHEAD 3 PROFIT .. TOTAL COSI' FOR SUB WORK ,._'. .. ......> ail S '40), 'ERIACAD 9 PROFIT 41; SUS TOTAL.. ....... .. .. ... "52 - 00<8:0 BOND) �.01900 MULTICOVEP,14E INS 00`650 OCP INS 001980 GLDRS RISK .^.09530 ;; tsf1trms X Bohol fine i- ' TOTAL CHANGE ORDER AMCXINT. .... .. ... $924 SINCERELY. ..--....- ...�...... �__.. ..�. -- OWNER'S SIGNATURE REGUMED FOR APPROVAL 1 I COSI OETAtk. WORK PERFORMEO PROJECT .CYI' O!• FAY' -,—E'40 LE 13 AORn PERFORWO 6'/GC SY SUBCONMACTOR —�.. ._ _.,«. ��.._.._._.�~�_�•._.+ �_..-...........--..........f-- K< UNIT, PRICES : — _ NFT P<.?.CING CCS (OT" X' AOOP P1 US HURt]E'.?' LAB•a8%$LADiN.C.FICIN•>UTFU115, SUWX)NTR TOOLS NET COST OF MOE MS (OTY X M4T PLUS S;?..,. PRICE AES'.Rf?.TCN Q UNIT LQvR MAT SUB ANO PLUS CON? EOit1P cTfi3l8&EQUIP 1%LtOB INS AUC WALL=:"['•RRhT : co r.O; oil c o e HDI CONTRACTORS SERVING ALL OF ARKANSAS 4227 E. Broomsage Dr Fayetteville, AR 72701 Office & Fax: 479-575-9157 Jacob's Cell: 479466-6920 November 17th, 2016 RE: Transfer Station Phase wall hydrant Fayetteville AR Breakdown: • Hydrant with wall box $348.00 • Materials: copper, insulation etc $50.00 • Labor 2 men 3 hrs @ $50.00 per man hour $300.00 • Profit and overhead 15% $104.70 -. TOTAIL Notes: Acceptance of Proposal Signature _ Date: corrrx�c m Signature Date: $802.70 If you have questions please call our estimator, Jacob brewer, at 479-466-6920. Contractors License # 0007240416 Plumbing License # MP4394 Electrical License # M2744 PROPOSAL FROM:...BENCH ARK CONSTRUCTION COMPANY, INC 333 WEST POPLAR FAYETTEVILLE, AR 72703 PROPOSALTO:...,....Mc000DWIN, WILLIAMS AND YATES ENGINEERS PROJECT: .......... ..... CITY OF FAYETTEVILLE TRANSFER AND MATERIAL RECOVERY EXPANSION JOB 0: 15-44 DATE: .....................FEBRUARY 23, 2017 DEAR MR. LEWIS. WE REQUEST AN INCREASE TO THE CONTRACT IN THE AMOUNT OF » 84,259 ALONG WITH AN INCREASE IN THE CONTRACT COMPLETION TIME OF -0- DAYS. WCD #15. PHASE 2 ELECTRICAL CIRCUITS AND PASS THROUGH TOTAL COST FOR G.C. WORK ................. ,............. ... s0 15 % OVERHEAD 8 PROFIT 0 TOTAL COST FOR SUB WORK .............. ............ .......... .._ 3737 , 5 %OVERHEAD 8 PROFIT 187 - - SUBTOTAL.......... ....... _............ .................. ........... ............ 53.924 0.02800 BOND 0,01900 MULTICOVERAGE INS 0,01850 OCP INS . 0.01980 BLORS RISK 0.08530 Total Items X Bottom Line 335 TOTAL CHANGE ORDER AMOUNT ................................... 34,259 " SINCERELY. OWNER'S SIGNATURE REQUIRED FOR APPROVAL a 1 I I A, COST DETAIL WORK PERFORMED PROJECT: ................ CITY OF FAYETTEVILLE. 0 WORK PERFORMED BY G.C,. EY SUBCONTRACTOR « UNIT PRICES >• NET PLACING COST (QTY X LABOR PLUS BURDEN LAS- 40%SURD (W.0„FICA, SUT.FUT) SUBCON'TR TOOLS NET COST OF MATERIALS (QTY X MAT PLUS S,T_): PRICE DESCRIPTION O UNIT AAR.OR MAT SUB AND PLUS CONT EQUIP � TOOLS 8 EQUIP 1% LIAS INS __.___.._...«___.,.._.___.___..._._...._.._._._._------------- ---- _....----- — ------------------------ — __O .. ..---- __.____..__o PREMIER ELECTRIC CIRCUITS 1,00 LS 3164.00 0 3156 PREMIER ELECTRIC PASS THROUGH 1,00 LS 536.00 0 541 0 0 0 0 0 0 o 0 0 0 0 0 0 0 a I IM $13.28 Enron ,corWiom. MARKUP 1,6% CHANGE ORDER I E. $1.23 LABOR 02D.00 lremier ?FC- I 338W PhAvps Rd 1 AR 7274!i c670-826-167C, j 479;1117-2121 ;rautknw(Z*p?emiww—, ocrn CUSTOMER QUANTITY DESCRIPTION UNIT PRICE AMOUNT (,ity W FwvttaAh) Tawsfw Fum;sh and Install Junction box in exiting mechanical mom to suillon serve as pass throWhftr Transfer III= WM circuft CiTINW,TE NO WCOAK)is I Sx(lxio J -box $13.28 $13.28 DAT: 8 labor 2 men 4 hre 585.00 5620.00 A0 DRESS 1W f) HaWy Hu m Rd Fayette-Ifle AR PHONE PRE PAP.r I-,. Sy AT"fUNN!�N TERMS U E !) A T TMG PROFOSW INCU,10E$ THF. COND1710NS NO �EO SUSTO'lK, $13.28 Enron ,corWiom. MARKUP 1,6% TAX RATE 9.26% SALES TAX $1.23 LABOR 02D.00 TOTAL 5636.50 Sign Hereto Arcceprt Iluote AuthorizW Rep Tj'.rS VIZZOFO�P!. 7H� .Enter conditions how Sign Hera to Accept Quote: A: Ivhurlzed Rep UNITPRICE A.t,.,l 0 U N T I E CHANGE ORDER $0.10 "ieln;v t :Q011 Pnjl;ivi Rd 1Luwt;!I At-,, 727,15 $0.34 $6.80 $0.43 $25.80 $1,90 $114.00 S65M $2,080.00 0,0ANI'll'Y DESCRPTtON CRY ri For additional circuits required to feed exiling SirrInm circufts,bmckfeed from electrical r orn Et> r It,!. A T E I, 10 W i; 0 2, 600 314 inch env DATC. 4500 412 thhn I 20 314 set. screvi connectors 60 314 set screw connectors 60 3/4 strut straps OY 32 Labor 2 men for two 8 [1., days 7E: -;ZIP Fo)-leville AIR P H 10 N. Tj'.rS VIZZOFO�P!. 7H� .Enter conditions how Sign Hera to Accept Quote: A: Ivhurlzed Rep UNITPRICE A.t,.,l 0 U N T $0.46 $276.00 $0.10 $450.00 $0.34 $6.80 $0.43 $25.80 $1,90 $114.00 S65M $2,080.00 SUBTOTAL $872.60 MARKUP 15% $130.89 TAX RATE 9.25% SALES TAX $80.72 LABOR $2,080.00 TOTAL $3,164.21 e C PROPOSAL-FROM..—BENCHNL?RK CONSTRUCTION COON.?ANY, INC 333 WEST POPLAR FAYETTEVILLE, AR 72743 PR4POSA! TO:......_MxOODVVIN, WILLIAP,IS AND YATES ENGINEERS PROJECT .............:::CTY OF. FAYETTEIALLE TRANSFER -AND MATERIAL RECOVERY FXPANSION JOB 41 115.44. DATE: ......................... FEBRUARY 20, 2017 DEAR -MR. LEWIS, WE.REQUEST' ANINCREASET0THE CONTRACT INTHEAMOUNT OF --�-•, 51,235. ALQNG,'TIVTH AN)NCREASE IN THE CONTRACT COMPLETION TIME OF A• DAYS. DIG TEST PIT FOR POSSIBLE PARKING EXPANSION TOTAL.COST FOR G,C. VJOR>C,.......; ...............,............ :., S950 i5 %OVERHEA. D&PROFIT 1�9 TOTAL COST FOR SUBWORK.,._.................:..............;... 0 . 5 %OVERHEAD&PROFIT 0 SUB TO TA.L ............................_:. 0.02800 BOND 0,01900 MULTiCOVERA10E INS 0.01850 OCP INS - 0.01080 BLOBS RISK 0,08530 Total Berns X Bottom Line S7 TOTAL CH:,nIGE ORDER AMOLIN'T.................. v 51,23 SI.ICERELY. — --- —.... — — ------ ............._........ --—._........_. 0114NER'S SIGNATURE REQUIRED FOR APPROVAL 0 COST.DETAIL: WORK PER PROJECTS .........,-.-CITY'OF rAYOTEUIO-E 0 WORK PERFORMED BY G,C, BY SUBC01 UNIT PRICES » NET PLACING COST (QTY X,IABOR PLUS BURDEN): LAB-48%SURD (W.C„ FICA, SUT.FUT) TOOLS NET COST OF MATERIALS (OTY X MAT PLUS S,T.): DESCRIPTION Q UNIT :LABOR MAT SUB AND I CONT EQUIP +TOOLS & EOU;P BACKHOE EQUIPMENT 1,00 LS 50.00 225,00 280 0 OPERATOR TIME 8.00 HRS 60,00 710 0 0 0 0 0 0 0 0 0 0. 0 I PROPOSAL. FROM:.,.BENCHA ARK CONSTRUCTION COMPANY. INC 333 WEST POPLAR FAYETTEVILLE; AR 72703 PROPOSAL TO:.......:McGOODWIN, WILLIAMS AND YATES ENGINEERS PROJECT; ........... ..-CITY OF FAYETTEVILLE TRANSFER AND MATERIAL RECOVERY EXPANSION JOB -4; 15-44. DATE:_ ................ AUGUST 11. V216 DEAR MR. LEWIS. WE REOUEST AN INCREASE TO THE CONTRACT IN 1HE'AM.OUNTOF-- ..._.-- » $1.,110 ALONG WITH AN iNCREASE INTHE:CONTRACT'COMPLETION TIME OF -0, DAYS. TOILET ACCESSORY CHANGES NOTE: AS OF THIS TIME. WE DO NOT EXPECT ANY DELAYS DUE TO DELIVERY OF THIS MATERIAL. TOTAL, COST FOR G.G. WORK ........................................... S8883 15 % OVERHEAD 8 PROFIT- 132 TOTAL COST FOR SUBWORK......... _ ............................... 0 5 9�OVERHEAD *SPROF It 0 .......... ............................:........:.....:............. SUBTOTAL ......:..:..: _ ._r Si.01° :0.02800 BOND 0.01900 MULTICOVERAGE INS - 0.01850 OCP INS 0.01980 SLOBS RISK ' . 0.08530 Total Items X 8'61tom Line 05 ' TOTAL CHANGE ORDER. AMOUNT ..................................... ••.•51.110 SINCERELY. ...........,_... _.............. ..__-_..__................. OWNER'S SIGNATURE REQUIRED FOR APPROVAL u COST DETAIL: WORK -PER PROJECT:-- :.,CITY OF FAYETTEVILLE 0 WORK PERFORMED BY G.C. BY SUBCOI --------------------------- - ------ «UNIT --------- PRICES -_. NET PLACING COST (QTY X LABOR PLUS BURDEN):µ�" LAB+ 48% BURD (W.C., FICA, SUT,FUT) TOOLS NET COST OF MATERIALS (CITY X MAT PLUS S.T,): DESCRIPTION Q UNIT :LABOR MAT SUB AND CONT EQUIP + TOOLS 8 EQUIP ' TOILET ACCESSORY CHANGES PER ATTACHED 1,00 LS 806A0 883 0 0 0 0 0 0 0 0 0 0 0 0 S HANG&&RDE". vl Date: August 10, 2016 Subject: TRANSFER STATION VALLEY ALUMINUM PRODUCI S 5401 Central Avenue Suite G-. Hot Springs, AR. 71913 Toll Free: (888) 525-3268 or (501) 525-3268 Fax (501) 525-0727 To: BENCHMARK CONSTRUCTION OF NWA, INC Attn: STEVE - 479-251-1319 ORIGINAL PROPOSAL: TOILET ACCESSORIES TO SUPPLY THE FOLLOWING AMERICAN SPECIALTIES TOILET ACCESSORIES. (4) 18" GRAB BAR TEXTURED (4) 36" GRAB BAR TEXTURED (4) 42" GRAB BAR TEXTURED (7) ADA SURFACE MOUNTED AUTOMATIC (1) MOP AND BROOM HOLDER (10) GOJO FMX SOAP DISPENSERS (3) RECESSED SANITARY NAPKIN DISPOSALS (2) SINGLE TOILET PAPER DISPENSERSWITH LOCKED SPIN_Q 4,-4 15. (6) TOILET PAPER DISPENSER WITH DROP DOWN ROLL - TOTAL(does not include sales tax) ................ ........... :................................................... :............................... $3,286.00 y r 'DEDUCT PER ARCHITECT REQUEST ON TOILET ACCESSORIES SUBMITTALS TOILET ACCESSORIES (7) ADA SURFACE MOUNTED AUTOMATIC. $250.00 each ........................................................ ($1,750.00) (10) GOJO FMX SOAP DISPENSERS. $21.70 each.......................................................................... ($217.00) (2) SINGLE TOILET PAPER DISPENSERSWITH LOCKED SPINDLE. $6.00 each ................... ($12.00) iMY—T-&IEET-'f'A-PEff49ISPENSER-WI-TH-BROP-DOWN-ROI=L: $45-00=eac ...............:............. $'270'40} . apt) TOT�L (does not include sales tax)............................................................................................................... ($2-,24RM)� ; fo "`ADD OR CHANGE PER ARCHITECT REQUEST ON TOILET ACCESSORIES SUBMITTALS TOILET ACCESSORIES (5) XLERATOR HAND DRYER BY EXCEL DRYER (TO MATCH EXISTING). $498.80 each $2,494.00 (1) ASi 0473-A - SURFACE MOUNTED SANITARY NAPKIN DISPOSAL. $78.00 each .................. $78.00 )SWWMT�ti-f•1ROP-DBVI�N-ROEL•: S^1�1.2-t)6�each ..:..::.::...:.......:..:... b}?-9EY (1) ASI 8203 - COMPACT RECTANGULAR FOLD -UP SHOWER SEAT. $206.00 each ............... $206.00 (2) ASi 0740-Z - SINGLE ROBE HOOKS. $2.00 each................................................................................... $4.00 (1) ASi 0745-Z - DOUBLE ROBE HOOK. $3.00 each.................................................................................... $3.00 Of TOTAL (does not include sales tax) .................................. ............................................................. $3;45T..0 I NEW TOTAL FOR TOILET ACCESSORIES CHANGES REQUESTED BY ARCHITECT ARE APPROVED AS NOTED ON SUBMITTALS. �y/ NEW TOTAL (does not include sales tax) ....................... ... ... N� Submitted by. eC Gn J�dt� Lyndi Ford (Authorized agent of VAPCONBS) All material is guaranteed to be as specified. All work to be completed in a workmanlike manner according to standard practices. Any alteration or deviation from above specifications involving extra costs, will be executed upon written orders, and wilt become an extra charge over the estimate. All agreements contingent upon strikes, accidents or delays beyond our control. Owner to carry fire, tornado and other necessary insurance. Our workers are fuliy covered by Workman's Compensation insurance. Pricing is good for 45 days from proposal date; please contact estimating department for pricing adjustments thereafter. Acceptance of Proposal The shove prices, specifications and conditions are satisfactory and are hereby accepted. You are authorized to do the work as specified, Signature