Loading...
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