Loading...
HomeMy WebLinkAbout163-02 RESOLUTION1 RESOLUTION NO. 163-02 A RESOLUTION TO APPROVE A CONTRACT WITH TOMLINSON ASPHALT COMPANY, INC. IN THE AMOUNT OF $616,207.70 TO FURNISH ALL MATERIALS AND TO CONSTRUCT AND PAVE THE EXECUTIVE HANGER COMPLEX PROJECT 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 the contract (attached as Exhibit A) with Tomlinson Asphalt Company, Inc. in the amount of $616,620.70, plus a contingency of $61,620.77 for the construction of the Executive Hanger Complex Project. Section 2. That the City Council of the City of Fayetteville, Arkansas hereby approves the budget adjust attached as Exhibit B. ll_ PASSED and APPROVED this the 15th day of October, 2002. ti ATTEST: BY: Ii ��7.ley Bather Woodruff, City Cl rk APPROVED: By: D CO S DY, Mayor it NAME OF FILE: CROSS REFERENCE: Item # Date Resolution No. 163-02 Document 1 10/15/02 Resolution # 163-02 2 10/15/02 Contract 3 10/02/02 Budget Adjustment 4 10/02/02 Staff Review Form 5 10/22/02 Letter from Heather Woodruff, City Clerk to Ray Boudreaux, Airport NOTES: .rJ. . CONTRACT REIVED SEP 3 0 2002 EXHIBIT A THIS AGREEMENT, made and entered into on the / day of OCJ1 G, 2002, by and between Tomlinson Asphalt Company, Inc. and the ity of Fayetteville: WITNESSETH: That Tomlinson Asphalt, for the consideration hereinafter fully set out, hereby agrees with the City of Fayetteville as follows: 1. That Tomlinson Asphalt shall furnish all the materials, and perform all of the work in manner and form as provided by the following enumerated Specifications, and Documents, which are attached hereto and made a part hereof, as if fully contained herein and are entitled City of Fayetteville Executive Hangar Complex. Advertisement for Bids Instructions to Bidders Bid and acceptance thereof Performance Bond Payment Bond General Conditions Supplemental Conditions Specifications 2. That the City of Fayetteville hereby agrees to pay to Tomlinson Asphalt for the faithful performance of this Agreement, subject to additions and deductions as provided in the Specifications or Bid, in lawful money of the United States, the amount of: Six Hundred Sixteen Thousand Two Hundred Seven and 07/100 Dollars ($616,207.70). 3. The Work will be completed and ready for final payment in accordance with the General Conditions within 120 days after the date when the Contract Time commences to run, as provided in the Notice to Proceed. 4. Liquidated Damages: City of Fayetteville and Tomlinson Asphalt recognize that time is of the essence of this Agreement and the City of Fayetteville will suffer financial loss if the Work is not completed within the times specified in above, plus any extensions thereof allowed in accordance with the General Conditions. They also recognize the delays, expense, and difficulties involved in proving the actual Toss suffered by City of Fayetteville if the Work is not completed on time. Accordingly, instead of requiring any such proof, City of Fayetteville and Tomlinson Asphalt agree that as liquidated damages for delay (but not as a penalty) Tomlinson Asphalt shall pay City of Fayetteville Three Hundred Fifty Dollars ($ 350 .00) for each day that expires after the time specified in Paragraph 3 for completion and readiness for final payment. FY022104 Executive Hangar Complex Section 00500 - 1 • • 5. That within 30 days of receipt of an approved payment request, the City of Fayetteville shall make partial payments to Tomlinson Asphalt on the basis of a duly certified and approved estimate of work performed during the preceding calendar month by Tomlinson Asphalt, LESS the retainage provided in the General Conditions, which is to be withheld by the City of Fayetteville until all work within a particular part has been performed strictly in accordance with this Agreement and until such work has been accepted by the City of Fayetteville. 6. That upon submission by Tomlinson Asphalt of evidence satisfactory to the City of Fayetteville that all payrolls, material bills, and other costs incurred by Tomlinson Asphalt in connection with the construction of the work have been paid in full, final payment on account of this Agreement shall be made within 60 days after the completion by Tomlinson Asphalt of all work covered by this Agreement and the acceptance of such work by the City of Fayetteville. 7. It is further mutually agreed between the parties hereto that if, at any time after the execution of this Agreement and the Surety Bond hereto attached for its faithful performance and payment, the City of Fayetteville shall deem the Surety or Sureties upon such bond to be unsatisfactory or if, for any reason such bond ceases to be adequate to cover the performance of the work, Tomlinson Asphalt shall, at his expense, within 5 days after the receipt of notice from the City of Fayetteville, fumish an additional bond or bonds in such form and amount and with such Surety or Sureties as shall be satisfactory to the City of Fayetteville. In such event, no further payment to Tomlinson Asphalt shall be deemed to be due under this Agreement until such new or additional security for the faithful performance of the work shall be furnished in manner and foram satisfactory to the City of Fayetteville. No additional work or extras shall be done unless the same shall be duly authorized by appropriate action by the City of Fayetteville in writing. IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the day and date first above written, in three (3) counterparts, each of which shall, without proof or accounting for the other counterpart be deemed an original Contract. SEAL: ATTEST: FY022104 Executive Hangar Complex TOMLINS�PH� By 13zzra5�%ts /l. l/ Title CITY OF FAYETTEVILLE By I Dan Coody, Mayo Section 00500 - 2 ("City of Fayetteville, Arkansas Budget Adjustment Form EXHIBIT B udget Year 2002 Department: Aviation & Economic Development Division: Airport Program: Capital Date Requested 09/27/2002 Adjustment # Project or Item Requested: $677,829 is requested in the Capital program Building Costs account to construct an aircraft parking ramp to serve the South Corporate Hangar Complex. Project or Item Deleted: To recognize $166,600 In State grant revenue - Arkansas Dept of Aeronautics grants #1877-02 & #1878-02. $150;000 -in -the -Airside program -Professional -Services- - account. To use $361229 from Use of Fund Balance. Justification of this Increase: Investment in this facility supports the Airport's strategic goals for the future self sufficiency of Drake Field. This aircraft ramp pavement will provide the infrastructure for private investment in corporate hangar facilities. Justification of this Decrease: Airport funds leverage State grant funds for hangar development. Sufficient funding remains in Prof Sery account to meet 2002 objectives Sufficient funding remains in Fund Balance to comply with City policy. Increase Expen e (Decrease Revenue) Account Name Amount Building Costs 677,829 Account Name Account Number Protect Number 5550 3960 5804 00 02131 1 Decrease Expense (Increase Revenue) Amount Account Number State Grants 166,600 Professional Services 150,000 Use of Fund Balance 361,229 5550 5550 5550 0955 3950 0955 Project Number 6805 00 02131 1 5314 00 4999 99 Approval Signatures Requested By Date Bud•..,.. lir Date Dep 7?/- A ervices Director Date Mayor Budget Office Use Only Type: A B C Date of Approval Posted to General Ledger Posted to Project Accounting Entered in Category Log Blue Copy: Budget & Research / Yellow Copy: Requester E STAFF REVIEW FORM X AGENDA REQUEST X CONTRACT REVIEW GRANT REVIEW South Hangar Apron Complex Tomlinson Asphalt For the Fayetteville City Council Meeting of: October 15, 2002 FROM: Ray M. Boudreaux Aviation & Economic Development Airport Name Division 7 1De°partment MTI d ACTION REQUIRED: Resolution to approve a Contract wi inson Asphalt, Inc. to construct aircraft hangar apron. Includes a 10 % contingency amount. Approval of a budget adjustment. Forward to the Mayor for signature. COST TO CITY: $677,829.00 Cost of this request 5550.3960.5804.00 Account Number $ - South Hangar Apron Complex Category/Project Budget Program Category / Project Name $ Capital Funds Used to Date Program / Project Category Name 02131.1 $ Project Number Airport Remaining Balance Fund Name BUDGET REVIEW: /v v Budget Manager Budgeted Item X Budget Adjustment Attached q.27e6L Date Administrative Services Director Date CONTRACT/GRANT/LEA'�'S,�/ELREE�VVIIEW : Acco nting Manager/ D� !/CJ /NMM. /d/i /6 City A�tt4 nneyy�p Date ADA Coordinator Date Purchasing Manager Date Grant Coordinator Date Internal Auditor q/3a1oa— Date STAFF RECOMMENDATION: Staff recommends approval of contract and associated budget adjustment. s Director Date /0/2 2 / Date Cross Reference New Item: Yes No Previous Ord/Res#: 036-02(eng. cntrct) Orig. Contract Date N/A Orig. Contract Number N/A • • Staff Review Form - Page 2 Description Tomlinson Asphalt - S Hangar Apron Complex Meeting Date October 15, 2002 Comments: Reference Comments: Budget Manager Accounting Manager City Attorney Purchasing Manager ADA Coordinator Internal Auditor Grants Coordinator FAYETTEVILLE THE CITY OF FAYETTEVILLE, gt$ANSAS DAN COODY, MAYOR TO: THRU: FROM: DATE: SUBJECT: MEMORANDUM as Dan Coody, Mayor Fayetteville City Council Members Staff Review Committee Ray M. Boudreaux, Director, Aviation and Economic De September 26, 2002 Executive Ramp Project • lopment Background: Beginning in January 2002, Airport staff began planning for a new aircraft parking ramp to accommodate corporate style hangars. Following Strategic Planning meetings, the Airport Board approved a new five year plan that included the new Executive Ramp Development area to support the corporate communitywith facilities near the highway, convenient for passengers. Initial designs and cost estimates were used to apply for a State grant for the design and construction of the ramp. Application wes made January 25 to the State, approeed by the City Council resolution February 5 and awarded by the State Aeronautics Commission at their February 13, 2002 meeting in the amount of$166,600 for the project estimated to cost $205,670. The State Aeronautics Commission required that there be tvo leases signed for parcels to construct hangars on the newramp before the grant could be used. Two leases were negotiated and signed. Don Nelms and Flying Investments, Inc. signed leases in May 2002 for ground on which to construct new hangars. Both companies requested South facing buildings which necessitated a modified design for the area and an increase in the scope of the project. In May we presented the project to the Planning Commission br Large Scale Development approval. Following several meetings with planning and engineering staff, additional engineering was needed to allow for increases in drainage runoff caused by the construction of the buildings. Large Scale Development approval was granted. The Executive Ramp Development Project has evolved into a very nice development. The initial project was for phase one to begin on the South side of the new ramp. The first tenants to lease land for hangars asked for South facing doors so the first new hangars would need to be constructed on the North side of the ramp. The construction estimate grew to $713,612.37 for the ramp and support infrastructure. The project now includes four times the initial parking area, a new sewer pump station and water to support fire suppression systems in all five hangars in the LSD. It also relocates the entrance road and provided security fencing around the entire project. The Board decided to build the new FBO Hangar adjacent to the Terminal for easy access so the North side of the development is full. We have interest from another company to build a hangar on the South side of the ramp. Aviation and Economic Development Department Fayetteville Municipal Airport, Drake Field 4500 South School Avenue, Suite F Fayetteville, Arkansas 72701 Ray M. Boudreaux, Director The project bids were opened September 27 at City Hall. The low bidder was Tomlinson Construction of Fayetteville in the amount of $616,201.70 for the base bid. All hangars on the airport are full. The new Executive Ramp Development project will allow the needed expansion space for our new FBO hangar and several corporate hangars. We have leases for two corporate hangars. One is readyto begin construction and has a delieery date for their building in November. This expansion project is essential for our continued development as the premiere general aviation airport in Northwest Arkansas. Purpose: Review and acceptance of the lowest responsive bid and the contract for the construction of the new FBO Hangar to Tomlinson Construction. Budget Considerations: Base bid of $616,207.70 plus a 10% contingency. Funding is available. Requested Action: Approve the award of the lowest responsive bid and Mayor sign the contract for construction. Attachments: Staff Review Form Contract Budget Adjustment Aviation and Economic Development Department Fayetteville Municipal Airport, Drake Field 4500 South School Avenue, Suite F Fayetteville, Arkansas 72701 Ray M. Boudreaux, Director SEP -30-2002 MON 03:27 PM FAUN, AIRPORT 4797187646 • MIKE HUCKABEE GOVERNOR Ciary GummiII Chairmen Innc.hom Darryl Riddell Vicc-Chairman West Helena Murg:vitu Pun¢wa Rogers luhn A. Sparka Little Kock Kon lnhn.nn Pine HMI Ken Pyle Fort Smith Merlon Bunnn Little Rock STATE OF ARKANSAS DEPARTMENT OF AERONAUTICS P. 02 Lit le Rock N tic al Airport • One Airport Drivt, • Ird Floor Lint: Ruck, Arkansas 72202-4402 Tdt:phonne: (501) 376-6781 • Fax; (501) 378.0820 February j8, 2002 JOHN K. KNIGHT DIRECTOR Mr. Ray Boudreaux, Directo Aviation and Economic De elopment Fayetteville Municipal Ai ort 4500 South School Av ue, Suite F Fayetteville, Arkansas 72701 Dear Mr. Boudreaux: 1 9 2002 The Arkansas Aeronautics Commission in their meeting of February 13, 2002 approved a State Airport Aid Grant in the amount of $74,088.00 to convert car parking area to ramp with overlay at the Fayetteville Municipal airport. (9010%) Your grant has been assigned a number for identification purposes. Please use 1877-02 as your grant number when corresponding with our office concerning your project. You should advise the Director of this office if you fmd you will not be able to complete the project for the amount approved An amendment request for the project may then be acted on at the next Commission meeting. The Commission will not be responsible for any additional project costs unless the sponsor has received notification in advance. The Commission has asked that we call your attention to Page Three (3) of your application tor State Airport Aid. You agreed, when the application was submitted to start the project within three months after approval or the grant would be null and void. The next to the last paragraph requires that thepr 1uepe the completed within one year unless it is partially funded by the Federal Aviation Administration (FAA) Please advise if circumstances beyond your control prevent the completion within the allotted time, otherwise, the grant may be canceled. Payment of this grant may be made on completion of the project provided the commission has received written assurance that lease agreements have been signed for two hangars as described in the grant application. Please request payment of this grant in writing and include your documentation for the project at that time. Sincerely, John K. Knight Director JK/cb SEP -30-2002 MON 03:28 PM FAYUN. AIRPORT 4797187646 STATE OF ARKANSAS DEPARTMENT OF AERONAUTICS MIKE HUCKABEE GOVERNOR Gay Galati l Chairman Joncuham Darryl Riddell Vice -Chairman West uelena Margarita Fumanti Roger. John A. Sparks Little Ruck Ken Johnson Pine tilurf Ken Pyle run Smith Marion Burton Little Rock • P. 03 Little Rock National Airport • One Airp rrt Drive • 1n1 Fluor tittle Rnck, Arknnaas 72202-4401 Telephone: (501) 37h-67141 • Fax: (501) 378-1182(1 Februa 3, 2002 JOHN K. KNIGHT DIRECTOR Mr. Ray Boudreaux, Direct Aviation and Economic , elopment Fayetteville Municipal rport 4500 South School Avenue, Suite F Fayetteville, Arkansas 72701 Dear Mr. Boudreaux: The Arkansas Aeronautics Commission in their meeting of February 13, 2002 approved a State Airport Aid Grant in the amount of $92,512.00 for new taxiway and apron expansion at the Fayetteville Municipal Airport. (75-25%) Your grant has been assigned a number for identification purposes. Please use 1878-02 ✓ as your grant number when corresponding with our office concerning your project. You should advise the Director of this office if you find you will not be able to complete the project for the amount approved. An amendment request for the project may then be acted on at the next Commission meeting. The Commission will not be responsible for any additional project costs unless the sponsor has received notification in advance. The Commission has asked that we call your attention to Page Three (3) of your application for State Airport Aid. You agreed, when the application was submitted to start the project within three months after approval or the grant would be null and void. The next to the last paragraph requires that the proiect he completed within one veer unless it is partially funded by the Federal Aviation Administration (FAA). Please advise if circumstances beyond your control prevent the completion within the allotted time, otherwise, the grant may be canceled. Payment of this grant may be made on completion of the project provided the commission has received written assurance that lease agreements have been signed for two hangars as described in the grant application. Please request payment of this grant in writing and include your documentation for the project at that time. Sincerely, John K. Knight Director JK/cb • RESOLUTION NO. 15-02 A RESOLUTION AUTHORIZING THE MAYOR TO SIGN GRANT AGREEMENTS IN AN AMOUNT NOT TO EXCEED TWO HUNDRED THOUSAND DOLLARS ($200,000.00) PLUS A TEN PERCENT (10%) PROJECT CONTINGENCY FOR THE DEVELOPMENT OF EXECUTIVE RAMP FACILITIES AT THE FAYE 11 EVILLE MUNICIPAL AIRPORT. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council hereby authorizes the Mayor to sign grant agreements in an amount not to exceed Two Hundred Thousand Dollars ($200,000.00) plus a ten percent (10%) project contingency for the development of executive ramp facilities at the Fayetteville Municipal Airport. PASSED and APPROVED this 5th day of February, 2002. ATTEST: By: ATHER WOODRUFF,C�tyf Clerk APPROVED: By: QOM DAN COODY, Ma MZEMcCLEL�AND CONSULTING ENGINEERS, INC. ( O(SlCNEO TO SERVE I • P.O. Box 1229 Fayetteville, Arkansas 72702-1229 501-443-2377 FAX 501-443-9241 September 27, 2002 -Mr. Ray Boudreaux Airport Director Airport Department 4500 S. School, Suite F Fayetteville, AR 72701 Re: Executive Hangar Complex Fayetteville Municipal Dear Mr. Boudreaux: Bids were received on the above referenced project on Thursday, September 26, 2002, with seven (7) Contractor's submitting bids. The low bidder is Tomlinson Asphalt Co., Inc., of Fayetteville, Arkansas, in the amount of $ 616,207.70 for the Base Bid. A copy of the Bid Tabulation is enclosed. The project estimated construction cost was $711,875.00. We have worked with Tomlinson Asphalt Co., Inc., on numerous projects and have had very excellent results. We recommend the City accept the low base hid submitted by Tomlinson Asphalt Co., Inc. for the Base Bid in the amount of $ 616;207.70. If there are any questions regarding the bids or this recommenriation•, please contact us. Sincerely, McCLELLAND COULTING ENGINEERS, INC. Wayr� Jones P E Vice Pr sident Enclosures: Bid Tabulation Estimated Construction Cost J 1IW2t022104ttonascumenukEouereaux-92].wpewi Item No. BASE BID Items EXECUTIVE HANGAR COMPLEX SITE WORK DRAKE FIELD FAYETTEVILLE MUNICIPAL AIRPORT 24 -Sep -2002 1 Mobilization & Demobilization 2 Clearing & Tree Removal 3 Topsoil Striping (500 CY) 4 Topsoil Stockpile Removal (3600 CY) 4a Topsoil Replacement (6" Thickness) (Over Disturbed Areas not Paved 5 Excavation 6 Embankment from Excavation (2200 CY) 7 Select Borrow Embankment (4000 CY) 8 Asphalt Pavement Removal & Pulizering and Placementwithin Apron Area 9 Curb and Gutter Removal 10 Remove Curb Inlets 11 Remove Storm Drain Pipe 12 Remove Parking Booth 13 Class 7 Base 14 ACHM Type II or III 15 8" Concrete Taxiway Pavement 16 New Curb Inlet 17 New Concrete Grate Inlet 18 New Junction Box 19 18" RCP, Class 3, Wall B 20 24" RCP, Class 3, Wall B 21 Curb and Gutter 22 5'- Wide Sidewalk 23 6' Chain Link Fence with Barbed Wire 24 Joint Sealant for 8" CCMC Pavement 25 Pipe Underdrain 26 Soil Stabilization Fabric 27 8" PVC, C900 Water Line 28 8" Gate Valve 29 6" Gate Valve 30 Ductile Iron Fittings 31 5-1/4" Fire Hydrant Assembly 32 Relocate Existing Fire Hydrant Assembly 33 8" PVC, SDR 26 Sewer Pipe 34 Class 7 Trench Backfill Quantity Unit Unit Price 1 LS $ 6,000.00 $ 1 LS $ 1,850.00 $ 1 LS $ 2,750.00 $ 1 LS $ 25,000.00 $ 1 LS $ 10,000.00 $ 1 LS $ 9,500.00 $ 1 LS $ 11,200.00 $ • 1 LS $ 37,000.00 $ 18400 SY $ 3.50 $ 3600 CY $ 3.50 $ 6 CY $ 750.00 $ 1 LS $ 4.00 $ 1 LS $ 850.00 $ 4500 Tons $ 15.00 $ 3000 Tons $ 55.00 $ 830 SY $ 32.00 $ 2 EA $ 2,500.00 $ 7 EA . $ 2,400.00 $ 2 EA $ 2,500.00 $ 875 LF $ 22.00 $ 308 LF $ 30.00 $ 320 EA $ 8.00 $ 200 LF $ 13.50 $ 1060 LF $ 8,60 $ 1 LS $ 1,750.00 $ 400 LF $ 9.00 $ 200 SY $ ' 1.20 $ 1025 LF $ 22.00 $ 4 EA $ 800.00 $ 2 EA $ 700.00 $ 2400 Lbs. $ 3.50 $ 2 EA $ 1,800.00 $ 1 EA $ 1,400.00 $ 1220 LF $ 26.50 $ 450 Tons $ 15.00 $ J:\2002\022104\estimates\Exec-Hang.wb3 Page 1 Extended 6,000.00 1,850.00 2,750.00 25,000.00 10,000.00 9,500.00 11, 200.00 37,000.00 64,400.00 12,600.00 4,500.00 4.00 850.00 67, 500.00 165,000.00 26, 560.00 5,000.00 16, 800.00 5,000.00 19,250.00 9,240.00 2,560.00 2,700.00 9,116.00 1,750.00 3,600.00 240.00 22,550.00 3,200.00 1,400.00 8,400.00 3,600.00 1,400.00 32, 330.00 6,750.00 Item No. 35 36 37 38 EXECUTIVE HANGAR COMPLEX SITE WORK DRAKE FIELD FAYETTEVILLE MUNICIPAL AIRPORT 24 -Sep -2002 BASE BID Items Sanitary Sewer Manhole 5 -HP Duplex Pump Station with 2" Force Main Relocate 55 -Ft Apron Lighting Pole with Foundation Wiring and Conduit Remove Parking Area Lighting Pole and Foundation 39 Reinstall Parking and Drive Lighting Pole with Foundation, Wiring and Conduit 40 Seeding, Mulching and Fertilizer 41 Silt Fence with Wire Fabric 42 Straw Bale Erosion Protection 43 Trench and Excavation Safety 44 1" Water Meter Setting with Box & 1" Service Line 45 Paint Striping of Parking and Taxiway 46 Contractor's General Conditions Cost 47 Undercut and Backfill 48 Planting 2" Caliper Trees Elec. Transformer Pad and Two 4 -inch 49 Sch. 40 PVC Condiuts (48" Depth) for AEP- SWEPCO Service Quantity Unit Unit Price Extended 3 EA $ 2,200.00 1 LS $ 53,000.00 1 EA $ 1,600.00 11 EA $ 250.00 10 EA $ 600.00 4 AC $ 1,800.00 900 LF $ 4.00 100 EA $ 2.50 1 LS $ 4,500.00 1 EA $ 750.00 1 LS $ 1,500.00 1 LS $ 0.00 400 CY $ 15.00 29 EA $ 225.00 $ 6,600.00 $ 53,000.00 $ 1,600.00 $ 2,750.00 $ 6,000.00 $ 7,200.00 $ 3,600.00 $ 250.00 $ 4,500.00 $ 750.00 $ 1,500.00 $ 0.00 $ 6,000.00 $ 6,525.00 2 EA $ 6,000.00 $ Estimated Construction Cost Item DEDUCTIVE ALTERNATES BID No. Items Quantity D-1 Topsoil Stockpile Removal (3600 CY) D-2 8" PVC, C900 Water Line D-3 5-1/4" Fire Hydrant Assembly D-4 8" PVC, SDR 26 Sewer Pipe D-5 Sanitary Sewer Manhole D-6 Class 7 Trench Backfill Unit Unit Price 1 LS $ 25,000.00 345 LF $ 22.00 2 EA $ 1,800.00 397 LF $ 26.50 1 EA $ 2,200.00 50 Tons $ 15.00 Estimated Construction Cost Less Deductive Alternatives J:\2002\022104\estimates\Exec-Hang.wb3 Page 2 12,000.00 $711,875.00 Extended $ (25,000.00) $ (7,590.00) $ (3,600.00) $ (10,520.50) $ (2,200.00) $ (750.00) ($49,660.50) $662,214.50 BID TAB McCLELLAND CONSULTING ENGINEERS, INC. FY022104 Executive Hangar Complex Fayetteville Airport CONTRACTOR TOTAL BASE BID Tomlinson Asphalt $616,207.70 Red Deer $679,250.00 Basic Construction $703,842.00 McClinton -Anchor (APAC) $716,870.50 Mobley Contractors $771,416.94 Sweetser Construction $7971118.00 Township Builders $956,447.00 NM gel 0!a\g 7 Trench Backfill// J ary Sewer Manhole C, SDR26 Sewer Pipe ' Fire Hydrant Assembly _ C, C900 Water Line Al Stockpile Removal (3600 CY) --� rnate Bid Schedule 31D (Items 1 through 49) Transformer Pad and Two 4 -inch Sch. VC Conduits (48" Depth) for SWEPCO Service ' Caliper Trees and Backfill actor's General Conditions Cost Striping Parking & Taxiway • iter Meter Setting with Box & Service :h and Excavation Safety Bale Erosion Protection ence with Wire Fabric ing, Mulching and Fertilizer tall Parking and Drive Lighting Pole with dation, Wiring and Conduit we Parking Area Lighting Pole and dation ate 55 -foot Apron Lighting Pole with dation, Wiring and Conduit Duplex Pump Station with 2" Force & Electrical Service ailnewer Manhole 110 0 0 0 a 09 CU Ut Description 50 -+ 397 N CO 01 -1 N CND A 0 -1 -1 — - 0 CO 0 A _ 0 -� — A 0 Estimated Quantity Z>11 D71vr) D Mn LS LS D LS D LF 1 AC EA �f-s D EA L N X00 y0 z M (n0O)N IV CO00000 M -COM 0J<A00 69 J M W 14 M— V 2. W- N EA tit C) 0) CO N 0 MN NMEA A OACC(C N0NC am(ro.0 O) EA A CO M N 01 J N M W NM CO O)(O :-.!wN(A E0CO -1M W M W N O M O) CO W 0 M J O 0 M N J CO CO (0 0 A CO W 0 0 O 0 EA COM )O-• O ON OW N Unit Price Mobley Contractors, Inc. M-1 V O)(ON0)A 01 0 MEAM Ci 0(OU1 O 0 m 0) to 0 W A O 0 •M M-1 V N N O 0 A V N O 0 -J W (0 V b O -1 -1 V N 0) A O MEA O) CO 0)(A0)0 CO -L 14 N VMA N ONO 0 CC 01 4A N CO 0 M 01 01 J N 0 $3,286.73 EA 0 W A 0 001') N (7 Uta N0) 0 A - co a ' COW W O 0 69 (0 V O 0 M N CO CO W 0 A 0 o 0 0 O 0 M N V 0 O 0 $6,853.50 j Extended Price M A 000000 000000 N O O O A O o O O M a N M CC O C O 0 D) 0) A b 0 M W (A 0 o000 0000 M - A t69 N O 00 O W W N M O) 0 O 0 0 N o 0-4.-u0 O 00oo 0000 M N M O N N O $1,325.001 $13,250.00 M N (0 N 0 0 N O p O 0 0 M N V 0 0 0 0 N O O 0 00 0 co -1 A 0 C M V a 0 Jerry D. Sweetser Construction Co., Inc. 1 0O0oL$ __ _ 1 M N O 0 O o 0 I $15,880.00 M A a(AO 0 001 0 000 M C11 N 0 M CO O 0 0 M •V to V -a co b 0 M -• J N 0 O 0 M 0490(4COCO -+O)O (A O 0 0000 M 0 O 0 M -LM a 001 0 W W 0 O) 0 O O 0 M0MM O 0 O O 0000 NOO) 0 O O 0 O O 0 O O M p) ()1 A N O 0 M N CD 0 O O 0 00.o0L'gg$ M 0)0) O 0 O O 00 M W 0 a O Extended Price M A 0 o $1,500.00 MNMO N N 0000 a0o0 O O N V EA Of O O M J O 0 O 0 0 MM 0+030 0 0000 o J o EA CaM W O) o M (A 0 a A O 0 0 o 1 $1,000.00 -3690 O 000 000 (a M O M 0 O 0 0 W 0 O 0 0 M 0 0 O 0 o 69 J O 0 OO 8 69 -01 0-3 00 oo 69 A Township Builders, Inc. C 0N . 7/ 7. n 0 (A J O a a 0 EA 01 O O 0 00000 M -1A W 0 ONO 0 0 CO O 01 0 M 0) O O 0 M 01 O) A A V O 0 M CA0) N 0 O O 0 MW O) 00030 000000000o 0000 0000 M -CO CO W M + (A M A 0 a 0 M a 0000 0 0000 M 0 0 M N J 0 M 0) O) 0 -1M CO 0 0 b 0 W W 0 O pO M A O 0 O o0 69 V O 0 O 00 M A 01 00 O bin M to W O Extended Price m W mX vmflc g wr 1- <v tnCD �m� -a ▪ "EDW a Z C Z C Bp Z n r ▪ -< - -j )6:31%) Nr:6-79 Z N I D NAZ� --1 Zgm.gel pia�gr C. SDR26 Sewer Pipe ate Existing Fire Hydrant Assembly ' Fire Hydrant Assembly e Iron Fittings ite Valve N N CD 'C, C900 Water Line _ I stabilization Fabric Underdrain (n CD O ain Link Fence with Barbed Wire le Sidewalk and Gutter CP Class 3, WallB .CP, Class 3, Wall B Junction Box IIIIPErete Inlet. 15 L° ncrete Taxiway Pavement O — a ;7Base we Parking Booth < N U) '3 o MI CD we Curb Inlets and Gutter Removal alt Pavement Removal & Pulizering and rment within Apron Area :t Borrow Embankment (4000 CY) 3nkment from Excavtion (2200 CY) vation (2600 CY; oil Stockpile Removal (3600 CY; oil Stripping (500 CY) irlif & Tree Removal Mon & Demobilization Description placement (6" Thickness) (Over Ueas not to be Paved) t for 8" CCMC. Pavement - N O" NONA N 0 1,025 200 400 a W 200 N 0 308 875 t.J V N 830 3,000 4,500 1 a_ Cr) 3,600 18,400 .S a " " """a Estimated Quantity 11> D LBS 1 m EA l LF <T LS 1 LF {� LF I ;�y EA N000 Z LS I LS ) D I LF < CI) (l)Z LS LS LS LS LS 1 LS $ a N N W E' O V N O $1,732.50 EA N V W 0 N-• O(C IA) N ERO) OO((nn O NEA-•(ODa -Aa O A 000Na N CO E' lP O O) CO W V CST EA Na co ri aNO0OtitO W ffpp A 0000--A-+ in EA N (N)10 CO EA N�O V 69 N OV O D O EEAA A W a N V W y) UD o0 CO 69 NEA .0) V On O (AT 0a W D 69 N -+ EA N N 01 A CO N O (0 0 fa O0 - A O 0 a N V N O 0 N O -NJ CO OO 0 69 A O(n A 0 69 a. a0OY W In 0 N N a W a Unit Price Mobley Contractors, Inc. N U) J O O 0 N N CO O O O 69 N O V N o EA W A m CP O 0 EA O; Cr V N C 0 EA 0 N in 0 EA (.) N V O 0 O N in N U l 'co 0 EA ---41.1,3 O O 0 0 EA W N 0 0 EA m 0 (D CO 0 0 a OY CR CD CD 0 0 EA �O(nO bi (P O 0 0 EA -CO O CD Cr) 0 a V A CO 0 A W V CO W V N EA A(0N Cn W V O a ON n O O f O EA V N N s N W V A W CO 0 0 EA W O0 W CO O 0 0 �V �NNO CO N f O O EA O CO V al O EA V N 0 N 0 69 A CO 0 0 0 69 A d 0 0 O 0 EA A CO A N 0 Co 0 ER a (O N_ A 0 0 IA a N 0) J N O 0 E9 N O N 0 O 0 000 EA A O (Un1 A 0( EA CO W 31 $22,661.31 Extended Price V CO L11 0 0 EA N N V V CD 0 0 fA A O 0 00 0 N O O O 0 69EA N O 0 o 0 000 fA A 0 EA O 0 0 EA CO C)EA69 0 0 o 0 o 0 o A 0 o 69 CP O O 6 ono -+ ER A A NEA CO 0 0 0 0 00 W 0 0 W 0 0 0 -• O O 6 o N 69 O O 0 00000 NEA O O 0 A O 6 Ep A N 0 EA O O 0 0 00 009$ (A OEA O 0 00 W 0 69 A 01 0 O O 0 O 0 I $18,200.00 _63 O O 0 0 69 CO O 0 0 0000 W 0 0 0 AN O 0 0 FA O 0 0 Unit Price 'coW 0 0 0 A 0 ferry D. Sweet nstruction Co A CO O co 0 0 ER N O O 0 0 fA 69 CCUN O 0 0 fA CID C C 0 EA 0 O O 0 fA W O O O 0 $46,125.001 O AO 0 O 0 EA fn 0 O 0 EA (n V 0- O 0 4A Ul W V 0 100'009'9$ 69 N-• -CO CO 0 o EA a O CO 0 0 Al N (n N N 0 o 69 W A O 0 CCD I $15,400.00 I (IA A N 0 0 0 EA W V W 01 0 0 EA a N O 0 0 0 0 0 On 0 0 0 On0O 0 0 0 W 0 0 0 EA a O 0 0 0 E9 "co O 0 0 00.000'ops 'co 0 O 0 EA CO N O O O CO O 0 0 b 0 CO O 0 0 0 W O 0 0 0 {p y O 0 0 O 69 N O 0 0 0 Extended Price 69 0 W 0 0 0 0 EA N O 0000000p00000000000000000006666666 0 69 O O O 0 EA N O O 0 ER CO 0 E'EA V 0 O 0 CO 0 O 0 EA NEA (n O CO 0 EA -• N o 69 (.t O 0 0-• O EA a o EA W 0 0 EA a (n 0 EA V N 0 E9 (n N 0 69 NNN 01 O O 0 69 N O O 0 69 N O f J 0 EA A CO 0 69 N N 0 69 0 0 EA NOS 0 O 0 0 EA O O 0 0 O O 0 0 E' N 0 ER A 0 69 O A 000 0 O 000 EA a CO 0 O 69 N A 0 O EA N O 0 O 0 69 O 000 0 0 000 6E9 A 0 0 69 0 0 I $33,000.00 Unit Price Township Builders, Inc. W A m 0000000100000000000 000060600600600000 000000000000000000 O CO 0 EA A ANA co EA V" 0 EA69 0 W 0 0 N f n 0 N y) 0 0 69 A 0 000)00-V0000 to W-• 0 aee co. 0) O EE9q A 'co N� N -+ 0 f n EA.aEp U l O (n A A A I $39,540IOOI 69 N 0) 0 000000 000000 000006060 000000000 J N 0 69 N 0 6969 0) 0 W 0 En a O 0 �V W in 0 0 OO) A O 0 00 E' ED p 0 _W'000'6Zs _ 1 - N b 0 0 00000 00000 b9Eq 0 0 0 0 A-• 0 0 0 EAE' 0 0 0 W 0 0 0 Extended Price m co m x ✓ Emm vmmc o r m v a g g D W o Z C Z C 3 o Z0r cT D D .51▪ 1NroZ tom N A XJ r Z x z9M yes crew C, SDR26 Sewer Pipe ate Existing Fire Hydrant Assembly ' Fire Hydrant Assembly e Iron Fittings to Valve to Valve C, C90O Water Line_ tabilization Fabric ] Jnderdrain Sealant for 8" CCMC. Pavement An Link Fence with Barbed Wire le Sidewalk and Gutter CP Class 3, Wall B _ 0c` 0 d, co CO C 93 7 Inlet MIErete Inlet ncrete Taxiway Pavement A Type II or 111• 7 Base we Parking Booth we Storm Drain Pipe we Curb Inlets and Gutter Removal At Pavement Removal & Pulizering and ment within Apron Area t Borrow Embankment (4000 CY) inkment from Excavtion (2200 CY) ration (2600 CY) Al Replacement (6" Thickness) (Over bed Areas not to be Paved) AI Stockpile Removal (3600 CY) in & Tree Removal n & Demobilization 0 !Stripping (500 CY) 0 03 1,220 I N 2,400 N A N N 200] 400 -' 0) 0 N a 320 0 CO 875 4 N) 830 3,000 4,500 -+' O) 3,600 18,400 -I -1 -+ .. _a te Estimated Quantity TD �-•1 Dy EA 1 Dm< CA LF LS 1 LF 1 < LF 'rn �*1R ��Or EA EA -C NOJA Z Z LS LS EA LE < LS LS LS LS LS r ] LS N A 0 4949 0 0 C CCm.o C0 W CO o 0 W $2.00 I N Ca)) $980.00 -I a V O S f{ n� a. 0(691) 0 CWp 694949 0 00000 N CO +. C cn WN d -L 6949 N S ba 0885 011, f P �(Q.q�S O VD -.p 0 I 0)49-'' 0) N 0 J o 0 A O 0 49 CO O 0 �W49 pNcn O 0000 W N ( 010 O A O ] Unit Price Tomlinson Asphalt Company, Inc. 69 N -r0 (n O 40' 10 0 a 49 tJ 0 O 4A W69+W 0 o C a EA O 0 49 Al O N a $400.00 I V o O ty(pppo 0 C 69 a O ID Oo)� p O 0 cOr O 0 49 N 00 C 0 1 OS"L09'tr£8 W CO 8 0 1 $15,330.001 I 53,700:00] 69 as Co a En J 0 0 69 W (69 1) 0 EA S a V 0 O 0 49J O 0 to CO N 0 EA Co) 01 a fa p 0 a 69 pAA 0 a S O 0 6944 (N300)N O 8 (71 0 p0 8 tp Q. 0 8 Extended Price x'8040)00" a 0 a pi 69 0 a 49 0 o a C op o O a O) o 094.90 N C C O a 69 O C -Ir` 0) 0 C n a EOTCOCOOT63" a D a p o a p W 0 696969 O a N o a N O a W 0 J a N 0 1 51,500.00 �p N `b'g49 O D o a W o 69 -. O (49 A 8 0 0 1 512,000.00 49 O a O 0 69 -s s O 0 ] 517,000.00 N 000 O 0 NCO 0 0 69 co Coco Unit Price Red Deer Inc. N4969E-s69 W oao ob000 00000 N C.)Oa 000 1 oo ooz'£8 -' O) oo oob0000a 0000000 w49a69EAa W a0)fAN ,mod oo 69 A 531,500.001 69 co 888 o000 0000 -tn� NAO ] $112,050.00 a o 0 0 ( 51,500.00 ECA�69a 888 00o 000 () o a 0)49 888 0069 000 )0 $15,000.00 $17,000.00 $2,000.00 ER $a 0o 00 �nCO m a Lo n' con 49+01 N 0000a 69� O CNA490 O A IA O $1,000.00 I 56949 Q) g$`b" W V S $3,000.00 ] w 0050909102p001•00 aaEo)'gogg$00001a W EA NN 696969 N c 0 + C69ncna lo 69 E49 69 p I $14,000.00 En 8 0 0o W 01 0 V49� 0 0 as 0 $15,500.00 69tnrnw 0000 0880 0 b c Basic Construction, Inc. re 1 A $1-47&10.00-1 69 01 0 0 En4969 Ca 0 0 0 CC 0 0 8 -` 0 0 0 $4,000.00 403 Cr "..N 0 0 40i 0 0 0 69 CJ 0 0 0 69 W p O 0 0 x696969 O) 0 0 0 m O 0 0 pW A 0 0 N N A 0 1 $21,875.00 ] A 0010,41414--140 0000000 o �EA N 0 Al (n 0 W V 0 69 N O 4 0 44949+69 -• N 0 A pppp 0 0 SD o 0 g a p co 0 0 69WW O) pN O 0 to A O "co 8 0 49 V Vp 0 0 a N O 0 0 444 Cn O O 0 696969 CO 0 000 0 CJ U1 0 SD 0f O 0 00000'0£8 ] Extended Price N -4 0 d: 000000 69+01 A 69 0 49 0 528.90 1 69690-sN49Ca)A W 00 C O N O a 000000000000)00 NCO EA Of 49 N -03 a C T W W O W 01 O CO Wp CO CO 69+(0100 CO aV 0 0 1 $290.00 49 0 49 a 0 EWA a 0 0 00a 49 49 69 V 0 O 0 49 CO 0000) 0 0000 CNCpp" 0 0 W 0 J Unit Price McClinton Anchor Div, APAC-Arkansas, Inc. N 0 O A 0 O -CO 0 0690N)CCO 0 69 N N Ca 0) g000000000g00000a00000000 69 S (q a 0 EA 0 0 EA 0 EA (.1 0 49 10 CO N 49 O 6969 W O N o 49 049 A 0 N 0 EA Na C)) 4969 a -.La) QA0 WEA 0 CO 0 69 NEAN+ V 0 C0) a 6949+69 (p V CO 0 O) N CVf y) 0 696949 �, 0 0 N 0 49 N 9 O 8 EA C 0 8 ] $15,800.00 1 $17,000.00 69 0 O 8888 N� 10 S IQ a W IA to 0 1 Extended Price 49 A O 8 m mDm W x v mm maI<v cn� mm� > W Bozz o r m T0I>> {-1.Z)—I MO>C)O SnNrOz Na " D 3 073 N a0 r 0 X ZGm 4e1 pig \CIE V J n ary S,pwer Manhole e 'C, SDR26 Sewer Pipe ' Fire Hydrant Assembly 'C, C900 Water Line oil Stockpile Removal (3600 CY) 1 rnate Bid Schedule 31D (Items 1 through 49) Transformer Pad and Two 4 -inch Sch. VC Conduits (48" Depth) for SWEPCO Service Rip" Caliper Trees a CO co m n actor's General Conditions Cost V R. go -I igw d ater Meter Setting with Box & Service ;h and Excavation Safety i Bale Erosion Protection ence with Wire Fabric ing, Mulching and Fertilizer tall Parking and Drive Lighting Pole with dation, Wiring and Conduit we Parking Area Lighting Pole and dation ;ate 55 -foot Apron Lighting Pole with dation, Wiring and Conduit Duplex Pump Station with 2" Force & Electrical Service 679 -Sewer Manhole french Backfill _ Description Backfill // 50 to O V N 345 .a N <O 400 ..s -s -s I 100 co O A 0 -s -s -1 450 3 Estimated Quantity 11=1 EA 1 --nn EA LF r) �Nn D D< I LS <rn EA LS m LF 0 EA EA D LS t nn D Z (ff 69 A V C 49 -CO O— 0 O O 69 C T C O 69 -+ CD V O O O 69C N O p O 69 N C C O O 49 Q1 -CO O O b O 43 N N V c C I $12.00 !, 69 N O p O c O 69 W W N O o O is 01 N O o O 69 NJ -N)69 o O O O -u O O O 4.9ig 01 O O 49 O O O O 49 W W O o O 4944 A U 1 O O 69 N 0 0 O O N b 0 O o O 69 W M N-1 01 A o in O 0 Unit Price Tomlinson Asphalt Company, Inc. 4,�Uf NCCW N. CJ- c coon fA 0 0 O o EA U 1 01 0 EA co 0 0 0 (A 0)N OC 0 0 0 o *A 0 0 0 M 0) 0) N 0 -4 V 0 669 W 0 O o o CDAN tT N V c c0oo 49 -ccO 0 O c o O c c W W CT C c 00 049$ N 0O O o o 00 -a O o 0 $4,500.00 CO A 0 O o 0 E, W O O O 0 -• N COC O N O 0 W • 0 o O 0 E, -• O 0 O O 0 $6,525.00 $5,475.00 Extended Price 69 W C 0 O O 0 �6 CO O 0 E, O O O 0 0) O 0 $17,000.00 1 N O 0 0 CZ CC C 0 C 40 0 W O 0 0000g'YS I WW CD 0 C O 0 A CT 0 0 0 69 CD 0 001 0 0 49 0 0 49 1 V 0 1 0 Ny O 0 O 0 0 JW . 0 O 0 0 0 01 O o 0 O 0 O 0 0 NN N 0 O O O 4im69 0O E9O 0 O W 0 0 C 0 Unit Price Red Deer Inc. $650.001 69 CO O 0 O O 6A V O A W O C $3,800.00 I 69 <n- (n N C c co 69 C C C c C b CD coV N C n 0 G 0 EA N W 0 O O 0 69 ...N C N C C C N 0 O O 0 0O009'n 00'004'£8 (, A CD 0 O 0 69 co to 0 0 o 0 4,,, CT 0 0 0 0 N N 0 0 o 0 m 0 0 0 O 0 49 A O 0 O O 0 W W N 0 0 0 W b 0 O 0 0 69 CST -- N 0 O o 41) 011 01. A W 0(71 O O O O 0 0 Extended Price CA N 0 o $1,500.00 1 669 N 0 o $1,850.00 I 49 CDC o oc 6A C C C c 69 .0)) 01 O 0 b o W v C c coon 69 O v EA ¢ 2 � CL o A V O O 0 ER O 0 O 0 0 1 $1,000.00 4 CDN 0 000 a 0 N N 0 0 0 ER Ni 0 Cr 0 O <co (D 0 b o W N 0 0 b 0 C(0 N3 O 0 0 o 0 69 01 69 0-1 O N a o 00 C '� V M. m Basic Construction, Inc. McClinton Anchor Div, APAC-Arkansas, Inc. 49 CO o 0 O O $1,500.00 I E,E,4+49 A V �OOC O 0 03 v. ONC O 0 CO V1 O 0 CC 0 C 0 $703,842.00 w CO 0 0 O O O .Z49 EA C (Y0 COLDO 0 O A NOON 0 co (9 CO V 0 O f,, A 0 0 O 69 o 0 O o O $1,000.00 1 $1,300.00 $500.001 $23.50 69 A 01 00 00 0 O -I. O 0 0 O w N O 0 0 o O W O) N 0 O 0 W N 0 0 O 0 A N O 0 0 O 0 6q A. CP N A 00 00 o 0 0 0 Extended Price Unit Price 69 CDO W 000000 ER V A 0 49 COO bo fl Na N ONO o 69 COO i 0 6j 0 (O 0 69 m V 0 0 0 0 N A ON 0 0000 69 o 69 O W 69 W 0 O o $475.00 ! E9 A 0 _ V 0 69 N W 0 O O 0 69 0) N O 0 EA CO N A O b 0 $60,900.00 '•1.. 0 . 41.11 CO U 1 0 0 49 ��AmCO O 0 0 49 IP CO C) 0 49 O o o 0 49 CO O 01 0 '' O o 0 $716,870.50 I' W w O O o O 69 rnrn 00)0490 0 O 0 49 0-. 0 0 0 69 w 0 0 0 4A9 V N 0 O 69 00110 O 666 0 6A N)w O 0 EA O 0 _oo:ooL'k8 I N CO 0 O 0 O 4, - N 0 O 44 w A O 0 O 0) o O O o O $7,335.00 $5,220.00 Extended Price T mm x amnic mv 0 rm M�,m=-� ••'DODO Z C Z C 30ZQr T n D D -' -< -v -1 ?>NrQZ D E 00-71 73 N -13 r 0 X