HomeMy WebLinkAbout56-98 RESOLUTION• ift.1•41,1.•-
ofplb • • -
vOlItio
RESOLUTION NO 5 6 - 9 8
A RESOLUTION AWARDING BID NO. 98-19 IN THE AMOUNT
OF $666,600 TO BUILDINGS, INC., FOR A NEW AIRCRAFT
RESCUE AND FIRE STATION.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE,
ARKANSAS:
Section L That the City Council hereby awards Bid No. 98-19 in the amount of
$666,600 to Buildings, Inc., for a new aircraft rescue and fire station, and authorizes the Mayor and
City Clerk to execute a contract for said amount A copy of the contract is attached hereto marked
Exhibit "A" and made a part hereof.
• re
.P.-ASSED AND APPROVED this _.5I1 day of May , 1998.
•._4 "4% APPROV
,
46- A,
By.
-
1 •
ATTE
By. .e€SU ‘
Heather Woodruff, City CIOErk
4
red Hanna, Mayor
7
C071TRACT
ISHIBIT A
THIS AGREEMENT Made this,5-1/1 day of , 1992, by and between
the City of Fayetteville, Arkansas, acting through its duly authori ed representatives, party of the
first part, hereinafter called the "OWNER", and:
Buildings, Inc.
party of the second part, hereinafter called "CONTRACTOR'.
WITNESSETH:
That for and in consideration of the payment hereinafter mentioned, to be made and
performed by the OWNER, the CONTRACTOR hereby agrees with the OWNER to commence
and complete "Airfield Rescue and Firefighting (ARFF) Building", ATP 3-05-0020-26, City of
Fayetteville, Fayetteville Municipal Airport.
The CONTRACTOR agrees to perform the work in accordance with the Plans,
Specifications and all provisions attached hereto and made a part hereof as though copied in full
herein, for and at the prices bid in the Proposal.
The OWNER agrees to pay, and the CONTRACTOR agrees to accept, as full and
final compensation for all work done under this agreement, the price bid in the Proposal which is
hereto attached, said payments to be made in lawful money of the United States at the time and
in the manner set forth in the Specifications
For the consideration above expressed, the CONTRACTOR agrees to begin work
within ten (10) calendar days, after direction from the OWNER, and complete the work within
one hundred and eighty (180) calendar days. If the CONTRACTOR shall fail to complete the
work in the time specified, he shall pay to the OWNER, as liquidated damages, ascertained and
agreed, and not in the nature of a penalty, the amount referenced in the Proposal and specified in
SPECIAL CONDITIONS for each day delayed; which shall be deducted from the final payment
to be paid under this Contract; provided that extensions of time with waiver of liquidated
damages may be granted as provided for in the Specifications.
The CONTRACTOR also agrees to pay the Owner, in addition to the liquidated damages defined
in the paragraph above, the penalties specified in the plans and contract documents for each day
the CONTRACTOR'S performance of this contract exceeds the performance time specified in
the plans the and SPECIAL CONDITIONS of contract documents.
The CONTRACTOR agrees to furnish a Performance Bond and a Payment Bond
with an approved Surety thereon guaranteeing the performance of this Contract as required by
the law of the State of Arkansas, in the principal amount not less than one hundred (100) percent
C-1
V
of the amount of this Contract. Said bonds Mall be conditioned upon full and complete
performance of the Contract and for the payment of all labor, tools, equipment and materials
furnished by the CONTRACTOR entering into or incidental to the work and shall guarantee the
work against faulty workmanship or materials for a period of one (1) year after completion.
The Surety on said bonds shall be a Surety Company of financial resources
satisfactory to the OWNER and authorized to do business in the State of Arkansas.
During the performance of this Contract, the CONTRACTOR for itself, its assignees
and successors in interest (hereinafter referred to as the "Contractor") agrees as follows:
1. Compliance with Regulations. The Contractor shall comply with the
Regulations relative to nondiscrimination in Federally -assisted programs of the Department of
Transportation (hereinafter, "DOT") Title 49, Code of Federal Regulations, Part 21, as they may
be amended from time to time (hereinafter referred to as the Regulations), which are herein
incorporated by reference and made a part of this Contract.
2. Nondiscrimination. The Contractor, with regard to the work performed by it
during the Contract, shall not discriminate on the grounds of race, color, or national origin in the
selection and retention of Subcontractors, including procurements of materials and leases of
equipment. The Contractor shall not participate either directly or indirectly in the discrimination
prohibited by Section 21.5 of the Regulations, including employment practices when the
Contractor covers a program set forth in Appendix B of the Regulations.
3. Solicitations for Subcontracts, IncludinR Procurements of Materials and
Equipment In all solicitations either by competitive bidding or negotiation made by the
Contractor for work to be performed under a Subcontract, including procurements of materials or
leases of equipment, each potential Subcontractor or supplier shall be notified by the Contractor
of the Contractor's obligations under this Contract and the Regulations relative to
nondiscrimination on the grounds of race, color, or national origin.
4. Information and Reports. The Contractor shall provide all information and
reports required by the Regulations or directives issued pursuant thereto, and shall permit access
to its books, records, accounts, other sources of information, and its facilities as may be
determined by the Owner or the Federal Aviation Administration to be pertinent to ascertain
compliance with such regulations, orders, and instructions. Where any information required of a
Contractor is in the exclusive possession of another who fails or refuses to furnish this
infonnation, the Contractor shall so certify to the Owner or the Federal Aviation Administration
as appropriate, and shall set forth what efforts it has made to obtain the information.
5. Sanctions for Noncompliance. In the event of the Contractor's
noncompliance with the nondiscrimination provisions of this Contract, the Owner shall impose
such Contract sanctions as it or the Federal Aviation Administration may determine to be
appropriate, including, but not limited to:
C-2
7
(a) Withholding of payments to the Contractor under the Contract until
the Contractor complies, and/or
(b) Cancellation, termination, or suspension of the Contract in whole or in
part.
6. Incorporation of Provisions The Contractor shall include the provisions of
paragraphs 1 through 5 in every Subcontract, including procurements of materials and leases of
equipment, unless exempt by the Regulations or directives issued pursuant thereto. The
Contractor shall take such action with respect to any Subcontract or procurement as the Owner or
the Federal Aviation Administration may direct as a means of enforcing such provisions
including sanctions for noncompliance. Provided, however, that in the event a Contractor
becomes involved in, or is threatened with, litigation with a Subcontractor or supplier as a result
of such direction, the Contractor may request the Owner to enter into such litigation to protect
the interests of the Owner and, in addition, the Contractor may request the United States to enter
into such litigation to protect the interests of the United States.
BUY AMERICAN - STEEL AND MANUFACTURED
PRODUCTS FOR CONSTRUCTION CONTRACTS (JAN 1991)
(a) The Contractor agrees that only domestic steel and manufactured products will be used by the
Contractor, subcontractors, materialmen, and suppliers in the performance of this contract, as
defined in (b) below.
(b) The following terms apply to this clause:
1. Steel and manufactured products. As used in this clause, steel and manufactured
products include (1) those produced in the United States or (2) a manufactured
product produced in the United States, if the cost of its components mined, produced
or manufactured in the United States exceeds 60 percent of the cost of all its
components and final assembly has taken place in the United States.
Components. As used in this clause, components means those articles, materials, and
supplies incorporated directly into steel and manufactured products.
3. Cost of Components. This means the costs for production of the components,
exclusive of final assembly labor costs.
C-3
•
IN WITNESS WHEREOF, the parties rf these presents have executed this Contract in eight
(8) counterparts, each of which shall be deemed an original on the day and year first above
written.
ATTEST:
ZAP LA/j
ATTEST:
C-4
CITY OF FAYETTEVILLE
FAYETTEVILLE, ARKANSAS
By A/
(Party f the First Part - OWNER)
Title Th0iyor
***
By
ag
I -tit (.. g . V. r co crac
(P y of the Second Part -
CONTRACTOR)
Title facasc_T KAstS,GiSP
SEAL (If a Corporation)
•,
Oa.
It .114 -1r j.•
dt.
fl 7".
Marinoni Construction
Harrison Davis Construction
1Norwest Builders
14
ConArk Construction
1Heckathom Construction
1Crossland Construction
!Buildings, Inc.
Name of Bidder
69
a)
a)
ca
'co
o
o
b
0
$785,165.00
CA
•-4
co
_.
lo
o
ca
b
0
000017'899$ I
3rd Party Compacted
ARFF Building Insurance Soils 'Trench Safetyl Total Amount Bid*
CA
160
Cll
o
b
0
$335.00
(11
_.
b
o
a
b
0
00'0017$
EA
_.
10
b
o
o
b
0
4/1
....
.P
cn
o
o
b
0
$11,000.00
69
_.
o
b
o
o
b
0
41
K3
cy,
o
b
0
4949_.
-CA
o
co
b
0
na
b
o
o
b
0
EA
co
co
o
b
0
61
01
•-•I
cp
1..,
a
0
a
o
$797,500.001
ca,
0
e:,
0
69
a
b
0
4/1
o
b
0
Eft
CO
0
SA
o
0
co
a
0
00009'999$
1
STAFF REVIEW FORM
AGENDA REQUEST
XX CONTRACT REVIEW
GRANT REVIEW
For the Fayetteville City Council meeting of N/A
e -ac -JA -
4,04 js
RECEIVED
JUN 08 1999 ilto2-9f
CITY Or FAYET EvittE
CITY CLERK'S OFFICE
LCROEILM_E D
FROM:
Dale Frederick
Name
Airport General Gvmt.
Division Department
ACTION REQUIRED: The Airport staff requests approval of and the Mayor's signature for Change Order #t for $30,016.52 to
condact #644 with Buildings. Inc. for the Airfield Rescue and Firefighting Building. Thc funds needed for this request have been provided
for in our current budget with an approved project contingency. Rcitnburseinent for this project is provided through Federal and State grants,
Airport's Passenger Facility Charges (PFC), and Garver Engineers, Inc.
COST TO CITY:
$ 30.016.52
Cost of this Request
5550-3960-7820.26
Account Numbcr
98059
Project Number
$ 774.100.00
Category/Project Budget
$ 742.931.00
Funds used to date
$ 31,169.00 -
Remaining Balance
ARFF Station Constr,
Category/Project Name
Capital Expenditure
Program Name
Airport
Fund
BUDGET REVIEW:
C2ar--c.
Atta D
Budget Coordinator
XX Bu eted kztni
dininistrative Services Director
Budget Adjustment
CONTRACT/GRANT/LEASE REVIEW:
Date
Date
4-1-99
Date
Purchasing Officer
immo
GRANTING AGENCY:
Eelt;_t_ce.
Date
STAFF RECOMMENDATION: Staff recommends approval of this change order.
Division Head
'lei A
• Arai e
iv -es Aer
Adm
rvices Director
Ma or
Date
Cross Reference
New Itent Yes Np
Prey. Ord/Res#: 56-98/162-98
Orig Cont. Date: 5-5-98
•
•
FAYETTEVILLE
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENTAL CORRESPONDENCE
June 9, 1999
To: Dale Frederick, Airport
From: Theresa Johnson, City Clerk's Office
Attached are two originals of Change Order #1 for the contract with Buildings, Inc. for the
Airfield Rescue and Firefighting Building. One original will be microfilmed and filed with the
city clerk.
cc: Yolanda Fields, Internal Auditor
•
•
STAFF REVIEW FORM Page 2
Description: Meeting Date: N/A
Change Order # 1 for Buildings, Inc for the construction of the ARFF Building.
Comments:
Budget Coordinator Reference Comments:
Accounting Manager Reference Comments:
City Attorney Reference Comments:
Purchasing Officer Reference Comments:
ADA Coordinator Reference Comments:
Internal Auditor Reference Comments:
•
FAYETTEVILLE
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENTAL CORRESPONDENCE
TO: FRED HANNA, MAYOR
FROM: DALE FREDERICK, AIRPORT MANAGER
DATE: MAY 23, 1999
SUBJECT: CHANGE ORDER # 1 TO THE CONTRACT WITH BUILDINGS, INC. FOR
THE CONSTRUCTION OF THE ARFF BUILDING.
The Airport staff requests approval of and the Mayor's signature for Change Order #1 for
$30,016.52 to Contract #644 with Building, Inc. for the Airfield Rescue and Firefighting
Building. This change order is necessary to cover the cost of items that needed modified or
added during the construction of the building.
The funds needed for this request have been provided for in our current budget with an
approved project contingency. Reimbursement for this project is provided through Federal and
State grants, the Airport's Passenger Facility Charge (PFC), and Garver Engineers, Inc.
The Federal Aviation Administration (FAA) has agreed to cover 90% of all cost except for
$785.40. Garver Engineers have agreed to absorb this cost because of a miscalculation by
engineers. The remaining 10% amount of the qualified FAA items will be funded by a state
grant for 5%, and 5% will be provided from the Airport's funds accumulated in PFC's.
DF/bjm
Attachments: Contract Review Form
3 Originals of Change Order #1
Copy of the FAA's Commitment to fund Change Order
MAY 20 99 131? FRFPR - AR -OK ADO
7
U.S. Department
of Transportation
Federal Aviation
Administration
May 20, 1999
Mr. Dale Frederick
Airport Manager
Fayetteville Municipal Airport
4500 School Avenue, Suite F
Fayetteville, AR 72701
Dear Mr. Frederick:
8172225987 TO 91501718%46
Southwest Region
Arkansas. Louisiana.
New Mexico. Oklahoma,
Texas
OPTIONAL FORM 99 (7-90)
FAX TRANSMITTAL
P.01/02
Fort Worth. Texas 76193-0000
of pages Is ottle-!-
T013PELY04 M OSS
gAgretS
e
FAA
Fax/
is-pi/7 - 7b 4 (9
NSN 7540-01-317-7369 5099-101 GENERAL SERVICES ADMINISTRATION
Fax
Change Order No. 1, AIP Project No. 3-05-0020-2698
Aircraft Rescue 8c Firefighting Station
Fayetteville Municipal Airport (Drake Field), AR
This responds to your March 16, 1999, transmittal of Change Orders summary for the subject
project at Drake Field. The following change orders have been approved regarding eligibility under
this AIP grant project. Applicable Federal participation amounts are as indicated in the chart below.
AIP PROJ NO.
CIO if
RCVD
DESCRIPTION
COST
FED SHARE
3-05-0020-2698
1
3/16/99
Windsock power supply
$2,674.45
$2,407.01
3-05-0020-2698
2
3/16/99
Termite soil treatment (city code)
$1,423.40
$1,281.06
3-05-0020-2698
3
3/16/99
Reroute FAA cables in ducts &
Taxiway light conduit
$3,921.12
$3,529.01
3-05-0020-2698
4
3/16/99
Deduct 4 windows (city code)
0
0
3-05-0020-2698
7
3/16/99
Install 6 -inch gate valve
blowoff valve (city code)
& 2 -inch
$1,733.00
$1,599.70
3-05-0020-2698
8
3/16/99
Install insulation omitted in original
plans
$1,470.00
$1,323.00
3-05-0020-2698
9
3/16/99
Install water
(city code)
line from meter to bldg
$4,932.00
$4,438.80
3-05-0020-2698
10
3/16/99
Plan omission: Install metal
frame/gypsum board underside
stairwell (city code:JFD1
$1,097.80
$988.02
Commitment to Excellence --Our Commitment to You
MAY 20 '99 13:18 FI / FAA — RR—OK ADO
8172225987 TO 9150i7187646 P 02/02
2
AL? PROJ NO.
C/0 0
RCVD
DESCRIPTION
COST
FED SHARE
3-05-0020-2698
12
3/16/99
Labor for Change Order #13 above
$475.20
$427.68
3-05-0020-2698
13
3/16/99
Boring & conduit for telephone &
jas line changes by utilities
$9,99 .16
$8,992.04
3-05-0020-2698
14
3/16/99
Change doors to solid core per city
code
$656.81
$591.13
3-05-0020-2698
15
3/16/99
Plan change to ADA requirements
for door frame; costs assumed by
$0.00
$0.00
3-05-0020-2698
16
3/16/99
Sidewalk extensions requested by
FFD
$628.10
$565.29
3-05-0020-2698
18
3/16/99
Install three (3) fue extinguishers
per city code
$216.46
$194.81
3-05-0020-2698
20
3/16/99
Install pressure reduction valve in
water line
$1,432.62
$1,289.36
TOTAL ELIGIBLE CHANGE
ORDERS
$30,652.12
527,586.91
FAA approval signature is submitted only to facilitate processing the change order and to determine
eligibility and amount of the change item(s) for federal participation. Reimbursement of approved
change order items will be paid from sponsor entitlement funds.
Sincerely,
aggraa
Donald C. Harris
Senior Program Manager
Arkansas/Oklahoma Airports
Development Office
cc.
Mr. Michael J. Griffin, PE
Garver Engineers
1010 Battery Street
P.O. Box C-50
Little Rock, AR 72203-0050
Commitment to Excellence --Our Commitment to You
** TOTAL PAGE.02 **
•
•
•
1
CHANGE ORDER No. 1
Date: 4/2/99
ENGINEERS PROJECT NO. 976100
PROJECT: Fayetteville Municipal Airport - Airfield Rescue and Firefighting Building
AIP 3-05-0020-26
CONTRACTOR: Buildings, Inc.
Contract for: ARFF Building construction
Contract date: June 15, 1998
TO: Buildings, Inc.
You are directed to make the changes noted below in the subject Contract:
THE CITY OF FAYETTEVILLE
Owner
Nature of the Changes:
1. Adjust the final contract quantities and cost according to the following scheduled items and costs.
SEE ATTACHED SUMMARY SHEET AND DOCUMENTS
These changes result in the following adjustment of Contract Price and Contract Time:
CONTRACT PRICE prior to this Change Order: $666,600.00
Increase Resulting from this Change Order: $30,016.52
CONTRACT PRICE Including this Change Order: 5696,616.52
Completion Time Prior to This Change Order: 180 calendar days
Current Contract Completion Dates Including This Change Order: 180 calendar days
Page 1 of 2
4
The Foregoing Changes Are Recommended:
The Foregoing Changes Are Accepted:
The Foregoing Changes Are Approved:
GARVER ENGINEERS, INC.
By:
Date.
BUILDINGS, INC.
By:
1999
Date: 1999
- THE CITY OF FAYETTEVILLE
By:
Date:
e
Page 2 of 2
1999
Fayetteville Municipal Airport
ARFF Building - Change Order Summary
•
3116/99
CO. X
Justification 1 Authorization
Description
Proposal
Amount
Actual
Amount
1
Power suppb/ to windsock Wu site
Wndsock Cable
52,431.32
*2.431.32
ProfitrOvethead
5243.13
5243.13
Total
52674.45
52,674.45
2
Termite soil treatment, required by city code
Termite Treatment
*129400
$1294.00
Profit/Overhead
2129.40
$129.40
Total
11,423.40
*1,423.40
3
Routed FAA cables. Installed 8 -way dud and
150 feet dud. concrete. labor. equipment
53.564.65
$3.564.65
taxiway light conduit (revised pdce)
Profit/Overhead
5356.47
5358.47
Total
$3,921.12
52921.12
4
StaInvell shifted by City Inspector. removed
Deduct 41Mndows
($1411.00)
(51.411.00)
windows
Total
(11 A11.00)
(31,411.00)
5
Nol perfonned
Change lower level carpet to vinyl
51.192.00
10.00
Profit/Overhead
5119.00
$0.00
Total
$1,311.00
$0.00
8
Not performed
Gas Sado°
113,000.00
$0.00
end Gas Meter
ProfiUOverhead
51.130.00
W.03
Total
*14,130.00
strips
6A
Not performed
Furnish/Install Gas Line
514.374.00
50.00
PrafitA3vertread
*1.437.40
0.00
Total
$15,811,40
V.00
7
Required by City after design
Insta 6' Gate valve and 2' blow -off
*1.575.03
$1,575.00
ProfiVOverhead
*158.00
5158.00
Total
11,733.00
$1,733.00
8
Insulation not specified In plans
Install Insul. between livklg quartersishop
*1.743.00
*1.743.00
Deduct R 11 on second floor
($407.00)
($407.00)
Pmfd/Overhead
$134.00
*134.00
Total
II,470.00
$1,470.00
9
Water company requested location change of
Install waterline horn meter to bldg.
54.484.00
$4.484.00
metes Installed r copper line
Profit/Overhead
$448.00
$448.00
Total
$4,932.00
$4,932.00
10
Not specified In plans
Install Floor 6 2nd Flax Closet
*702.00
*702.00
For lire rating above stainvay
Install Metal Fierne/Gyp board underside stair
$480.00
$480.03
Requested by FED / Airport
Install 212 Access to Shop
$168.00
5168.00
Requested by FFD / Airport
Delete Ceithig In Shop - -
($352.00)
($352.00)
Profit/Overhead
$99.80
599.80
Total
$1,037.50
51,097.60
11
Requested by FFD / Ahpod
Flagpole
11,724.00
10.00
(No( Performed)
Pro/NOverhead
3172.00
W.00
Total
$1,896.00
10.00
11A
Requested by FFD / Airport
Install 13 Flask letters
V80.00
$0.00
(Not Performed)
Profit/Overhead
$68.00
$0.00
Totel
$748.00
0.00
12
Leber- for C.O. N8
Remove sheet rock for C.O. V Insulation
4432.00
$432.03
ProfitrOverhead
$4320
$4320
Total
$476.20
$475.20
13
To WWI telephone/gas line change requested
Conduit/Bores for Telephone arid Gas
59.515.39
$9,51539
by ublifies
Profil/Ovahead
$951.54
5475.77
Total
*1846683
19,991.16
14
Doors changed to fire -rated solid axes per
Doors and Hardware
$597.10
$597.10
City Inspector
Pmfi6Over1ieed
$59.71
559.71
Total
05621
1656.81'
15
Change to plans
Change doodfrarne to 36- for ADA
1378.00
5376.00
Move switch/electric heater
5150.00
2150.00
Remove sheet rock. etc. Set new (rame. etc.
11138.00
$188.00
Profit/Overhead
164.40
171.40
Total
VasAo
*785.40
18
Requested by FFD / Airport
Sidewalk (1 7- x 5)
5375.00
5375.00
Sidewalk (10 x 5)
$185.00
1186.00
Profit/Overhead .
557.10
35710 '
Total
$628.10
$618.10
17
Undercut of unsuitable material; disallowed -
Buckling Pad undercut (383 C.V.)
V.830.00
$0.00
Included
as bid Item
Padreg Area undercut (159 C.V.)
$1.590.03
$0.03
ProfiVOverhead
$542.00
50.00
Total
$5,962.00
$0.00
18
Requhed by City Code trod&
3 Are edingieshers
*198.78
1196.78
Profit/Overhead
119.68
119.68
Total
*21686
121646
19
Change to plans
WWI four chain hoists on bay doors
*1.450.10
$0.00
(Disallowed)
Profit/Overhead
$14.5.01
$0.00
Total
171695.11
$0.00
20
Water line pressure too high 112 200 psi Install
pressure reducing veWe
51.302.38
*1.302.38
Proa/Ovedsead
113024
1130.24
Total
*1,432.62
*1.432.62
GRAND TOTAL
.
071 878.80
$30,016.52
•
•
•
bUILDINGt
June 16, 1998
Attention: Bob Bryant, PE
Proposal Request #1
Airfield Rescue & Firefighting Building, Fayetteville Airport
Dear Mr. Bryant:
The undersigned proposes to furnish all materials and perform all labor necessary to complete the following:
The cost of moving power for wind -sock pole as per attached: $2,431.32
x.19
$243.13
+ $2431.32
$2,674.45
•
All of the above work to be completed in a substantial and workmanlike manner for the sum of $2,674.45.
Payments to be made each month as the work progresses to the value of one hundred percent (100%) of all work
completed. The entire amount of contract to be paid at completion.
Any alteration or deviation from the above specifications involving extra cost of material or labor will only be
executed upon written orders for same and will become an extra charge over the sum mentioned in this contract.
All agreements must be made in writing.
The Contractor agrees to carry Workmen's Compensation and Public Liability Insurance, also to pay all Sales
Taxes, Old Age Benefit and Unemployment Compensation taxes upon the material and labor and labor fumished
under this contract, as required by the United State Govemment and the State in which this work is performed.
Respectfully submitted,
Larry Kichline
Project Manager
4
CONSTRUCTION
COST
aSTIMATE
11.
A/E 0
CONTRACTOR 0
USPS
PROJECT FAYETTEVILLE AIRPORT
city
182115
AR Airfield Rescue &
Firefighting Building
sem. belly
BUILDINGS, INC.
contract no.
DESCRIPTION
contractor
Sheet 10! 2
No.
change request no.
June 16, 1998
date
The cost of moving power for wind -sock pole as per attached
O At an Increase In the contract price of $ 2.67445 broken down In itemized detail below)
CI At no change in the contract price
O At a reduction In the contract price of $ (broken down in itemized detail below)
O With an extension of days to the period of performance
Cost Detail:
a. Direct Labor(attach supporting detail estimate)
1
61. Insurance
c. Materials and equipment (attach supporting detailed estimate)
d. Deduct offsetting debit or credit for materials, labor and equipment (attach supporting detailed estimate)
Subtotal
e. Overhead (0%)
f. Profit (0%)_
g. Employment taxes under FICA and FUTA
h. Subcontracts
Company
Category
of
Work
Amount
.
MEP Services, Inc.
Electrical
$2,431.32
Subcontract Total
$2,431.32
I. Contractor's Commission on Total of Subcontracts: $243.13
Total increase or decrease of contract price: $2,674.45
•
1
PROJECT FAYETTEVILLE ARK Airfield Rescue &
Firefighting Building
city state facility
BUILDINGS, INC.
CONTRACTOR
182115
contract no.
ESTIMATE
2 OF 2
No. 1
chanio recitie-SIWIC
ITEM
QUANTIMINIT
DESCRIPTION
UNIT UNIT TOTAL
LABOR MAT'L UNIT
COST
CHK
Price of Moving
'Power for Wind-
sock Pole
2
4
3
1
3
2
Total Materials and Equipment
2
4
3
1
3
2
Total Cost
2
4
3
1
3
2
Profit @ 5%
1
2
1
5
6
Overhead @ 5%
1
2
1
5
7
Subtotal A
2
6
7
4
4
5
Employment taxes:
FICA/FUTA/SUTA
Workers' Compensation Insurance
TOTAL
2
6
7
4
4
5
MEP Services, Inc.
Change Order Break Down
Oats: Mandl 9,1998
Project: Fayetteville Airport Flit and Rescue
Description: Move power wire for Wind Sock
Wldng not shown on originel dravAngs.
Unit
Destription
Materiel
Total
Labor
Total
Oty.
370
11
64 URD Wire
0.49
181.00
-
110
II
2" PVC Conduit
0.37
41.00
-
1
aa
PVC Box
21.00
21.00
-
4
ea
Splice
7.00
20.00
.
-
°-
-
1
It
Miscellaneous
Consumables
26.00
25.00
-
.
-
2
Concrete
60.00
120.00
-
1
yds
It
Concrete form
for sleeve
300.00
300.00
-
2
dys
Backhoe
Rental
'
s: 195.00
300.00
.
..
-
.
-
.
-
-
-
.
"
.
-
_
-
_
-
-
-
-
10
IV
labor -fit
-
18.00
208.00
16
lir
Labor
- Or
-
27.00
432.00
• .
.
-
a
.
-
-
.
-
-
-
-
t -
.
..
.
...
.
.
-
.
..
MATER
AL
TOTAL
11106.00
SALES TAX
6.625%
73.27
LABOR TOTAL.
720.00
LABOR BURDEN
29.85%
214.92
SUBTOTAL
21114.19
0E1 & FEE 15.000%
317.13
TOTAL
AOD
T14113
CHANGE ,
$ 2,431.32
==razi,
•
•
June 16, 1998
Attention: Bob Bryant, PE
Proposal Request #2
Airfield Rescue & Firefighting Building, Fayetteville Airport
Dear Mr Bryant:
The undersigned proposes to fumish all materials and perform all labor necessary to complete the following:
The cost of soil treatment for termite control as per attached: $ t1244. 00
x.10
$129.40
+ $1s294.00
$1A23.40
•
All of the above work to be completed in a substantial and workmanlike manner for the sum of $ 1,423.40.
Payments to be made each month as the work progresses to the value of one hundred percent (100%) of all work
completed. The entire amount of contract to be paid at completion.
Any alteration or deviation from the above specifications involving extra cost of material or labor will only be
executed upon written orders for same, and will become an extra charge over the sum mentioned in this contract.
All agreements must be made in writing.
The Contractor agrees to carry Workmen's Compensation and Public Liability Insurance, also to pay all Sales
Taxes, Old Age Benefit and Unemployment Compensation taxes upon the material and labor and labor fumished
under this contract, as required by the United State Government and the State in which this work is performed.
Respectfully submitted,
Larry Kichline
Project Manager