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