Loading...
HomeMy WebLinkAbout237-05 RESOLUTION• • RESOLUTION NO. 237-05 A RESOLUTION APPROVING A CONTRACT WITH BOSSLER CONTRACTING, INC. IN THE AMOUNT OF $254,600.00 TO REMODEL THE TERMINAL BUILDING AT THE FAYETTEVILLE MUNICIPAL AIRPORT; APPROVING A 10% PROJECT CONTINGENCY IN THE AMOUNT OF $25,460.00; AND APPROVING A BUDGET ADJUSTMENT IN THE AMOUNT OF $40,000.00. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas, hereby approves a contract with Bossier Contracting, Inc. in the amount of $254,600.00 to remodel the Terminal Building at the Fayetteville Municipal Airport. A copy of the contract marked Exhibit "A" is attached hereto and made a part hereof. Sechon 2: That the City Council of the City of Fayetteville, Arkansas, hereby approves a 10°% project contingency in the amount of $25,460.00. Section 3: That the City Council of the City of Fayetteville, Arkansas, hereby approves a Budget Adjustment recognizing Woolsey Aviation's contribution to the project in the amount of $40,000.00. PASSED and APPROVED this 6w day of December, 2005. ,4%VT1? w•Y O • •,G •▪ Cr. -QP s- • :FAYETTEVILLE' g ;ATTEST. 9snNANSC • or ,yNc$6.',IG,ON``` ,, By: qot. _.!J Moixtb• - SONDRA SMITH, City Clerk APPROVED: By DAN COODY, May • • • CONTRACT THIS AGREEMENT, made and entered into on the (tI h day of bit ,Q fl &r 2005, by and between Bossier Contracting Inc. and the City of Fayetteville: WITNESSETH: That Bossier Contracting Inc., of Siloam Springs, Arkansas, for the consideration hereinafter fully set out, hereby agrees with the City of Fayetteville as follows: 1. That Bossier Contracting Inc. 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: Drake Field Terminal Building Renovation Project Advertisement for Bids Instructions to Bidders Bid and acceptance thereof Performance Bond "Attachments A & B" Payment Bond General Conditions Supplemental Conditions Specifications Drawings -15 Sheets 2. That the City of Fayetteville hereby agrees to pay to Bossier Contracting Inc. 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 254,600 and 00/100 dollars ($254,600.00). 3. The Work will be completed and ready for final payment in accordance with the General Conditions within 182 days after the date when the Contract Time commences to run, as provided in the Notice to Proceed. 4. Liquidated Damages: The City of Fayetteville and Bossier Contracting Inc., 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 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 loss suffered by City of Fayetteville if the Work is not completed on time. Accordingly, instead of requiring any such proof, City of Fayetteville and Bossier Contracting Inc. , agree that as liquidated damages for delay (but not as a penalty) Bossier Contracting Inc. shall pay City of Fayetteville, 150 Dollars ($150.00) for each day that expires after the time specified in Paragraph 3 for completion and readiness for final payment. C:\DOCUMENTS AND SETTINGS ICHRISTIEK WDD\LOCAL SETTINGS\TEMPORARY INTERNET FILES IOLKEFCONST CONTRACT REMODEL TERMINAL REVISED.DOC Section 00500 - 1 • • 5. That within 30 days of receipt of an approved payment request, the City of Fayetteville shall make partial payments to Bossler Contracting, Inc., on the basis of a duly certified and approved estimate of work performed during the preceding calendar month by Bossler Contracting, Inc., 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 Bossler Contracting, Inc. of evidence satisfactory to the City of Fayetteville that all payrolls, material bills, and other costs incurred by Bossler Contracting, Inc. 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 Bossier Contracting, Inc., 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, Bossler Contracting, Inc. shall, at its expense, within 5 days after the receipt of notice from the City of Fayetteville, furnish 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 Bossler Contracting, Inc. 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 form satisfactory to the City of Fayetteville. 8. Changes, modifications, or amendments in scope, price or fees to this contract shall not be allowed without a prior formal contract amendment approved by the Mayor and the City Council in advance of the change in scope, cost or fees. 9. Freedom of Information Act. City contracts and documents prepared while performing city contractual work are subject to the Arkansas Freedom of Information Act. If a Arkansas Freedom of Information Act request is presented to the City of Fayetteville, Bossler Contracting, Inc., will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. §25-19-101 et. Seq.). Only Legally authorized photocopying cost pursuant to the FOIA may be assessed for this compliance. C:\DOCUMENFS AND SETTINGS\CHRISTIEK. W DD.LOCAL SETTINGS \TEMPORARY INTERNET FILES\OLKEF\CONST CONTRACT REMODEL TERMINAL REVISED DOC Section 00500 - 2 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 counterparts be deemed an original Contract. BOSSLER CONTRACTING INC. WITN :+.•: By Title ATTEST: CITY OF FAYETTEVILLE 14"3,arTar~----- 4 SO DRA SMITH, City Clerk ` .................. c G• c•; O o •..p .SJ: FAYETTEVILLE; • ••%9s•9�,KANS?� J).,. ,ti,;y :.. re By 14 � . D N COODY, Mayol C:\DOCUMEN TS AND SETTINGS \CHRISTIEK. W DD\LOCAL SETTINGS \TEMPORARY INTERNET FILES\OLKEF\CONST CONTRACT REMODEL TERMINAL REVISED DOC Section 00500 - 3 • Drake Field Renovation Fayetteville, Arkansas WDD JOB # 05-054 "ATTACHMENT A" Page 1 of 2 • General Supplementary and other Conditions of the Contract are those contained in the Project Manual dated October 5, 2005, and are as follows: DOCUMENT NO. TITLE 00100 BID SOLICITATION 00200 INSTRUCTIONS TO BIDDERS 00300 EXISTING CONDITIONS 00400 BID FORM 00600 BONDS 00700 GENERAL CONDITIONS 00800 SUPPLEMENTARY CONDITIONS 00865 WAGE RATE REQUIREMENTS PAGES 1 4 2 4 1 41 8 6 The Specifications are those contained in the Project Manual dated October 5, 2005, and are as follows: SECTION 01100 01210 01300 01500 01640 02050 05400 06100 06400 07200 07850 07900 08100 08200 08400 08700 TITLE SUMMARY OF WORK ALLOWANCES SUBMITTALS AND SUBSTITUTIONS TEMPORARY FACILITIES AND CONTROLS 3 OWNER FURNISHED PRODUCTS 3 DEMOLITION FOR INTERIOR RENOVATION 4 COLD FORMED STRUCTURAL STEEL FRAMING 5 ROUGH CARPENTRY 4 ARCHITECTURAL WOODWORK 5 INSULATION 2 FIRESTOPPING 5 JOINT SEALANTS 6 HOLLOW METAL DOORS AND FRAMES 5 WOOD DOORS 4 ALUMINUM STOREFRONT 3 HARDWARE 6 PAGES 5 1 10 08800 GLAZING 3 09250 GYPSUM DRYWALL 10 09310 TILE 7 09510 ACOUSTICAL CEILINGS 3 09650 RESILIENT FLOORING 6 09680 CARPET 5 09900 PAINTING 5 09950 GLAZE COATING 2 10155 TOILET PARTITIONS 6 10520 FIRE PROTECTION SPECIALTIES 2 10800 TOILET AND BATH ACCESSORIES 2 15010 GENERAL MECHANICAL REQUIREMENTS 12 15240 VIBRATION ISOLATION 2 15250 MECHANICAL INSULATION 2 15411 SANITARY DRAIN, WASTE AND VENT PIPING SYSTEM 4 15412 DOMESTIC WATER PIPING SYSTEM 3 15440 PLUMBING FIXTURES AND TRIM 3 15890 LOW PRESSURE DUCTWORK AND ACCESSORIES 3 16010 GENERAL ELECTRICAL REQUIREMENTS 8 16110 RACEWAYS 4 16120 WIRES AND CABLES 3 16130 BOXES AND ENCLOSURES 2 16140 WIRING DEVICES 4 16190 SUPPORTING DEVICES 3 16195 ELECTRICAL IDENTIFICATION 3 16510 LIGHTING FIXTURES 7 • • • Drake Field Renovation Fayetteville, Arkansas WDD JOB # 05-054 "ATTACHMENT B" Page 1 of 1 The drawings arc as follows and are dated October 27, 2005, unless a different date is shown below: SHEET NO. TITLE DATE CS PROJECT INFORMATION A1.0 OVERALL FLOOR PLAN AI.I ENLARGED DEMOLITION PLAN PHASE 1 AI.2 ENLARGED FLOOR PLAN PHASE I A I.3 REFLECTED CEILING PLAN PHASE 1 A2.1 MILLWORK ELEVATIONS INTERIOR ELEVATIONS A2.2 ELEVATIONS A2.3 MILLWORK. SECTIONS A3.1 FINISH SCHEDULES DOOR & WINDOW TYPES P1.1 PLUMBING PLAN M1.1 MECHANICAL PLAN M2.1 MECHANICAL DETAILS AND SCHEDULES E1.1 ELECTRICAL POWER PLAN E2.1 LIGHTING PLAN E3.1 ELECTRICAL NOTES ADDENDA NO. DATE PAGES 1 11-11-05 6 THE ANIOR ICAN INSTITUTE OF ARCH*CTS Premium Amount Based or, F:nai Contract Amount E'nnd No. ARD0002'1172 AIA Document A312 Performance Bond Any VSw,arts :aCor&.c'o1, Ent, . Owr.I r 3,211 racy Nm te c,Wlea Y'J Y wrw. 1“11{110•• CONTRACTOR (Name and Address) BOSSLER CONTRACTING, INC. P.O. BOX 1008 SILOAM SPRINGS, AR 72761 OWNER (Name and Address): CITY OF FAYETTEVILLE 113 WEST MOUNTAIN, ROOM 372 FAYETTEVILLE, AR 72701 CONSTRUCTION CONTRACT Date. Amount: $ 254,600.00 Descnption (Name and Location). RENOVATION OF THE DRAKE FIELD TERMINAL BUILDING @ THE FAYETTEVILLE MUNICIPAL AIRPORT SURETY (Name and Pnneple Place or Business). MID-CONTINENT CASUALTY COMPANY P.O. BOX 1409 TULSA, OK 74101 I 11I1111111111VVICN'V�q���Vll Doc ID. R corded F e Amt: Waehlnot B tte St 00939 000007 Tvoe: LIE 12/0 /2005 a 08:31 67 AM $6.00 Pace 1 f 7 n Coun v. AR mos C1 cult C erk F 1sB027-00000548 BOND Date (Not earlier than Construction Contract Date). Amount $ 254,600.00 Modifications to this Bond: CONTRACTOR AS PRINCIPAL COMPANY: (Corporate Seal) BOSSLER CONT 'TING, IN Signature. Name and itle , btei G "Etas VP opent-t A' -S (Any additional signatures appear on page 3) IX) None LJ See Page 3 SURETY COMPANY: -- (Corporate S MID-CONTINENT .ALTY COMPANY Signatu Name and KIMBERLY L. BABB , Atto ney-in-Fact FOR INFORMATION ONLY -Name, Address and Telephone AGENT OR BROKER' Babb Bonding, Inc P.O. Box 6255 Sherwood, AR 72124 OWNER'S REPRESENTATIVE (Architect, or Engineer or other party). Green Anderson Engineers, Inc. 2233 N. Green Acres Road Fayetteville, AR 72703, ??. ?? ALA DOCUMENT A311 PERFORMANCE BOND AND PAYMENT BOND DECEMBER 1984 ED., AIA o THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., N.W. WASHINGTON D C 70006 THIRD PRINTING • MARCH 1987 A 312-1964 1 1. I ne uontractcr ane ine :surety. joir.uy arc severally. Bind themselves, their heirs. executors. agaistrators. successors, and assigns to the Owner forarformance �.! the Construction Contract. which is incorporated herein y re;erence. 2. li the Contractor perforns the Construction Contract. .'.3 Surely and ;he Contractor shall have r.o obligation ender this Sand, except to pannepate ;n conferences as erovided in Subparagraph 11. 5. If there is nc Owner Default, the Surety's obligation :aider This Bond shall arise after. 3.1 The Owner has notified the Contractor and the Surety at its address described in Paragraph 10 below That the Owner is considering declaring a Contractor Default and has requested and attempted to arrange a conference with the Contractor and the Surety to be held not later than fifteen days after receipt of such notice to discuss methods of performing the Construe tion Contract. If the Owner, the Contractor and the Surety agree, the Contractor shall be allowed a reason- able time to perform the Construction Contract, but such an agreement shall not waive the Owners right. if any. subsequently to declare a Contractor Default; and 3.2 The Owner has declared a Contractor Default and formally terrninated the Contractor's richt to complete the contract. Such Contractor Default shall not be de- clared earlier than twenty days after the Contractor and the Surety have received notice as provided in Sub- paragraph 3.1; and 3.3 The Owner has agreed to pay the Balance of the Contract Price to the Surety in accordance with the terms of the Construction Contract or to a contractor selected to perform the Construction Contract in accor- dance with the terms of the contract with the Owner. 4. When the Owner has satisfied the conditions of Para- graph 3, the Surety shall promptly and at the Surety's ex- pense take one of the following actions: 4.1 Arrange for the Contractor, with consent of the Owner, to perform and complete the Construction Contract; or 4.2 Undertake to perform and complete the Construc- tion Contract itself, through its agents or through inde- pendent contractors; or 4.3 Obtain bids or negotiated proposals from qualified contractors acceptable to the Owner for a contract for performance and completion of the Con- struction Contract, arrange for a contract to be pre- pared for execution by the Owner and the contractor selected with the Owners concurrence, to be secured with performance and payment bonds executed by a qualified surety equivalent to the bonds Issued on the Construction Contract, and pay to (he Owner the amount of damages as described in Paragraph 6 in ex- cess of the Balance of the Contract Price incurred by the Owner resulting from the Contractor's default; or 4.4 Waive its rights to perform and complete. arrange for completion. or obtain a new contractor and with AIA DOCUMEN T A312 PERFORMANCE BOND AND PAYMENT BONO DEC reasonane promptness unser the c:rcurrstarces .1 After Irvesfigau etermine the amount for which it may be liable to the er and, as soon as practicable after the amount is determined. tender payment therefor lc the Owner, or .2 Deny liability in whsle or in part and notify the Owner citing reasons therefor. 5. If the Surety does nct crccced as provided in Paragra:H. d wuh r. asonab:e promptness. the Surely shat be deemed to be in defau't on this Bond fifteen days after receipt cf ar additional written notice from the Comer to the Surety demanding tnal the Sere:y perform its obications under this Bond, and the Owner shall be entitled to enforcn any I'r.I.Irdy av-ai L'rh'r, In the Ovine!. If 'h:; Sir.et'y Il:nora.atx provided in Subparagraph 4.4, anu the Owner refuses the payment tendered or the Surety has denied liability. in whole or in pari, without further notice the Owner shall be entitled to enforce any remedy available to the Owner. 6. After the Owner has terminated the Contractor's right to complete the Construction Contract, and if the Surety elects to act under Subparagraph 4.1. 4.2, or 4.3 above, then the responsibilities of the Surety to the Owner shall not be greater than those of the Contractor under the Construction Contract, and the responsibilities of the Owner to the Surely shall not be greater than those of the Owner under the Construction Contract. To the limit of the amount of this Bond, but subject to commitment by the Owr.er of the Balance of the Contract Price to mitigation of costs and damages on the Construction Contract, the Sure- ty is obligated without duplication for. 6.1 The responsibilities of the Contractor for correc- tion of defective work and completion of the Construc- tion Contract: 6.2 Additional legal, design professional and delay costs resulting from the Contractor's Default, and re- sulting from the actions or failure to act of the Surety under Paragraph 4: and 6.3 Liquidated damages. or if no liquidated damages are specified in the Construction Contract, actual dam- ages caused by delayed performance or non-perfor- mance of the Contractor. 7. The Surety shall not be liable to the Owner or others for obligations of the Contractor that are unrelated to the Con- struction Contract, and the Balance of the Contract Price shall not he reduced or set off on account of any such unrelated obligations. No right of action shall accrue on this Bond to any person or entity other than (he Owner or its heirs. executors, administrators, or successors. 8. The Surety hereby waives notice of any change, includ- ing changes of time, to the Construction Contract or to related subcontracts, purchase orders and other obliga- tions. 9. Any proceeding, legal or equitable, under this Bond may be instituted in any court of competent jurisdiction in the location in which the work or part of the work is located and shall be instituted within two years after Contractor Default or within two years after the Contractor ceased working or wrthln two years aftter the Surety refuses or fails to perform its obligations under this Bond, whichever oc- curs first. If the provisions of this Paragraph are void or prohibited by law, the minimum period of :imitation avail - A 312-1984 2 EMBER 1984 ED. AIA o THE AMERICAN INSTITUTE OF ARCHITECTS. 1735 NEW YORK AVE . N W . Y/ASH:NGTON 0 C. 20006 THIRD PRINTING -MARCH 1987 • aoie tc sureties as a cetense in the;unsaicaor or ;re suit • shall be applicable 1C. Notice to the Surety. the Owner or the Contractor shall to mailed or delivered to the address shown on the sig- nature page. 11. When this Bond has been furnished to comply with a statutory or other legal requirement in the locatior. where construction was to be performe.f. any prevision in this Bond conflicting with said statutory or legal requirement snail be deemed deleted herefrom and provisions ccn- `crrning to such statutory cr other twat requirement shall he deemed incorporated herein The Intent is that this lion(' shall he consdhued a:; a I.lelutwv bona anu not r!; a common law bond. ;2 DEFINITIONS 12.1 Balance of the Contract Price The total amount payable by the Owner to the Contractor under the Construction Contract after ail proper adjustments have been made, including allowance to the Con - MODIFICATIONS TO THIS BOND ARE AS FOLLOWS: racier 31 any amounts ren.sIvec cr to oe rerervec cy the Owner in settlement surarce or cher claimsfor damages to which the o.ntractor is entitled, re- duced by all valid and proper payments made to or on behalf of the Contractor under the Construction Con- tract. 12.2 Construction Contract: The agreement between the Owner and the Contractor :dentiSE: on :he sig- nature pace, including all Contract Documents art cnarges there D. 12.3 Contractor Default Failure of the Contratcr. wh:cn has neither been remedic-d nor waived, to pZr- loi:) or liIIT!`Iwi`:C to comply alit, II.I Cnui of Uhe Construction Contract. 12.4 Owner Default. Failure of the Owner. which has neither been remedied nor waived. to pay the Con- tractor as required by the Construction Contract or to perform and complete or comply with the other terir.s thereof. (Space is provided below for additional signatures of added parties, other than those appearing on the cover page.) CONTRACTOR AS PRINCIPAL Company Signature: Address: SURETY (Corporate Seal) Company me and Title: abler f L. Bass' ✓R bplrw tf JKS Signatu Address. (Corpora - Seal) BB Attorney -in -Fact me and Tale: AN DOCUMENT A312 PERFORM.ANE BONG AN PAYMENT BOND DECEMBER 1944 30. AIA 0 THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE.. N W. WASHINGTON. D C 20006 THIRD PRINTING • MARCH 1967 A312-1984 3 'toad No. P.L;D0002".i?2 THE AMERICAN INSTITUTE OF ARCHITECTS MA Document A312 Payment Bond Any unp,nu nln•ncs to Cont.cvo% Scantly. Corte or Other party w4 be conr,wna dwtl wrier, •pd'ud•. CONTRACTOR (Name and Address): 3OSSLER CONTRACTING, INC. P.O. BOX 1008 SILOAM SPRINGS, AR 72761 OWNER (Name and Address): CITY OF FAYETTEVILLE 113 WEST MOUNTAIN, ROOM 372 SURETY (Narne and Principle Place of Business) MID-CONTINENT CASUALTY COMPANY P.O. BOX 1409 TULSA, OK 74101 FAYETTEVILLE, AR 72701 CONSTRUCTION CONTRACT Date: Amount: $ 254,600.00 Description (Name and Location). RENOVATION OF THE DRAKE FIELD TERMINAL BUILDING © THE FAYETTEVILLE MUNICIPAL AIRPORT BOND Date (Not earlier than Construct:on Contract Date) Amount: $ 254,600.00 Modifications to this Bond: x None CONTRACTOR AS PRINCIPAL COMPANY: (Corporate Seal) ROSS LCR CONT ING, INC. Signature: Name an re • itle: ,P46ecuL.BSss 07-„7`nafo.+S (Any additional signatures appear on page 6) See Page 6 SURETY COMPANY: Corporate Seal) MID-CONTINEN A LrY COMPANY Signal Name and KIMBERLY L. BABB, Attorney -in -Fact FOR INFORMATION ONLY -Name. Address and Telephone AGENT OR BROKER. Babb Bonding, Inc P.O. Box 6255 Sherwood, AR 72124 OWNER'S REPRESENTATIVE (Architect. Engineer or other party) Green Anderson Engineers, Inc. 2233 N. Green Acres Road Fayetteville, AR 72703, 77, ?? AIA DOCUMENT A312 PERFORMANCE DOND AND PAYMENT BOND DECEMBER 1984 E0.. MAO THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE.. N.W . WASHINGTON, D.0 20006 WIRD PRINTING - MARCH 1987 A312.1904 4 1. The Contra:tor and the Surety. jointlyseverally, :::ind themselves, their heirs, executers. a Inislra fors, successors. and assigns to the Owner to pay for labor, materials and equipment fumishec for use In the perror- rmance of the Construction Contract, which is incorpo- rated herein by reference. 2. 'Mth respect to the Owner, this eb':gat'on shall be Hell and void if the Contractor 2.1 Promptly makes payment. direst:y. w irlrirecdy. for a!l sums due Claimants, and 2.2 Defends. indemnifies and horis harmless We O vner (rain claims, ( enn: d ,. lien; or f.uds by; ny person or entity whose claim, demand. igen or suit is ;or the payment for labor. materials. or equipment fur- nished for use in the perforrnance of the Construction Contract. provided the Owner has promptly notified the Contractor and the Surety (at the address descnbed in Paragraph 12) of any claims, demands. liens, or suits and tendered defense of such claims, demands, liens or sults to the Contractor and the Surety, and provided there is no Owner Default. 3. With respect to Claimants, this obligation shall be null and void if the Contractor promptly makes pay- ment, directly or indirectly, for all sums due 4. The Surety shall have no obligation to Claimants under this Bond until: 4.1 Claimants who are employed by or have a direct contract with the Contractor have given notice to the Surety (at the addres described in Paragraph 12) and sent a copy, or notice thereof, to the Owner, stating that a claim is being made under this Bond and, with substantial accuracy, the amount of the claim. 4.2 Claimants who do not have a direct contract with the Contractor: .1 Have furnished written notice to the Con- tractor and sent a copy, or notice thereof, to the Owner, within 90 days after having last performed labor or last furnished materials or equipment included in the claim stating, with substantial accuracy, the amount of the claim and the name of the party to whom the materials were furnished or supplied or for whom the labor was done or performed; and .2 Have either received a rejection in whole or in part from the Contractor, or not received within 30 days of furnishing the above no- tice any communication from the Contractor by which the Contractor has indicated the claim will be paid directly or indirectly; and .3 Not having been paid within the above 30 clays, have sent a written notice to the Surety (at the address descnbed in Paragraph 12) and sent a copy. or notice thereof. to the Owner, stating that a claim is being made under this Bond and enclosing a copy of the previous written notice furnished to the Contractor. 8. When the Claimant-sa isfied ;he conditions of Paragraph 4, the Surety snail promptly and at the Surety's expense take the following actions: 6.1 Send an answer to tna Clamant, with a copy to the Owner, within 45 days after receipt of the claim, stat'nc the amounts that are undisputed and the basis for challenging any amounts that are rfispc'.ed 6.2 Pay cr arrange fcr payment of any undisputed amounts. 7. Th ) Surety's total eblioa:ion s`all not exceei1 the amount of this Bond. and the amount of this Bail shall be crcrlitc/.I for any payments ill,;tla in yew; faith by :I le f;wrh, 8. Amounts owed by the Owner to the Contractor under the Construction Contract shall be used for the perfor- mance of the Construction Contract and to satisfy claims. if any, under any Construction Performance Bond. By the Contractor furnishirq and the Owner accepting this Bond, they agree that all furds earned by the Contractor in the performance of the Construction Contract are dedicated to satisfy obligations of the Contractor and the Surety under this Bond, subject to the Owner's prior- ity to use the funds for the completion of the work 9. The Surety shall not be liable to the Owner, Claimants or others for obligations of the Contractor that are unrelat- ed to the Construction Contract. The Owner shall not be liable for payment of any costs or expenses of any Claim- ant under this Bond, and shall have under this Bond no obli- gations to make payments to. give notices on behalf of, or otherwise have obligations to Claimants under this Bond. 10. The Surety hereby waives notice of any change. including changes of time, to the Construction Contract or to related subcontracts. purchase orders and other obligations. 11. No suit or action shall be commenced by a Claimant under this Bond other than in a court of competent juris- diction in the location in which the work or part of the work is located or after the expiration of one year from the date (1) on which the Claimant gave the notice recuired by Subparagraph 4 1 or Clause 4.2.3, or (2) on which the last labor or service was performed by anyone or the last mate- rials or equipment were furnished by anyone under the Con- struction Contract, whichever of (1) or (2) first occurs. If the provisions of this Paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. 12. Notice to the Surety, the Owner or the Contractor shall be mailed or delivered to the address shown on the signature page Actual receipt of notice by Surety, the Owner or the Contractor, however accomplished, shall be sufficient compliance as of the date received at the address shown on the signature page 13. When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions con- forming to such statutory or other legal requirement shall be deemed incorporated herein The intent is that This 5. If a notice required by Paragraph 4 is gven by the Owner to the Contractor or to the Surety. that is sufficient compliance. AIA DOCUMENT A312 PERFORMANCE BOND AND PAYMENT BOND DECEMBER 1984 ED. MAO THE AMERICAN INSTITUTE OF ARCHITECTS. 1735 NEW YORK AVE., N.W. WASHING ION, C.0 20006 THIRD PRIN T W G . MARCH 1907 A312.1984 5 Bond shall be construe° as a statutory bend .d nct as a common law bondii 14. Upon request by any person or entity appearing to be a atential beneficiary of this Bond, the Contractor shall promptly furnish a copy of this Bond or shag permit a copy :u be made. .5. DEFINITIONS 15.1 Claimant An indiviCual or entity having a r•irect contract with the Contractor or with a subcontractor of the Contractor to furnish labor. meter:els or equip- ment for use in the performance of the Contract The intent of tliis Bond skill be to Includ` Without (notal tion in the terms "labor, materials or eauipmenl" that part of water, gas, power, light, heat, cit. gasoline, telephone service or rental equipment used in the N1ODIFICATIONS TO THIS BOND ARE AS FOLLOWS' Construction Contract, amcicral and engineering serv:ces required for peri nce of the ...fork of the Contractor and the Conlrau ars subcontractors. and all other Mems for which a mechanic's her may be asserted in the jurisdiction where the labor. materials or equipment were furnished. 15.2 Construction Contract The agreement between the Owner and the Contractor ident:hed on t: -.e sIg- nah:re pane. including a:l Contract Documents and changes thereto 15.3 Owner Default. Failure of the Owner, which has neither been remcd;cd nor wn:ved, to pev the Cnn- :raeinl ion:I:red by ttca t: r s'ru';ion 1 onhi rt or In perform and complete or comply ;'lith the other terms thereof. (Space is provided below for additional signatures of added parties, other than those appearing en the cover page ) CONTRACTOR AS PRINCIPAL Company: BOSSLER CONTRACTING, INC. Signature Name a Title -v ,tort Address: P.O. BOX 1008 SILOAM SPRINGS, AR 72761 SURETY (Corporate Seal) Company MID-CONTINENT CASU (Corporate Seat) Y COMPANY ///Lecoo_ Signature. .� "w Name a + Till KIMBERLY L BB. Attorney-INFact Address. P.O BOX 14 9 TULSA. OK 74101 AIA DOCUMENT A313 PERFORMANCE BOND AND PAYMENT BOND DECEMBER 1984 ED. MAO THE AMERICAN INSTITUTE OF ARCHITECTS, 1736 NEW YORK AVE , N.W., WASWNGTON, 0 C. 20006 THIRD PRINTING - MARCH 1987 A312-1984 6 MID-WNTINENT CASUALTY CONY Tulsa, Oklahoma Know all Men by these presents: That the MID-CONTINENT CASUALTY COMPANY, a corporation of the State of Oklahoma, having its principal office in the city of Tulsa, Oklahoma, pursuant to the following By -Law, which was adopted by the Stockholders of the said Company on March 13th, 1947, to -wit . - , "Article tV, Section 7. - The Executive Officers of the Company shall have power and authorityto,appoint; for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, one mare Resident Vice President,. Resident Assistant - Secretaries and Attorneys-in-Factand atany.time to remove any such -Resident Vice President, Resident Assistant Secretary, or Attorney -in -Fact and revoke the power and authority given him.`. None of such appointees need be Directors of the Company:" - The Company does -hereby constitute and app " - - Rogers, individually of SHERWOOD, AR its true and lawful attorney(s)-in-fast, to execute, seal and deliver for and on its'behalfas Surety, and, as its act and deed, ' Any and all bonds and undertakings:of Suretyship _ • -' • And the execution ofsuch instnunmt(i) in pursuance of these -presents, shall be as binding upon the said' MID-CONTINENT" CASUALTY COMPANY, as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal office in Tulsa, Oklahoma. • • IN WITNESS WHEREOF,: presents this ` 03 ATTEST: MID-CONTINENT CASUALTY COMPANY day of June ties executed and attested these 2005 4l 15 • SARA ANDERSON ; ASSISTANT'SECRETARY . TODD BAZATA r ',' VICE PRESIDENT, On this 03 ' ' - day of-. June ., 2005 before me, a Notary Public of the State of Oklahoma in and „' for the County of Tulsa, came the individual to me personally known to, be the officer described in, and who executed the'preieding instriunent, Wand he acknowledged the execution ofthe seine, and being by me drily sworn, said that he -is the therein dci&ibed and authorized °MTteer of the- ' MID-CONTINENT CASUALTY COMPANY aforesaid, and that the seal affixed to the preceding instrument is the corporate of said Company, and the said corporate seal and hissigature as such officer were duly affixed to the said instrument,by. he authority and direction of the said Company, and that Article, IV, Section 7, of the By -Laws of said Company, referred to lathe precechng instrument, is now in force. IN TESTIMONY WHEREOF, I have hereunto ser my bend and affixed my official seal at the City of Tulsa, the day and year fust above written. • Oe LA ��'"Commission p 99009381 ' STATE OF OK[sl� LAHO.4.1A41.47 yb ' e.�= mmissio_n exp. es 06-07-07 -: coUNTY or TULSA 7' V IOC' : . CZE �Q • a. �StO r • },' Notary Public • :.:SARA ANDERSOI%fr f/[. -S' ( Secretary of MID-CONTINENT CASUALTY COMPANY do hereby certify that the foregoing �( extracts of the By -Laws and of A ResdhHlon'of the Board of Directors of this corporation, and of a Power of Attorney issued pursuant thereto, are' true and correct, and that both the By -Laws, the Resolution and the Power of Attorney are still in full force and effect. This certifies that sayfaesiniile or meehuucalr ced ai re of anyofficer of file Ca and C seal, wherever e Y -produced gnatu Company Company appearing upon a power of attorney ensued 7:. by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed.. • IN WETNESS WHEREOF, I hhyfhereunto set my hand and Minced the facsimile seal of said corporation ' 401 CA .. fi?;� this day or' U ✓l IiiL- is7rt1' 3 ''frE /m .. Hz Date/Tire NUT-ZZ-2UU51TUtl 09:33 870 535 8318 From: Celia Bolen At: Fust Arkansas insurance Fax10�5355318 To: Leah Hrdlid,lu 4iipata: 11/22!2005 05:37 AM Page 5 0112 P. 005 COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REWIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WMICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, 1HE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN 15 SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLLIIICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ACORD ,N CERTIFICATE OF LIABILITY INSURANCE DATE(BW,NYYM1) 11/22/2005 POLLS* FF DATEAMWDO/ PIOOUCER (870) 541-0020 First Arkansas Insurance/Pine Bluff THIS CERTIFICATE IS ISSUED AS A MATTER OF ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, ALTER THE COVERAGE AFFORDED BY THE POLICIES INFORMATION EXTEND OR BELOW. PO Box 8367 Pine Bluff, AR 716114367 INSURERS AFFORDING COVERAGE NAIC 0 aaLaED Bossier Contracting. Inc. 116 S Broadway Siloam Springs, AR 72761- NAAERA Cypress Insurance Company uAa&rry INSURER 0 ARC030009 NsFERc 3114/2006 CURER 0 F e.9.AER E X COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REWIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WMICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, 1HE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN 15 SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLLIIICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. Lrn N]Ro 11Tl OF MMIAMfl POLICY MJYBER POLLS* FF DATEAMWDO/ EC1TNE YI PDXPRATO OAATSTEftIStQ!Yn LINTS A GENERAL coats/CAL LABILITY GOON. C1Aua5MADE uAa&rry DOOR ARC030009 311412005 3114/2006 EACH CCCLI ENCE F 1,000,000 X 'IMAGE ID PIEw5ES1E Runcu mama) 1 100.000 X .ED DIP(AN m. p..m) $ 5,000 PERSOPAL s ADV PLANT 1 1,000,000 GEAERAL AGGREGATE 1 2,000.000 GEM AGGREGATE POLICY LNIT APPLIES PER n LOC PRODUCTS- COW/CFAG G 1 1,000,000 n ..FR A ALROATaeaE LMBLm ANY AuraaW ALL OAMFD AUTOS OAuras SEDLLED ROS BRED AUTOS PDfaOMTED AUTOS ARC030009 3/14/2005 3/14/2006 COMOIED SNGLE OM it. *WWII { 1,000,000 BCDAY PLLAY (Par peso') { X X Breit WARY (Pe.cREeS) $ X PRCPERTY OMIACE (Pe wont) { GARAGE LABILITY AM ALTO ARO CtLY- EA ACCDENT { ODER TANMJTO AUTO CPLY EA ACC 5 AGG 1 A EXCESSAMBREL LA LABRnY 1 Occup 1 amess stem ARC030009 311412005 3114/2006 EACH OCCJME,VLE { s 1,000,000 1,000,000 AGGREGATE CED REIENnn $ { CT al { $ WORKERS E.PLOTERY Pi ANY 0PRIETORN OFFICEWI,EL6ER SPEII yywN AI.Pnb.CNL PROV51O COIPENSCON ND IA LMM AM•EPoEXEIVE EXCLUDED, M WT: INT TORY LLINTS On. ER E L EACH KCOEM { E L. DISEASE - EAENTLOYEE { ISKA C b.Ier E L. DISEASE - PQICY LIMIT 1 OTHER DESCRIPTOR OF OPERATIONS 1 LOCATION! 1 VEHCL EB 1 EIS MOO ADDED BY ENDORSEMENT 1 SPECIAL PROVISION! Project Name: Drake Field Terminal Building Renovation Owner Is the certificate holder. Architect Is Wittenburg, Colony, d Davidson, Inc.; 2434 East Joyce Blvd; Suite 10; Fayetteville, AR 72703 CERTIFICATE HOLDER CANCELLATION City of Fayetteville 113 West Mountain Street Fayetteville. AR 72701 - ACORD 25 (2001/08) SHOULD PRY 0E THE ABOVE DES CASED POLCES BE CANCELLED BEFORE 1)U EXPIRATION DAT! TIEREOF, TIDE WRFC INSURER WAS ENDEAVOR TO IML 10 DAYS WRITTEN NOTICE TO THE CEATFICATE HOLDER NAMED TO ALE LEFT. BUT FALUIE TO DO W WALL PPM NO OBLIGATxxL OR UNARY CO AHY HIND UPON THE INSURER. ITS ACENTS OR REPRESENTATIVES NMMORBEEP RE PRE SENTATNE ®ACORD CORPORATION 1988 Rx Dale/Tiee NOV-22-2005(TUE) 09:33 From: CeIm Bolen At: Fut Manns Insurance Fax1D 535-8318 To: Leah Ffttli(lrla 870 535 8318 P. 006 ere: 1122!2005 0837 AM Page: 6 of 12 SOSSCON-03 BOCE IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). It SUBROGATION IS WANED. subject to the terms and conditions of the policy. certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s). authorized representative or producer. and the certificate holder, nor does it affirmatively or negatively amend. extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2001108) Rx Date/Time NOV-22-2005(TUE) 09:33 From: Celia Bolen At: First Aransas Insurance Fax1r-535.8316 To: Leah I*dliUdo 870 535 8318 P. 010 Ste: 11/22/2C05 OS 37 AM Page: 10 o/ 12 COVERAGES ACORD,, CERTIFICATE OF LIABILITY INSURANCE DATEIM"TIDA"Y" 11122/2005 MM. MO PRODUCER (870) 541-0020 First Arkansas InsurancelPlne Bluff THIS CERTIFICATE IS ISSUED ONLY AND CONFERS NO RIGHTS HOLDER. THIS CERTIFICATE ALTER THE COVERAGE AFFORDED AS A MATTER OF UPON THE CERT DOES NOT AMEND, BY THE POLICIES INFORMATION FICATE EXTEND OR BELOW. PO Box 8367 Pine Bluff, AR 71611-8367 INSURERS AFFORDING COVERAGE NAIC Ili NwREO Bossier Contracting, Inc. 116 S Broadway Siloam Springs, AR 72761 - Arkansas Home Builders Association LIABIRY GENERAL CLAWS AIDE RO RERA S.rERe ASLEEP C MLnm D. F INSURER E _ [WAN* RI PORTED PREMISES (Es amFera) F COVERAGES CERTIFICATE HOLDER CANCELLATION City of Fayetteville 113 West Mountain Street Fayetteville, AR 72701- S$GULO ANY OF TIE ABOVE DESCRIBED POLICES BE CANCELLED BEFORE THE CREMATOR GATE THEREOF, THE AWHO REAMER WILL ENDEAVOR TO MAIL 30 DAYS %RITTER NOTICE TO TIE CERTIFICATE HOLDER FLARED TO THE LEFT, BMT FAILURE TO DO SO WALL DMO SE NO OBLIGAMIN OR LA1a&RY Of ANY 100 VON TIE NIEU E, FM AGENTS OR REPRESENTATNEA AuT ORDEDREPREEEMAITYE •��.�j �' •� -.— —#( ACORD 25 (2001108) ® ACORD CORPORATION 1988 THE POLICIES OF INSURANCE LISTED BELOW NAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REOUIREMEWT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE NAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS MD CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE SEEN REDUCED BY PAID CLAMS NSA LTR MM. MO TYPE Of PIStNMrE POLICY NRaCR POLICY EFFEC1NE DATE tIICONTI POLICY EXPIRATION DATE mLMDoNYYI LAM GENERAL CON.ETiCW LIABIRY GENERAL CLAWS AIDE LUBIL DY OCCLA EACH OCORRFJCE F _ [WAN* RI PORTED PREMISES (Es amFera) F LED E)P (Any MM P nm) t PERSONAL A ADV NARY $ GOERAL AGGREGATE 1 GEM AGGREGATE LMC APPLIES PER PRO n LOC POLICY n PRE000TS. CCMPNP AGO $ AUTOMOBILE U*SU1Y ANY NATO ALL OWNED AUTOS SCHEELILED AUTOS HIRED AUTOS NONOTMED AUTOS COIA3 ED SINGLE IMIT IES loan) S BODILY HURT IPM MOTS S B'uCEY RAFT NPM aaOMFI S PRCPERfY DAMAGE (Pw pomp r GARAGE tuition ANY AUTO AUTO My EA MCOENT 1 OBER PAN AUTO ONY. EA ACC S AGs S EX CESSAIYBRELIA OCCW CEDUCTIBLE RETENTION UMLOY CLAWS MADE EACH OCCURRENCE 1 AGGREGATE S S S S S A WORIMER,CoIPOAATON AND EMPLOYERS' ' ANY PROPRIETCRRNnKRIFJE WTI VE OFFICERA¢?BER EXCLlX1EDT It yesAAa,b unit SPECIAL FROV'SIONS bear 297 111/2005 11112006 XI WC SfASLL i4RY UMTS OM ER E L EACH *cocoa 2 300,000 E L. [DISEASE - EAQPLOYEE 5 300,000 LMR f 300,000 E L ISEASE - PDLCY OTHER DESCRVIIOM OF OPERATORS 1 LOCATORS I VEHICLES 1 EXCLUSIONS ADOEO BY EPCORSEME PR I SPECIAL PROVEada See attached page. CERTIFICATE HOLDER CANCELLATION City of Fayetteville 113 West Mountain Street Fayetteville, AR 72701- S$GULO ANY OF TIE ABOVE DESCRIBED POLICES BE CANCELLED BEFORE THE CREMATOR GATE THEREOF, THE AWHO REAMER WILL ENDEAVOR TO MAIL 30 DAYS %RITTER NOTICE TO TIE CERTIFICATE HOLDER FLARED TO THE LEFT, BMT FAILURE TO DO SO WALL DMO SE NO OBLIGAMIN OR LA1a&RY Of ANY 100 VON TIE NIEU E, FM AGENTS OR REPRESENTATNEA AuT ORDEDREPREEEMAITYE •��.�j �' •� -.— —#( ACORD 25 (2001108) ® ACORD CORPORATION 1988 Nx trate/Tine NOV-22-2005(TUE) 09:33 From Celia Brien At: Fine Ananias Insurance Fax1 535-8318 To: Leah Md4Wo 870 535 8318 P. 011 este: 11/22/2005 0837 AM Page: 11 of 12 BOSSCON-02 BOCE IMPORTANT If the certificate holder is an ADDITIONAL INSURED. the policy(ies) must be endorsed A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED. subject to the terms and conditions of the policy. certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s) DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s). authorized representative or producer. and the certificate holder. nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2001103) ex nate/rice ?UY-24-2UU5LTUtl UV: 870 535 8318 Fran: Glia Bolen At: First Arkansas Insurance Fax1D�535.8318 To: Le&1 Itdliddm ate: 11/22/2035 08:37 AM Page: 12 of 12 P. 011 BOSSCON-02 B DESCRIPTION OF OPERATIONS - Bossier Contracting, Inc. 116 S Broadway Siloam Springs AR 72761- City of Fayetteville 113 West Mountain Street Fayetteville AR 72701 - Arkansas Home Builders Association Workers Compensation Self Insured Fund, A Qualified Self Insuror Project Name: Drake Field Terminal Building Renovation Owner Is the certificate holder. Architect Is Wlttenburg, Delony, & Davidson, Inc.; 2434 East Joyce Blvd; Suite 10: Fayetteville, AR 72703 CITYOFF-01 ACORQ, CERTIFICATE OF LIABILITY INSURANCE DATE(MWDOrYYY) 11/30/2005 PRODUCER (870) 541-0020 Frost Arkansas Insurance/Pine Bluff PO Bo Box Pine ox 8367ff 71611 8367 THIS CERTIFICATE ONLY AND HOLDER. ALTER THE CONFERS THIS COVERAGE IS ISSUED AS A MATTER OF NO RIGHTS UPON THE CERTIFICATE CERTIFICATE DOES NOT AMEND, AFFORDED BY THE POLICIES INFORMATION EXTEND OR BELOW. INSURERS AFFORDING COVERAGE NAIL # INSURED City of Fayetteville 113 West Mountain Street Fayetteville, AR 72701- INSURER A: Cypress Insurance Company INSURER B: LIABILITY GENERAL ('A MMS MADE Contractors INSURER c OCCUR INSURER 0: 11/30/2005 INSURER E: FACS OCCURRENCE taccrulIENTED PREMISE na) COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. SJSR 1.1R ADM MU INSURANCE POUCY NUMBER POUCY EFFECTIVE M,Dyy.y1 CY DATUM OMITS PI LH OF A GENERAL LIABILITY GENERAL ('A MMS MADE Contractors LABILITY OCCUR BINDER 11/30/2005 11/30/2006 FACS OCCURRENCE taccrulIENTED PREMISE na) S 1,000,000 X COMMERCVL f X MED EXP 1 (Any one person) X Owners PERSONAL b ADV INJURY f f 1,000,000 X Protective Liability GENERAL AGGREGATE GENT. AGGREGATE LIMIT APPLIES PER Jn LOC n 1F O PRCOUCTS- COMPIOP AGG f POLICY AUTOMOBU,E LIABILITY ANY AUTO COMBINED SINGLE LIMIT (Ea ocacHn ) f _ ALL OWNED AUTOS AUTOS AUTOS -OWNED AUTOS BODILY INNRY (Per Demon) $ SCHEDULED HIRED NON BODILY INA/RV (Par occIdoM) f PROPERTY DAMAGE (Pet eorJMOni) S GARAGE UABUJTY ANY AUTO AUTO ONLY - EA ACCIDENT f OTHER THAN EA ACC 1 AUTO ONLY AGG S EXCESSNMBRELLA OCCUR DEDUCTIBLE RETENTION LABILITY CLAMS MADE EACH OCCURRENCE 1 AGGREGATE f 1 S S S WORKERS COMPENSATION EMPLOYERS' LIABILITY ANY PROPRETORPARTNERIEXECUTTVE OFFICERAEMBER Byee describe under SPECIAL PROVISIONS AND EXCLUDED? (WC STATU- I OTH- ER iOKY LIMITS E L. EACH ACCIDENT 1 E.L. DEF ASF - EA EMPLOYEE S E . DISEASE - POLICY LIMIT 1 bebw OTHER DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS Bossier Contracting, Inc. Is the contractor for Job: Drake Field Terminal Building Renovation © Fayetteville Municipal Airport, 4500 South School Street, Fayetteville, AR 72701 CERTIFICATE HOLDER CANCELLATION City of Fayetteville 113 West Mountain Street Fayetteville, AR 72701 - SHOULD ANY OF THE ABOVE DESCRIBED POUC€S BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF. THE ISSUING INSURER WILL ENDEAVOR TO MNL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT. BUT FAJLURE TO DO SO SHALL MOROSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER. ITS AGENTS OR REPRESENTATIVES. AUTHORED REPRESENTATIVE ACORD 25 (2001/08) 0 ACORD CORPORATION 1988 CITYOFF-01 BEPE ACORQ, CERTIFICATE OF LIABILITY INSURANCE I DATE(MWDD YYYY) 11/30/2005 PRODUCER (870) 541-0020 First Arkansas Insurance/Pine Bluff PO Box 8367 Pine Bluff, AR 71611-8367 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC # INSURED City of Fayetteville 113 West Mountain Street Fayetteville, AR 72701- INSURER A: Cypress Insurance Company INSURER8 INSURERC INSURER D. INSURER E. COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, UISRIDOtI __ POUCY NUMBER Pa1�IE PacYaPtRAnon VYRS A GENERAL LIABILITY COMMERCIAL OENEPAL LIABLLnv CLMMS MADE OCCUR Owners Contractors I BINDER 11130/2005 11/30/2006 EACH OCCURRENCE f 1,000,000 X PnEMIscs EaocwrMnw S MED EXP (My on. pnon) $ X PERSONAL A ADV INJURY $ X Protective Liability GENERAL AGGREGATE f 1,000, GENL AGGREGATE LIMIT APPLIES PER: POuCY PRQ LOC PRODUCTS- COMP/OP AGO f AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS CI 4' OMIT (E.� X) f BCCLLY INJURY (Per awn) f BODILY INJURY (PPr 54ml) PROPERTY DAMAGE (PAX. Jd.nI) f GARAGE LIABILITY ANY AUTO AUTO ONLY -EA ACCIDENT S OT/ER THANEAACC AUTO ONLY: AGO f f EXCESSNMBRELIA DABUJTY OCCUR CLAIMS MADE DEDUCTIBLE RETENTION f EACH OCCURRENCE f AGGREGATE f f f WORMERS COMPENSATION AND LIABILITY AIRY PRDPRIETOPJPARTNERIENECUTIVE OFTTCERIAEMBER EXCLUDEDT Myn Oua1M SPECIAL PROVISIONSIalaw I WTALL UMif OT/FI E.L. EACH ACCIDENT f EL. DISEASE - EA EMPLOYE f E.L. DISEASE -POLICY LIMIT f OTHER DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS Bossier Contracting, Inc. Is the contractor for Job: Drake Field Terminal Building Renovation @ Fayetteville Municipal Airport, 4500 South School Street, Fayetteville, AR 72701 Wlttenburg, Delony, Davidson, Inc. 2434 East Joyce Blvd, Ste 10 Fayetteville, AR 72703 - SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATIC DATE THEREOF. THE ISSUMO INSURER WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LE Pt BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER. ITS AGENTS OR ACORD 25 (2001108) AL UKU 2] (ZUU1108) El E a g < = D V g z a. �^ 9 < a n * m K R --'4 0 v 0 z _4 N Fr v c c o9 p N 0 Z E b o m m e^ Cc Q N. raw N ° ..4 s o 0 a. 3 0 R f E .°.. w o ] F Ogo O H Oa Ze C n r7 p N n n 5 n F j Q J. D N O 0 PO n F oo N tj z p =7ji' ow ill3 n r''•'•c mE y aFr�R R e G o G G y° C o n f4 O ? o o = g y 5 0 n 6: w 5 •°, 7� og. G 5 9 ti aa n• 56' L I C n r I s O 0 y F a n Sr �= y n 00 hi P c Sn n y O. a3 -1 0 tt O A m0 z 0 O c- 0 O p ❑ ❑ ❑ o > 0 5. O g m = A m A o m CoS O A lIs - Qv z J 0 C) C) F" m 0 z m 0 T n C) m fA • • CBI 2518IBI 8I 8I8�. 25 ' 3 y m= v >�tnlv'I to m 3 A AI �. y mlo II n I I I 5 A II I ii II I ii II II I� ° iI N HI'45,1444' H M N MIN 444,14444 4'44 N, N r r r r N N A C A W N W J O Jp w a • ' ,4 8 PLO O P �Ji, N W A W P ti, P to ... N U a 8 O u J pp J P P O J A r 8 sI 0 OOH. r A O a V. N J N W O �° H III I I I o • _ H ____ i I o o ;QQ R O H NIH N H N N M N H NININ "HHIN m rp 7. Rl XL $ 3 f7 N H IQ Z 6 � H 44444,4444(444'4,414,4'444'44144 HNHNHYIH HNHVIHH 4i4,4 + 8•' , 1 1 1 , I I I 6 V' O O O O O O O O O O O di 7A 24 M dQ d0 da d0 t(lld0 24 dQ IiA t/1 �IlA ' OI � M H M H NIN H H NIN M N N H N N HIN p4 r Ir r N N r A WI fl T A r . up 8 r W A •O • J, O* A . W Np W bWOo A J WJ P^ tNA A U .. N.pp LA LAA 6 '0 A P O �u a J N �.+ 0 `O P O J I a M N N H N I H I M H I H N H N N H N I M N I M N O ... C 1 1 I I. I 1 1 1 1 I I 1 0 City of Fayetteville, Arkansas Budget Adjustment Form Budget Year Department: General Government Date Requested Adjustment Number 2005 Division: Aviation & Economic Development 11/18/2005 Program: Airport Capital Expenditures Project or Item Added/Increased: Project or Item Deleted/Reduced: $19,410 is requested in the Building Costs account. None. To recognize $40,000.00 in revenue from Woolsey Aviation, DBE Million Air Fayetteville $20,590 is requested in the Use of Fund Balance account. Justification of this Increase: Will provide for reducing the cost to the City of the Terminal Improvements. Justification of this Decrease: Airport tenant, Million Air Fayetteville, is contributing $40,000 to the cost of construction of the Terminal Building improvements Increase Expense Budget (Decrease Revenue Budget) Account Name Account Number Amount Project Number Building costs Use of fund balance 5550 3960 5804 5550 0955 4999 00 99 19,410 05021 -I 20,590 Decrease Expense Budget (Increase Revenue Budget) Account Name Account Number Amount Project Number Pymts by property owners 5550 0955 4420 00 40,000 05021 1 Approval Signatures r,-'8-? Date • /40,Jt ate Finance & Intema Services Director Date Mayor Date Budget Office Use Only Type: A B C D E Date of Approval __ Initial Date Posted to General Ledger Posted to Project Accounting Entered in Category Log Initial Date Initial Date Initial 2�S • City of Fayetteville • t yl4 Staff Review Form City Council Agenda Items sSS (e" or ContractsN 12/6/2005 City Council Meeting Date Ray M. Boudreaux Aviation & Economic Development Submitted By Division Action Required: Approve a construction contract with Bo er Construction to rehabilitate the f project contigency, in the amount of $25,460.00. Approve a Budget Adjustment. $ 280,060.00 Cost of this request 5550.3960.5804.00 Account Number 05021.1 Project Number Budgeted Item �X Department Director J 300,000.00 Category / Project Budget $ 39,350.00 Funds Used to Date $ 260,650.00 Remaining Balance Budget Adjustment Attached SandinternarService Dir / ' Date Mayor Date Airport Department a1 Terminal Building Rehabilitation Program Category / Project Name Aviation & Eco Dev Improvements Program / Project Category Name Airport Fund Name Previous Ordinance or Resolution # Original Contract Date: Original Contract Number: Received in City Clerk's Office Received in Mayor's Office • City Council Meeti.f: Dec 6, 2005 Agenda Item Number: CITY COUNCIL AGENDA MEMO: TO: Mayor and City Council THRU: Staff/Contract Review Committc I FROM: Ray M. Boudreaux, Director, Aviation and Economi Development DATE: November 17. 2005 SUBJECT: Approve contract with Bosler Construction Company for the Fayetteville Municipal Airport Terminal Remodeling Project for $254,600.00 and contingency of $25,460.00. Approve application to the State of Arkansas Department of Aeronautics and acceptance of a State Airport Aid Grant for $100,000.00 for the project. Approve a budget adjustment. RECOMMENDATION: Approve contract with Bosler Construction Company of Siloam Springs, Arkansas and process for signature of the Mayor for the Fayetteville Municipal Airport, Drake Field Terminal remodeling project and approve application and acceptance of a State of Arkansas Department of Aeronautics SAAG Grant for S 100,000.00 for the project. BACKGROUND: Task Order # It with McClelland Consulting Engineers and Whittenberg, Delony and Davidson Architects designed the project to remodel the terminal building to improve the public area to accommodate the general aviation customer. The terminal building has not been modified since the airlines left except to move furniture around and to build partition walls to make administrative offices. This project has been in the five year plan for three years. Million Air Fayetteville was recently selected to be the fuel and line service fixed base operator. They lease a portion of the terminal and take care of the customers and passengers that use the airport. While the traffic has steadily increased to the airport, the function is different. Instead of 100 passengers, there arc 5 to 10 passengers. Instead of regional commercial jets there are corporate jets. The passengers that wait to be picked up and those that come to Fayetteville through the airport entry point are often first time visitors to Fayetteville. This project will remodel the space in the terminal to more appropriately take care of the needs of those passengers. The aircrews that fly the aircraft spend a lot of time in the terminal building. Often, they fly into the City in the morning and must wait for their important passengers all day. This project will create a pleasant waiting area for the crews. DISCUSSION: Task Order #11 with McClelland Consulting Engineers was approved September 6, 2005. Following many meetings with the Airport Board and the users of the Terminal Building, the final plan was developed and designed. We have good bids. The Airport Board reviewed the project and the Bids and approved the project to be forwarded to the City Council for action. BUDGET IMPACT: The bid is within the budget amount for the project. The project is additionally funded with $40,000.00 from Million Air of Fayetteville, $100,000.00 from the State of Arkansas and the remainder from the Airport fund. We have asked for a contingency amount of $25,460.00, 10% of the bid amount. Attachments: Staff Review Form Certified Bid tab Contract RESOLUTION NO. A RESOLUTION APPROVING A CONTRACT WITH BOSSLER CONTRACTING, INC. IN THE AMOUNT OF $254,600.00 TO REMODEL THE TERMINAL BUILDING AT THE FAYETTEVILLE MUNICIPAL AIRPORT; APPROVING A 10% PROJECT CONTINGENCY IN THE AMOUNT OF $25,460.00; AND APPROVING A BUDGET ADJUSTMENT IN THE AMOUNT OF $40,000.00. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas, hereby approves a contract with Bossier Contracting, Inc. in the amount of $254,600.00 to remodel the Terminal Building at the Fayetteville Municipal Airport. A copy of the contract marked Exhibit "A" is attached hereto and made a part hereof. Section 2: That the City Council of the City of Fayetteville, Arkansas, hereby approves a 10% project contingency in the amount of $25,460.00. Section 3: That the City Council of the City of Fayetteville, Arkansas, hereby approves a Budget Adjustment recognizing Woolsey Aviation's contribution to the project in the amount of $40,000.00. PASSED and APPROVED this 6th day of December, 2045.r' x,00 APPROV D: ATTEST: By� SONDE CONTRACT THIS AGREEMENT, made and entered into on the_ day of 2005, by and between Bossier Contracting Inc. and the City of Fayetteville: WITNESSETH: That Bossier Contracting Inc., of Siloam Springs, Arkansas, for the consideration hereinafter fully set out, hereby agrees with the City of Fayetteville as follows: 1. That Bossier Contracting Inc. 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: Drake Field Terminal Building Renovation Project Advertisement for Bids Instructions to Bidders Bid and acceptance thereof Performance Bond Payment Bond General Conditions Supplemental Conditions Specifications Drawings - 14 Sheets 2. That the City of Fayetteville hereby agrees to pay to Bossier Contracting Inc. 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 254,600 and 00/100 dollars ($254,600.00). 3. The Work will be completed and ready for final payment in accordance with the General Conditions within 150 days after the date when the Contract Time commences to run, as provided in the Notice to Proceed. 4. Liquidated Damages: The City of Fayetteville and Bossier Contracting Inc., 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 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 loss suffered by City of Fayetteville if the Work is not completed on time. Accordingly, instead of requiring any such proof, City of Fayetteville and Bossier Contracting Inc., agree that as liquidated damages for delay (but not as a penalty) Bossier Contracting Inc. shall pay City of Fayetteville, 150 Dollars ($150.00) for each day that expires after the time specified in Paragraph 3 for completion and readiness for final payment. J:\CONTRACTS AND AGREEMENTS\CONST CONTRACT REMODEL TERMINALDOC Section 00500 - I 5. That within 30 days of receipt of an approved payment request, the City of Fayetteville shall make partial payments to Bossier Contracting, Inc., on the basis of a duly certified and approved estimate of work performed during the preceding calendar month by Bossier Contracting, Inc., 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 Bossier Contracting, Inc. of evidence satisfactory to the City of Fayetteville that all payrolls, material bills, and other costs incurred by Bossier Contracting, Inc. 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 Bossier Contracting, Inc., 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, Bossier Contracting, Inc. shall, at its expense, within 5 days after the receipt of notice from the City of Fayetteville, furnish 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 Bossier Contracting, Inc. 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 form satisfactory to the City of Fayetteville. 8. Changes, modifications, or amendments in scope, price or fees to this contract shall not be allowed without a prior formal contract amendment approved by the Mayor and the City Council in advance of the change in scope, cost or fees. 9. Freedom of Information Act. City contracts and documents prepared while performing city contractual work are subject to the Arkansas Freedom of Information Act. If a Arkansas Freedom of Information Act request is presented to the City of Fayetteville, Bossier Contracting, Inc., will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. §25-19-101 et. Seq.). Only Legally authorized photocopying cost pursuant to the FOIA may be assessed for this compliance. 3 \CONTRACTS AND AGREEM EN"IS\CONST CONTRACT REMODEI. TItRMINALDOC Section 00500 - 2 • 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 counterparts be deemed an original Contract. WITNESS: ATTEST: SONDRA SMITH, City Clerk BOSSLER CONTRACTING INC. X Title CITY OF FAYETTEVILLE 0 DAN COODY, Mayor 1:ICON"IRACIS AND AGREEMEN S\CONSI CONTRACT REMODEL IERMIN'AI-DOC Section 00500-3 11/18/2005 12:14 4792510231 WDD • PAGE 01/03 :. L Lis I - r 1. 1A.'I l I l Or/u7-/23; Og4n -atli FAX T. ALL PLAN HOLDERS CONPANYIDEPARIENT: FAX PHONE RB Drake Field Renovation FC: ■ . . . •�� r • .o a ■ FROM: Richard Alderman PAGES @tth ng w44 3 DATE 11.18.05 r r Attached please find the official Bid Tabulation for the Drake Field Renovation project. The Apparent Low Bidder is Bossier Contracting. If you have any questions please do not hesitate.to call. The City and WD&D appreciate the time and effort taken in bidding this Work. NAME COMPANY PHONE FAX Genera! Contractors Kim Hoadley Hoadley Construction 236-2300 631-1617 Katy Waffsonge Bossier Contracting 524-6602 549-3972 Mike Jones GAG Building 501-676-6996 501-676-2497 Donald Fitzgerald Keating Enterprises, Inc. 466-2645 442.4792 Barry Puckett Southern Building Services 494-7776 4947779 Sam Hollis Milestone Construction 751-3560 751-4841 Sandy Dixon Dixon Contracting 883-4878 452-0568 Plan Rooms ABC Plan Room/ SRI 582.4021 NWA Plan Room 750-7709 Reed Plan Room 18003402713 • r m .•.• . •-- . .In 11/18/2005 12:14 47925106 WDD • PACE 02/03 N7f184!110 DBOM' a PAV DWN ARCMREG73 a M ia713pp.$109a Arta& AI77Ai 40/W -403I A9/iil -3ZJ1 FM Consultants/ Clients Peggy Vice City of Fayetteville 575-8220 75-8257 Ray Boudreaux Fayetteville Municipal Airport 71 B-7642 716-764 Burt Jones Green Anderson 442-4682 44 3 Wayne Jones McClelland Engineers 443-2377 443.9241 )' ie tc w+-j_t a c Sias s fo be. 7 o-.4 . j ` ti. 1Q a/c��� cope 66 oo r `,' µ5G - G�`-- NE DIFORMATION COMAYW IN THIS FAX IS FOR THE RECENER NOTEDABOVE ONLY AND SNOIAD BE CONSIDEPID Wtf CENnN- IF YOU MV! RECEIVED THIS FAX IN ERROR, PLEASE CONTACT US AT (001) 376E331 OR BY FAX (1} 37&M71 WIRENBERG. DELONY 6 DAVIDSON ARCHITECTS 100 W. Cenrer Sheer. Sure 102 Fayri1ntE AR 72701 301 /44 3 6666 .$01 /u3.931S FAX TO: City Of Fayetteville 113 W. Mountain Street Fayetteville, AR 72703 DATE: December 6, 2005 ATTENTION: City Clerk PROJECT NUMBER: 05054 RE: Drake Field Renovation Contract WE ARE SENDING YOU: ❑ SHOP DRAWINGS ❑ PLANS ❑ FLOPPY DISK ❑ COPY OF LETTER 0 PRINTS 0 CHANGE ORDER ❑ SPECIFICATIONS 0 SAMPLES ❑ ® ATTACHED 0 UNDER SEPARATE COVER VIA: COPIES DATE NO. DESCRIPTION 6 sets Drake Field Renovation Contracts - signed by Bossier Construction PLEASE CHECK AND ADVISE IF ENCLOSURES ARE NOT AS LISTED. THESE ARE TRANSMITTED (AS CHECKED BELOW) ❑ FOR APPROVAL ® AS REQUESTED ❑ REVIEWED FOR GENERAL COMPLIANCE 0 RESUBMIT _ COPIES FOR APPROVAL ❑ FOR YOUR USE O FOR REVIEW AND COMMENT 0 REVIEWED FOR NOTED COMMENTS O SUBMIT _COPIES FOR DISTRIBUTION ❑ FOR YOUR INFORMATION O RETURNED FOR CORRECTIONS O RETURN CORRECTED PRINTS REMARKS: Contact Ray Boudreaux (718.7642) Director of Aviation and Economic Development at Fayetteville Municipal Airport/ Drake Field if any questions. COPY TO: BY: c$I(Ik �tE Christie King Clarice Pearman - Res. 237-05 _ Page 11 From: Clarice Pearman To: Boudreaux, Ray Date: 12/12/05 3:08PM Subject: Res. 237-05 Ray, Attached is a copy of the resolution passed by City Council, December 6, 2005 regarding Bossier Contracting Inc. Also attached is a copy of the contract. I will forward to you five of the six originals contracts via interoffice mail. I have attached a copy of the budget adjustment. I will also forward the original budget adjustmen to Budget & Research via interoffice mail. Thanks. Clarice CC: Bell, Peggy; Deaton, Vicki; Fell, Barbara flit U/ X37 -OS WITTENBERG, DELONY a DAVIDSON 11O W. Cener Sneer, Sue 102 FAflhlfltE. AR 72701 501/43-6666 501/43.9515 FAX TO: City -Of Fayetteville DATE: December 19, 2005 PROJECT NUMBER: 05054 113 W. Mountain Fayetteville, AR 72701 ATTENTION: City Clerk RE: Drake Field Contract WE ARE SENDING YOU: ❑ SHOP DRAWINGS ❑ COPY OF LETTER ❑ SPECIFICATIONS ❑ PLANS ❑ PRINTS ❑ SAMPLES PLEASE CHECK AND ADVISE IF ENCLOSURES ARE NOT AS LISTED. THESE ARE TRANSMITTED (AS CHECKED BELOW) ❑ FLOPPY DISK ❑ CHANGE ORDER 0 ATTACHED ❑ UNDER SEPARATE COVER VIA: ❑ FOR APPROVAL 0 AS REQUESTED ❑ REVIEWED FOR GENERAL COMPLIANCE ❑ FOR YOUR USE O FOR REVIEW AND COMMENT O REVIEWED FOR NOTED COMMENTS ❑ FOR YOUR INFORMATION 0 RETURNED FOR CORRECTIONS REMARKS: COPY TO: Mr. Ray Boudreaux, Ms. Peggy BY: Vice, Mr. Wayne Jones, Bossier Contracting ❑ RESUBMIT _ COPIES FOR APPROVAL ❑ SUBMIT_COPIES FOR DISTRIBUTION ❑ RETURN _ CORRECTED PRINTS o FcFiV 0/; OFC21 9'YS� Oc�I0R 0 WRTENBERG. DELONY d DAVIDSON ARCHITECTS IX W. CHAR 52701, Stile 102 fAYFiflYE1E AR 72701 501/443-6646 501/443-93 Ii FAX NOTICE TO PROCEED December 19, 2005 Bossier Contracting 116 S. Broadway Siloam Springs, AR 72761 Attn: Bob Bass Creed Lillich Re: Notice to Proceed Drake Field Renovation WD&D Project # 05-054 Sirs: This letter is to serve as your official "Notice to Proceed" with the Construction Agreement for the above referenced project. The date of this notice is Monday, December 19, 2005. If you have any questions please do not hesitate to call. Please be sure to include the project numbers listed above on all further correspondence to this office. Sincerely WITTENBERG, DELONY & DAVIDSON, INC. Christie King e Northwest Arkansas Office c: Mr. Ray Boudreaux, Fayetteville Municipal Airport Mr. Wayne Jones, McClelland Consulting Engineers Ms. Peggy Vice, City of Fayetteville — Purchasing Department City of Fayetteville, City Clerk file Ray M. Boudreaux Submitted By $ 18,611.14 Cost of this request 5550.3960.5804.00 Account Number 05021.1 Project Number Budgeted Item FX Department City City of Fayetteville Staff Review Form City Council Agenda Items or Contracts NA City Council Meeting Date Aviation & Economic Development Division Action Required: m for Airport terminal building 300,000.00 Category / Project Budget 293,950.00 Funds Used to Date $ 6,050.00 Airport Department Terminal Building Rehabilitation Program Category / Project Name Aviation & Eco Dev Improvements Program / Project Category Name Airport Remaining Balance Fund Name Budget Adjustment Attached X // Previous Ordinance or Resolution 237-05 Y Date Finance apq Internal Service Director Date Mayor Date Original Contract Date: 12/6/2005 Original Contract Number: 1020 Received ' erk's Office RED Received in Mayor's Office EN yo City Council Meeting of: N/A Agenda Item Number: CITY COUNCIL AGENDA MEMO/STAFF CONTRACT REVIEW MEMO TO: Mayor THRU: Staff/Contract Review Committee FROM: Ray M. Boudreaux, Director, Aviat DATE: March 31, 2006 Development SUBJECT: Approve and authorize Change Order #1 to the Fayetteville Municipal Airport Terminal Remodeling Project. The amount of the change order is within the contingency amount approved by the City Council for the project. RECOMMENDATION: Approve Change Order #1 for the Terminal Building Rehabilitation Project in the amount of $18,611.14. Signature of the Mayor. BACKGROUND: The City Council approved the project to remodel the Fayetteville Municipal Airport, Drake Field Terminal Building in an effort to improve the image of the facility and to more accurately reflect the customer now being served through the airport terminal. Subsequent to the project being scheduled in the capital plan, Million Air was selected as the Fuel and Line Service FBO to provide improved customer service and professional operation of the airport line and fuel service concession. Million Air cooperated in the design and contributed financially to the project. They will contribute $40,000.00 as originally agreed to and will provide furnishings for the space as well as approximately $8,000 in additional work specific to their operation. The final product will clearly make the airport service area a lobby environment where ladies and gentlemen can wait in comfort for air and ground transportation. DISCUSSION: The changes are listed in the attached package. Most are items that are necessary to finish the project. Additional Electrical Plugs, plumbing modifications due to site conditions, flooring changes due to site conditions, doors, lighting, and an awning cover change. All change items have been carefully considered and reviewed prior to recommendation to approve. Those involved in the approval process include the Director, Financial Coordinator, Architect, Engineer, and Contractor Project Manager. 1 1 1' • : • • • • . • • • . . • :.. -. .: .-: ..:, • . 1 Aviation and Economic Developmcnt Depamnent Fayetteville Municipal Airport, Drake Field 4500 South School Avenue, Suite F Fayetteville, Arkarsav 72701 Ray M. Boudreaux, Director City of Fayetteville, Arkansas Airport Terminal Building Rehabilitation Project 2 -Apr -06 New World Systems 6.0 *LIVE* 4/02/06 Project Budget to Actual Inquiry Project: 05021 Terminal Building Rehabilitation Project Fiscal Year: 2005 Life -to -Date Account Number 5550.0955.4420.00 5550.0955.6805.00 Total Revenues: PT2000SI Project Budget Transactions Remaining Budget $ 40,000 $ 40,000 $ 100,000 $ 5,313 $ 94,687 $ 140,000 $ 5,313 $ 134,687 5550.3960.5301.00 $ 270 $ 270 $ - 5550.3960.5314.00 $ 39,350 $ 39,350 $ - 5550.3960.5400.00 $ 900 $ 900 $ - 5550.3960.5804.00 $ 277,640 $ 254,800 $ 22,840 Total Expenses: $ 318,160 $ 295,320 $ 22,840 RESOLUTION NO. 237-05 A RESOLUTION APPROVING A CONTRACT WITH BOSSIER CONTRACTING, INC. IN THE AMOUNT OF $254,600.00 TO REMODEL THE TERMINAL BUILDING AT THE FAYEPTEVILLE MUNICIPAL AIRPORT; APPROVING A 10% PROJECT CONTINGENCY IN THE AMOUNT OF $25,460.00; AND APPROVING A BUDGET ADJUSTMENT IN THE AMOUNT OF $40,000.00. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYEITEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas, hereby approves a contract with Bossier Contracting, Inc. in the amount of $254,600.00 to remodel the Terminal Building at 'the Fayetteville Municipal Airport. A copy of the contract marked Exhibit "A" is attached hereto and made a part hereof. Section 2: That the City Council of the City of Fayetteville, Arkansas, hereby approves a 10% project contingency in the amount of $25,460.00. Section 3: That the City Council of the City of Fayetteville, Arkansas, hereby approves a Budget Adjustment recognizing Woolsey Aviation's contribution to the project in the amount of $40,000.00. :F. By: :� i FAYETTEVILLE ATTEST: •.n....... By: SONDRA SMITH, City Clerk Y WITIENBERG, DELONY & DAVIDSON ARCHITECTS 2434 E. Joyce Blvd.. Ste. 10 FAYErtEv7UE AR 72703 479/442EoSI 479/251-0231 FAX TO: Fayetteville Municipal Airport DATE: March 28, 2006 PROJECT NUMBER: 05054 4500 S. School Ave., Suite F ATTENTION: Ray Boudreaux P ECENED Fayetteville, AR 72701 RE: Drake Field Renovation: MAR 302006 CHANGE ORDER No. 01 AIRPORT WE ARE SENDING YOU ❑ SHOP DRAWINGS ❑ PLANS ❑ FLOPPY DISK 0 ATTACHED ❑ COPY OF LETTER ❑ PRINTS ❑ CHANGE ORDER ❑ SPECIFICATIONS ❑ SAMPLES ❑ _ ❑ UNDER SEPARATE COVER VIA: COPIES DATE NO. DESCRIPTION 3 3/27/06 01 Change Order No. 01 containing PRs 3R, 4, 5, 6, 7, 8R, 9 and CR 9A,13, 15 PLEASE CHECK AND ADVISE IF ENCLOSURES ARE NOT AS LISTED. THESE ARE TRANSMITTED (AS CHECKED BELOW) ❑ FOR APPROVAL 0 AS REQUESTED 0 REVIEWED FOR GENERAL COMPLIANCE 0 RESUBMIT_ COPIES FOR APPROVAL ❑ FOR YOUR USE ® FOR REVIEW AND COMMENT O REVIEWED FOR NOTED COMMENTS O SUBMIT COPIES FOR DISTRIBUTION ❑ FOR YOUR INFORMATION O RETURNED FOR CORRECTIONS 0 RETURN__ CORRECTED PRINTS REMARKS: Attached are three (3) copies of Change Order No. 01. Please sign and return two (2) copies. COPY TO: BY: Christie King WITTENBERG, DELONY & DAVIDSON, INC. CHANGE ORDER Northwest Arkansas Office 2434 E. Joyce St, Ste. 10 Fayetteville, AR 72703 Tel: 47&442-0881 Fir 47&251-0231 PROJECT: DRAKE FIELD-FAYETTEVILLE MUNICIPAL AIRPORT 4500 S. SCHOOL AVE. FAYETTEVILLE, ARKANSAS 72701 OWNER: CITY OF FAYETTEVILLE FAYETTEVILLE, ARKANSAS TO: BOSSLER CONTRACTING, INC. 116$. BROADWAY SILOAM SPRINGS, ARKANSAS 72761 PH# (479) 549-3971 CHANGE ORDER NO: 01 DATE: MARCH 27, 2006 CONTRACT DATE: DECEMBER 2005 PROJECT NO: WD&D PROJECT 05-054 CONTRACT FOR: GENERAL CONSTRUCTION You are directed to make the following change(s) in this Contract: Changes per PR # 03/3R - Media Room Electrical Plugs: $ 632.95 add Changes per PR # 04 - Media Room Upgrades $ 2,324.41 add Changes per PR # 05 - Cabinet Locks $ 300.95 add Changes per PR # 06 - Restaurant Flooring $ 3,736.99 add Changes per PR # 07 - Electrical at Restaurant $ 537.62 add Changes per PR # 08/8R - Plumbing at Line Office/ Restrooms $ 6,854.40 add Changes per PR # 09 - Media Room Doors $ 1,725.74 add Changes per CR # 9A - Restaurant Lighting $ 1,841.62 add Changes per CR # 13 - Awning at Pilot Lounge $ 813.96 add Changes per CR #15 - Awning Signage Credit ($ 157.50) deduct Total changes $ 18,611.14 add CeZi7�FII�i:I1�:12L The original Contract Sum was: $ 254,600.00 Net change by previously authorized Change Orders: $ 0.00 The Contract Sum prior to this Change Order: $ 254,600.00 The Contract Sum will be increased by this Change Order: $ 18,611.14 add The new Contract Sum including this Change Order will be: $ 273,211.14 The Contract Time will add 5 days. Not valid until signed by both the Owner and Architect. Signature of the Contractor indicates his agreement herewith, including any adjustment in the Contract Sum or Contract Time. WITTENBERG DELONY & DAVIDSON, Inc 2434 E. Joyce St., Ste. 10 Fayetteville, Arkansas 72703 BY. 2/LJQ11A*4 - BOSSLER CONTRACTORS 116 S. Broadway Siloam gs, Arkansa 72761 BY CITY OF FAYETTEVILLE 113 W. ountain St. Favett64lle. Arkansas 72701 BY: 0 tflt DATE: 3 '?o .04" DATE: / o�V4 WITTENBERG, DELONY & DAVIDSON, INC. Northwest Arkansas Office 2434 East Joyce St., Suite 10 Fayetteville, AR 72703 Tel: 479-442-8881 Fax: 479-251-0231 PROJECT: DRAKE FIELD RENOVATION 4500 S. SCHOOL AVE. FAYETTEVILLE, ARKANSAS 72701 OWNER: CITY OF FAYETTEVILLE FAYETTEVILLE, ARKANSAS TO: Bossier Contracting, Inc. 116 S. Broadway Siloam Springs, AR 72761 Ph# (479) 549-3971 PROPOSAL REQUEST PROPOSAL REQUEST NO: 03 R DATE: February 13, 2006 PROJECT NO: WD&D Job # 05-054 CONTRACT FOR: GENERAL CONSTRUCTION Please submit an itemized quotation for changes in the Contract Sum and/or Time incidental to proposed modifications to the Contract Documents described herein. Quotation must be received by the Architect within fourteen calendar days from date of the ProDoosal Reauest. THIS IS NOT A CHANGE ORDER DESCRIPTION: Revise previously issued PR# 3 and Contractor responded pricing to include second outlet in Riser face. PR#3 stated: In response to Bossier RFI # 8: Provide pricing to add 1 duplex electrical plug to the middle of the riser face between the 1" level and top level. Also price replacement of the old electrical plugs with new ones, on a room by room basis, from the Media Room to the Line Office. Attachments: WITrENBERG, DELONY & DAVIDSON, INC. By: Christie King, Northwest Arkansas Office JRN-27-2006(FRI) 13:53 P. 002/002 REQUEST FOR INFORMATION FORM SUBMIT TO: WIITENBERG, DELONY & DAVIDSON, INC. 2434 E. JOYCE FAYETTEVILIE, AR 72703 Phone 479.442-8681 Fax479-251.0231 PROJECT: PROJECT #: RFI # 8 DATE SUBMITTED: 1/27/2006 REQUIRED ANSWER DATE: as soon as possible REQUESTING CONTRACTOR'S NAME Bossier Contracting Creed UIOdt Requesting Contractor's Fax No.. (479) 549-3972 All requests must include the associated reference such as drawing #, spec section, room #, column line location, etc. REFERENCE: Eli Phase 1A REPLY: DATE CC: RFI file Bossier Contracting, Inc. 116 S. Broadway Skoam Sprigs, Arkansas 72761 CHANGE PROPOSAL REQUEST CO, PROJECT: Drake Field Renovations #05-054 CR/PR # 3 R DATE: 02/22/06 ARCHITECT: Wittenberg, Delony & Davidson, Inc. Attn: Christie King REASON FOR CHANGE: Owner requested price for changing out the old receptacles and adding 2 in the riser face. This replaces the previouse CR/PR #3 MATERIAL MATERIAL LABOR LABOR DESCRIPTION QUANTITY UNIT U/P EXTENSION CODE U/P EXTENSION CODE 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 Subtotal 0.00 0.00 Sales TaxlPayrok T & I 9.13% 0.00 29.80% 0.00 Clean Up/Trash Removal 6.00% 0.00 Subtotals $0.00 $0.00 Total Materials and Labor $0.00 SUBCONTRACTOR CHANGE Broadway Electric $590.99 Toted Subcontractor Charges $590.99 BCI-OH & P -Sub Items 5.00% $29.55 BCI-OH & P -Own Work 7.00%- $0.00 Subtotal $620.54 Performance Bond Cost 2.00% $12.41 TOTAL THIS CHANGE 5832.95 This proposal wik resuk in 0 delay days. Proposal by: Bossier Contracting Architect Acceptance Ow Date: Dete< Z . Z2 . 0 6► Dal°' 2 . 2 2 . OL Z�,Z 6 fr%4',i :th•,h 6c.. • w„i.: CHANGE PROPOSAL. REQUEST General Contracior: Bossier Contracting Aft Creed REASON FOR CHANGE: Customer requests price duplex receptacle 22 each 3.75 82.50 trim plate 22 each 1,00 22,00 0.00 0.00 0.00 0.00 •0.00 0.00 0.00 0.00 0.00 0.00 San Tar/Paymb T & 1 9.139E 27.79 Clean Up/Trash Removal — Subtotals $332.29 SUBCONTRACTOR CHANGE Proposal by: Broadway Electrical Contracting Date: CRIPR S ELATE Total Molarlala and Labor itI1,r..:,7tIlt:IL,iuJ BEG -OH & P •l, tfi Tni XiF%3:L�::�T 132.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 39.34 $513.90 $0.00 15.00% $77.09 $590.99 L - WITTENBERG, DELONY & DAVIDSON, INC. PROPOSAL REQUEST Northwest Arkansas Office 2434 East Joyce St., Suite 10 Fayetteville, AR 72703 f Tel: 478442-6681 Fax: 479.251.0231 PROJECT: DRAKE FIELD RENOVATION 4500 S. SCHOOL AVE. FAYETTEVILLE, ARKANSAS 72701 OWNER: CITY OF FAYETTEVILLE FAYETTEVILLE, ARKANSAS TO: Bossier Contracting, Inc. 116 S. Broadway Siloam Springs, AR 72761 Ph# (479) 549-3971 PROPOSAL REQUEST NO: D4 DATE: February 13, 2006 PROJECT NO: WD&D Job #05-054 CONTRACT FOR: GENERAL CONSTRUCTION Please submit an itemized quotation for changes in the Contract Sum and/or Time incidental to proposed modifications to the Contract Documents described herein. Quotation must be received by the Architect within fourteen calendar days from date of the Proposal Reauest. THIS IS NOT A CHANGE ORDER DESCRIPTION: In response to request by Owner's tenant to upgrade the Media Room area, pricing on the following items is requested: • Provide pricing to add 2 layers of insulation above the ceiling in Media Room for additional soundproofing. Insulation to be cross layered up to/ and around existing ducting. • Add (6) —4 '/" x 4' /z" Square electrical boxes for sconces per tenant provided diagram • Add single switch box by current light switch box — at NE comer of room. Move main lights to the single box. The double box will be wired for the sconces and can lights and will have ground, neutral, and hot wire in each. • Delete 4 can lights and 3 fluorescent lights from the existing ceiling layout (credit). Upgrade remaining fixtures to allow ceiling insulation coverage. • Add insulation to wall between Media Room 111 and Office/ Sleep Room 113. Demo existing wall sheetrock as needed and replace with new. Finish surface with new paint and texture as needed to match existing conditions in both 111 and 113. Attachments: X-8 Reflected Ceiling Plan Revision Sconces diagram WITTENBERG, DELONY & DAVIDSON, INC. By: Christie King, Northwest Arkansas Office /11 WIITENBERG, DELONY & DAVIDSON, INC. 2434 East Joyce BNd, 9avettevllk, AR 72701 p4794424481 1479.2Sl.0231 X-8 DATE: 2.1306 PROJECT: 05-054 REVISED A1.3 REFLECTED CEILING PLAN SCALE 1/4"= DRAKE FIELD RENOVATION FAYETTEVILLE, AR iwi 4't 4. Bossier Contracting, Inc. 116 S. Broadway Siloam Springs, Arkansas 72761 CHANGE PROPOSAL REQUEST PROJECT: Drake Field Renovations #05-0.54 ARCHRECT: Wittenberg, Delony & Davidson, Inc. Attn: Christie Wang REASON FOR CHANGE: Lighting change in Media Room CO# CRIPR 0 CR 4IPR 4 DATE: 02/22/06 [1T 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 Sales Tax/Payroll T & I 9.13% 0.00 29.80% 0.00 Clean Up/Trash Removal 6.00% 0.00 Subtotals $0.00 $0.00 Total Materials and Labor $0.00 SUBCONTRACTOR CHANGE Broadway Electric -Sconce lighting This proposal will result in Proposal by: Bossier Contracting Cr ¢.Illkh Date: ' Total Subcontractor Charges BCI-OH & P -Sub Items BCI-OH & P -Own Work TOTAL THIS CHANGE 0 delay days. Architect Acceptance Date: $465.31 $465.31 5.00% $23.27 7.00% $0.00 $488.58 2.00% $9.77 $496.35 101 S. Broadway Siloam Springs, AR 72781 PROJECT: Drake Field Terminal CHANGE PROPOSAL REQUEST General Contractor. Bossier Contracting Attn: Creed REASON FOR CHANGE: Customer requests price CRIPR S DATE Install Sconce lights 6 each 0.00 20.00 120.00 0.99 0,09 pgggg 0.00 0.00 0.00 0.00 Can lights -4 46.00 (184.00) 20.00 (80.00) Fluorescent 2x2 Troffers -3 40.00 (120.00) 20.00 (60.00) 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00• 0.00 0.00 0.00 Sales Tax/Payroll T & I 9.13% 36.11 29.80% (5.96: Clean Up/Trash Removal 6.00% 1.56' Subtotals 1432,14 (327,52: Total Materiels and Labor $404.62 EXCLUSION NOTE: No manufacturer makes a foctxe rated to be covered with i sulation. Contractorwi add to this price the cast of a box to cover a 6stkg faturee to maintain r clearance of isulation to the fixture. Proposal by. Broadway Electrical Contracting ,:. F.IT .: B.E.C.-OH & P Subtotal TOTAL THIS CHANGE $0.00 15.00% $60.69 $465.31 General Contractor Acceptance nce Date: Date: 03/27/2006 16:43 4792510231 WDD PACE 04 BoststGontrsmg, Mc 11as.0ruS r SWM S W#M MkfarNY T2M P4•) I IIII u re jjYT • . 4S4. -OH & Pb tins L0.1. -0N & worm work suV C TQTAL THIS CHANGE it . .1 z00% s3a.e1 02/27/2086 06:45 5017362275 HOLMES INTERIORS PAGE 01 Holmes Exterior & Interior Finish, Inc. 15415 W. Hwy. 12 P.O. Box 091 Gentry, AR 72734 Bill To Bosslcr Contracting 116 S. Broadway Siloam Springs, AR 72761 Estimate Date Estimate 4 2/27/2006 1267 Description Total rPR#4 call//tv layers of insulation above ceiling in Media Room for additional 816.00sulation to be cross layered up to I and around existing ductingngs for ceiling fixtures to allow ceiling insulation coverage 450.00 Add insulation to wall between Media Room III and Office / Sleep Room 113, 439-00 demo existing wall sheetrock as needed and replace with new, finish surface with new paint and texture as needed to match existing conditions in booth 111 and 113 a&s. Ste CR/2J/R9 Replacement of door and frame between Media Room 111 and FBO 110 New door for Media Room III to Hall 112 Total Signature Phone # Fax # 479-734-3275 479-736-2275 WITTENBERG, DELONY & DAVIDSON, INC. Northwest Arkansas Office 2434 East Joyce St., Suite 10 Fayetteville, AR 72703 Tel: 479-442.6681 Fax: 479-251.0231 PROJECT: DRAKE FIELD RENOVATION 4500 S. SCHOOL AVE. FAYETTEVILLE, ARKANSAS 72701 OWNER: CITY OF FAYETTEVILLE FAYETTEVILLE, ARKANSAS TO: Bossier Contracting, Inc. 116 S. Broadway Siloam Springs, AR 72761 Ph# (479) 549-3971 PROPOSAL REQUEST PROPOSAL REQUEST NO: 05 DATE: February 13, 2006 PROJECT NO: WD&D Job # 05-054 CONTRACT FOR: GENERAL CONSTRUCTION Please submit an itemized quotation for changes in the Contract Sum and/or Time incidental to proposed modifications to the Contract Documents described herein. Quotation must be received by the Architect within fourteen calendar days from date of the Proposal Request. THIS IS NOT A CHANGE ORDER DESCRIPTION: In response to request by Owner, pricing on the following items is requested: • Locks for millwork on the CSR Divider Wall. Each separate cabinet section is to have its own lock including the glass door. Total new locks of 5. • Locks for CSR desk. Revise millwork per X-9. Center section drawers are now to be lockable. Drawings illustrated locks on the 3 cabinet door sections previously. Reallocate these locks to new file drawers and cabinets doors as needed. • Locks for millwork cabinets on south wall of lobby/ CSR. Total new locks of 7. Attachments: X-9 Revised CSR Desk WITTENBERG, DELONY & DAVIDSON, INC. By: Christie King, Northwest Arkansas Office DELETE ANGLED INSET TRAY FOR MONITOR BASE 2'-0" 1 3'-4" 1 ' 1'-4" A 3'-4" 1 2'-0" CSR DESK 112" = 1'-0" WITTENBERG, DELONY & DAVIDSON, INC. 2431 East Joyce Blvd. Fayettevik, AR 72701 pO9.442.6681 t479.251.0231 x-9 DATE: 2.13.06 REVISED 3/A2.1 PROJECT: 06-O54 CSR DESK REPLACE P. LAM. CABINETS WITH FILE DRAWERS. REALLOCATE LOCKS FROM CABINETS TO DRAWERS (3). DRAKE FIELD RENOVATION FAYETTEVILLE,AR MAR-03-2006(FRI) 12:03 P. 004/007 Boeskr Cantrastkg, Inc. 116 S. Brtoedwsy Sian Spkge, Arkanae 72761 CHANGE PROPOSAL REQUEST Ti j,1 JAl • ,[ �t7�1 La F ( . 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 O.Do 0.00 0.00 0.00 0.00 0.00 0.00 0.00 Sake Upl r h e d I 8.13% OAO 26.80% Cken Up/Traeb Removd -- 8.00% aw Sutnolak $0.00 80.00 Total KtMw a4 and Labor $0.00 SUBCONTRACTOR CHANGE rr 801 -OH & P -Sub Mama BCFOH & P -Own Work Performance Bard Cow TOTAL THIS CHANGE $230.00 $51.00 $281.00 5.00% $14.05 7.00% $0.00 $295.05 2.00% $5.90 MAR-03-2006(FRI) 12:04 ex Uatei a re htU-If-zUUb(FR U 09:41 FEa-17-06 FRI 0B-55 WBBnCRAPT. INC. P. 005/007 P.001 501 646 S174 ►.01 WOODCBAFC, C 4200 Whoelor—P.O. Box 180034 Fart Smith, AR 7291&0034 479-616-9195 Fax; 479-646-9174 ro asla€ 4 w *.sent - PAGE / OF / mcludmg thus one r7?e: ,C/e4 Ik*SS r4ip '? I1ntjc'7'2P ea re ar.4. Cjal�ri✓e .5770/G F'.c 'p4o.- 'G NRR-03-2006(FRI) 12:04 P.006/007 �• A Bid Proposal Fsdsnt idartbleufoe n 401411aa Date: 03102106 Project Nams: DRAKE FIELD ADDITION Proposed To: BOBSLED CONTRAc i iNG . INC. Loeatlon: 116 S. BROADWAY FAYETTEVILLE. AR. SILOAM SPRINGS. Attention: CREED LILLICH Architect: Plan Date• Addandums Noted: None proposes speclllcdtions labor and material I to supply and' 13 binet glass door locks in exlaling units o�y Total Amount of Bid: / O.. r Exclusions / rdaxlfcadons: o Psr ee+ Tesdi Pro,djns, or spsea Inspection ewe on I . 2. No Paymarnar FYAermanoa Bonds we Included. No Liquideled Damages am Included. a. No Enalnaenrc :Moutalbea or Ensw+ws stoma its wewded. A. No Denwbbon, t:utdna. Patth or Ersmi n of any Corcete. Masonry. Stall or Wood is Included. Soaklna Is to be provided by others. I Brookaaa ar DMnaaa to Materials is not eovorad tin!— Caused by NwMng Glass. Protedton of our installed work Ia exduded. t Cleankc of Wal land Numlrnsn excluded. 7. B Id PmpwM 4 luesed upon N0NdJNI0N Labor and besad upon normal warkIna hours. 6. No Mlmxa Accepted Sya Proposed Br. Blnswanger Glass This SW Proposal is subject to change Knot accepted wlthln <s days. 1 df 2 tB 3911d S5tft bWNWSiIa TEEEEbp6L0T ZZ:Eg 9002/ZB/ce 100'd IEEEE446Lp1 92:91 (RHL)9002-20-88N Call/al?0 x8 HRR-03-2006(FRI) 12:04 P. 007/001 Lato m kwpotthZs cn� Thewohwillooawlkaty Osyw itSi be awoof .11 cpsb sid DuvrofdhPopotNmldadwess;nndconditions.Quwa. D lm oWSwk■ axud, we pier mmdlab acceptance and subJectto bIf as +neared within the dose stpulatrd a Pap am b 5 or Um m mlps*a4 wkldi 3d days Qom caw hwM& . Sdarandl bt paid imONy Pmmnd p4Ylasas o r before as 10th of aach mmth, erxnndag dpppe. for mode WeegkW plw Sharp fbr inchWa andeadenatsumad its faitr. awaited m the owner o o Lan the am11eeac of m vioti pamadt m fldlar. Field paymondAM be due 30 days at= tM mark onMbed w dx Plupam Is aaunuayaotpr - -. stxs n atsi ley ye p*yeox a drx a dowry 91 3.14. I--" dhatgmadJm of Visa rid arviat 1Mll ha valid aiwcptby the as,madzb vnki■g hySdkr btbn wmdr ..emoted. der 4r with paid. M a ths*all Nubia ll mat tit rasmab tamp nondt cubs mmdatara l wk � by lem, s leas.tm Pow by y,a. Lit The vr6Ik w —H payment w S.Srad berme provided, St mey Doted work without Ifsbifty td Buyr awl wN.aw pr■Jedka Ia .ay Darr nerdy kmq6. BuyaMklo pavaro at vowk nca do a s be arsaptabla for we* vein in-aad■eec with Pay applicableapaaBloWiooa Sdwr willrot bt adl-d vpo b 1111% mark awl eafllar I Mat are radyto learn Watklwad work teats jab eoeplallm 7. At * —"ore is Proposal at pnvideC 4nikr *0 be in a reaoabk lbw in which to mart delivery ofaudrgb and to contsci and complaatbpelbataaxoralwnrftSeliwdkplinut bemponoNet usaydatalmwhethrIiquidxardrotbwse.risingfourenyddagaanddatMits "two -___lame by ar size ofmy kkd and Coat Ixydnd b coanol; incl dins boa ad Umhd IA, delays sated bower, general aaroawlw odor mlmWmoom rddieas edfarapndsm crowd aanflld maoamitl dislocation matting therefrom; a mbrpoes riIion1nottthor,or it.. materWs, podalioa thduua rte -1 -noun; boa di lloukba; civil dsoataa orsny Wed: action of eivu ornu7itxry adrdtln: vaadr priridauw SIsadain Sin, Iliad ,meldsand olba Acs ofOod. S. BelbitMO setbe tsparibk tr WakenrdamagM para raearlaaka antmidla, apt ds Omc* aasd by ncaw pPlgmoflnoWloyc .Any r .Wr wank peat -mat. by any air owill beaaldm■d and ordr brsddkiot11 wod4 scum oast dacrdbrk w the goolatL hvain.No pwt.a ordmbigatilametal rDarrnerdsisiodrdedlit tIPfsiS.ThcrospmsibiUyaf9lkrffird■mpatitaboaofnateabInrtwit olaaa on aflrryd materiels to a public alder ad Salle shall horror liability INSmA Sap or lass suhyistim M rid duUv y. 9. Work Idled for hat a Inc be prfrmed during redder wadding hart of Sd ts, Chutrdox Was will be dwpcd far all work prtEmwdouttldo such teen xouurding W the.lardon ludo. 10. Au rrrttla dial meb I. Otad let aardona with the nrpcoliva Industry tdallace afcolr vriatot, thicken. I' * fmkh, knture and pafrmwws 11 Natwilbaatlaf try pmvkba is W■ contrary' contained is this PmpuaL the raauact it hcwan twaraed coabbdbr or a cmlr, Sic may file a lim or daulu on its behalf In tha overs: duo any printedmShcrsoatmadeas andwhenpnvidedforbydtsPropunt 12. Is tit ruau a auhonam s bed on Wk?mpad is to be auakd the bosh mfsubemanal sbU be %b carrot ALA Shmdeed Pam Subcontract Dooromd AA01. 13. $uycwl l Rondo utogoult eaao w buildingvka, all senponry .slits, landing suhabia covanml swap spent. hoitdnf, and punt at a cost to lacy be astasad cock%:% fl 15. IMa w all p■rdwra m bon wupWcd. which hd wwaaar m loo eawalet 16. upon doccnunea t rd St,000,000 for aeh emu dabeL it Inrgaad a 17. 'Ibis Peapowls all r Inklokd by am party w 12. All spa rill Iliac (491 Mrob r io pea. drpatt urdlmuaas, Mdrimt,1 supplied by lit gamut o Moor wbaarnr, in dw and bin, b Wtlmmull ar uontrarr r gay rh.c a t'J. Utilities Wuedv, S unite mmulkara4 con row (I) Ysat born ix I such prlad (limbed lb it without daft br stir INCIDSM'AL CONS& Rtpbetmauofnrnil MCRCHANOISB OU U Rnau)wBR Sf1A.L I IintlslWns at, Stow Itag saint m may not *Pp4 addtsawsb omdwPapwmena, 20. The pan etrad 'dug ddt %unpaid on bcMlof Buyr teprraldt did he it duty amdmrizd b -rapt this ptopanl on bmfdtarBuyer. In am cave Buy11 b aearpomdi r tho Pawn ad-' n$ this Poapoul a beatof Bays krxby pprammndly Ltmarka din uHla,cba of Buyer haaundr. 21, lath. m of lk rtmaISaadd Whar furnished haaadrun le apt freshalyp=unble tasty Buya ,btu funah wSaar the appropriam d bran ual r ligaldmad dsmala far Slays in coq sam In mmaso 0( 151. - mount of this Proposal end oar liquidised dosages b darns or eaaa mtribded w aibr nednrbm a minty mmkide Ico scare dtbk Pr000W. :beaim Bulidnt Rink hnnilaae0. itcledbg snap tin rawd11kan. cape Si. Tuft W hr crab seen work andha inaleiaie s St a a eddidaoal imaend. Buyr Sail $edlb Sally a oatilirate arseth laarawt which emu panda this rump upontlhkly 17prior wrnatnaia to adkr. pw4 Buy rru but provided a anklab olitntardcofx se0rk:acrd cones ottioopoo br rib palm and Ay beaky INmy uabltky, coed 1300,000 Sr pr0pty dgahag■ ltabuhy. If sera to a Coat alibis rtaedtrd fl u a:lt b.unode will kw"'' a tit qumsd irw bran ealy air,sain eidastmdirr beuroga &Ilan and Dupated to modifkaana shill be valid cleat in wrkm f and sigma 1W W a.1S� W-GgW fv bin set limned b mgdpmawL amwpma, a with marries, a4 cc. tl'a i'e m ruppb■d) roghwed r kt3' hI sal of else lwnaw coadar r flat aoplie¢a with Wa4. vbr4 fdwA or cite Malwary body, hostu r pshty ruin. kosim or requirement cuter clad drat omit ab1t ally to pyrirraee underdlb Ptopad lard he flank d awl eta M own raka"atpaa dud la Add coupSunrwih dl of rink requimmtes. Satlr*AU aaa a lability, of say itaf ooneomptinawith LAY inch ragdraimL Mmdova, tit $coral dartnetarbaaby u-aa r# -'I alma, a Sc dYa a Segr hxtulas rmm cop auitdt, mlelaa, Judpnear Or demands rising hi day way by vision of riaa a of the gamaul loth a entnply will plspmvtrian. ayfanldtoBuywstymatt@moralfWnidaallordimdlodbrdu11kramlivedivanduvetsarmrlal(I'■dlMsthe scope r a the ace elf ay WA&4 and warWaanddp tar v priod'root (1) yore from the dots orfandlaiar4 itwauted by Sella, slivery ilnut instal by Sellr. to the rat of the maufacrtt i wamrty In din a m of r ready chug be duo .it and eschnhe rate AL, OR OTNSR DAMAGES IN CONNEC is waraaY sha3 at rsed AN win n sty Ise WARRAN7y OF NNW POR A PARTII TED W DURATION TO TEM PFRIDO OP eS waevaty lasts to Iht taawtkn or limiudi ;We of this pntpa s. To obtain prformance ter wi1L at Ir option. tiyak rrplace air dewivem andate my.'] -'R Sk1ALLN0T Bti LIABLE FOR SPACIAL IDsssCr.7bs witty shell nct apply w brabgo ore)111. M orklind aataial. ANY 1MPUG0 WARUA)M OF S OR' iCW AMUCABLS TO THE MATERIALS VURNISHEI) Y EXfPNDao NMUNDIR Sane talc hit at lbw euahgtwnftal dames so that are above limimioa OF watery, Boys must eetify Sear. In Wrida h .4th. a bow or perdarrrunew band is to be pmvldtd by Seale. in the event x paymau bond or a__ to the gated Qr�i a. and will Cabo rapwousm din the ankdmd armstauds to be used uakr this Ptoprsl cod duel std reetrwaawded b Btq Lisa aSy ahaitl --iii a cow n an wawa. w.W.w rn ,._.. ^-"r---.._..- ip , r pnpenty dwa$d don glass brakafe Wdmdi% but set dmtsd 10. tatty dears (Sl26 is whole aria Pm4, flaad ddrmd wads, none dual. SlIdInts doom and silmont and bath voloswca, Dula AWOW mckatntledga that Sclor I% bound by and jokods to adbomto the�oqdello%betsSmtnt o,Callor CPSC Atdnhxoad Oblh $ M1111kds Safety Staodads p6CFR 1201) and lend bulb coda Buywfwthr eeb,owkdget Wb 1hopad Sr Was to parwa ws.a aka prbmantt Gutted rir nlakrt is Pnpatl "keg seller to mat oblgedotr, pea, shop drewiees. pa isrupoda, cob., which at ie9aldtaat with and/or rdhawsa in vtd11iaofach 11adaNs. if ay of Um contact documents requite the we ofpesing mrbaids avery ty 16CER 1:01, of weal bugoing coda, than mr'a' mquirmmands still be charged m campy with a3 fbn pmvklons or rani nadTTL coed, btdu, Salr.tha0 be entkiS b mmmive A mppropeishe IlkWar for any amm cam as two blurred duet. such chahwv franc the al I anuut Doamals. Styr mpeaau Unit acs asAty 8ka+nl muteeiais called fur by tM dpalrr.tiwn for by'tbc spe ifctima for all loerlea ofthhanode arc in Gomp)fxnoe with th applicable Fdeeai, sea ad 1001 building cads cad nftty $lead°$ kwi 2of2 LB 3DVd 200 d SSV 19 82SNVMSNIS IEE(EPP61PI TE££EPPGLDI Z:EB 980/ZB/B 92t91 (RR!)9002 coo auN ant!/»g0 xis WITTENBERG, DELONY & DAVIDSON, INC. Northwest Arkansas Office 2434 East Joyce St., Suite 10 Fayetteville, AR 72703 Tel: 479.442.8881 Fax: 479-251-0231 PROJECT: DRAKE FIELD RENOVATION 4500 S. SCHOOL AVE. FAYETTEVILLE, ARKANSAS 72701 OWNER: CITY OF FAYETTEVILLE FAYETTEVILLE, ARKANSAS TO: Bossier Contracting, Inc. 116 S. Broadway Siloam Springs, AR 72761 Ph# (479) 549-3971 PROPOSAL REQUEST PROPOSAL REQUEST NO: 06 DATE: February 15, 2006 PROJECT NO: WD&D Job # 05-054 CONTRACT FOR: GENERAL CONSTRUCTION Please submit an itemized quotation for changes in the Contract Sum and/or lime incidental to proposed modifications to the Contract Documents described herein. Quotation must be received by the Architect within fourteen calendar days from date of the Proposal Request. THIS IS NOT A CHANGE ORDER NOR A DIRECTION TO PROCEED WITH THE WORK DESCRIBED HEREIN. DESCRIPTION: In response to request by Owner, pricing on the following items is requested: • Price replacement flooring for select areas in the Restaurant Seating 133. These are to include the carpeted area outside Retail 123 and Storage 124. Also, price flooring to the north of door 130 matching up to the existing tile and running to the end of the demo area. See attached reference plan (X-10) for general perimeters. Pricing to include sawing and demo of existing tile for the purposes of creating dean edge and pattern to abut new flooring. • Provide the above described pricing for 2 alternatives — Option A 12x12 porcelain tile and Option B — Mannington Ways Carpet. Attachments: X-10: Flooring Diagram WITTENBERG, DELONY & DAVIDSON, INC. By: Christie King, Northwest Arkansas Office FEB-24-2006(FRI) 16:55 P. 004/008 c1L. Ilfi Jill Ii. CHANGE PROPOSAL REQUEST CO# PROJECT; Drake Field Ranovabans #051054 CRIPR # CRBIPRB DATE: 02!2$106 ARCHITECT: Witte nberg, Delany & Davidson. Inc. Ann: ctviSe IG c REASON FOR CHANGE: Replace Flooring Restaurant Area Option B Carpet 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 Sales TaxiPayml T & I 9.13% 0.00 29.80% 35.76 Clean Up/Trash Removal 6.00% 9.35 Subtotals $0.00 165.11 Total Materials and Labor $165.11 SIJOCONThACTOR CHANGE Designer The $3,321.00 This proposal will result In , „ " Y Creod Li@ah A Date: 2/24/2006 Total Subcontractor Charges L.B.L•OH 6 PSub Items LB.I.-OH & P•Own Work Subtotal a delay days. TOTAL THIS CHANGE $3,321.00 5.00% $166.08 7.00% $11.56 $3,663.71 2.00% $7327 $3.736.99 ✓ FEB-21-2006(FRI) 16:55 P.005/008 Designer Tile 5107 Cedar Dr Colcord, OK 74338 Name/Address RoMelor Contracting Inc 116 S Broadway Siloam Springs, AR 72761 Change Order Request Date Estimate# 2/20/2006 06-12 Project Name Project Change Item Option #2 Ocala Field RmovaL.. cupct Description Qty Rste Totes Change to ovpot in rmawant arar whit Kuth B. Cnmal mr asarcd Corpnt lnstallatlan 140 3.00 420.00 Carpet 140 15.35 2,149.007 uapct ndhcdvc 140 0.50 70.00T cwpet ttdght 140 0.40 56.007 Flow prep/ Miso 4 25.00 100.00 thur pots 2 15.00 30.007 `a"L /tn 2r* t.a 240 Subtotal s2,025.00 Sales Tax (8.0%) Total 3su.•r $3,009.40 Phone# Fex# 91E -422-{2t14 91K-422-4267 WITTENBERG, DELONY & DAVIDSON, INC. PROPOSAL REQUEST Northwest Arkansas Office 2434 East Joyce St, Suite 10 Fayetteville, AR 72703 Tel: 479-442-6681 Fax: 419-251-0231 PROJECT: DRAKE FIELD RENOVATION 4500 S. SCHOOL AVE. FAYETTEVILLE, ARKANSAS 72701 OWNER: CITY OF FAYETTEVILLE FAYETTEVILLE, ARKANSAS TO: Bossier Contracting, Inc. 116 S. Broadway Siloam Springs, AR 72761 Ph# (479) 549-3971 PROPOSAL REQUEST NO: 07 DATE: February 17, 2006 PROJECT NO: WD&D Job # 05-054 CONTRACT FOR: GENERAL CONSTRUCTION Please submit an itemized quotation for changes in the Contract Sum and/or Time incidental to proposed modifications to the Contract Documents described herein. Quotation must be received by the Architect within fourteen calendar days from date of the Proposal Request. THIS IS NOT A CHANGE. ORDER NOR A DIRECTION TO PROCEED WITH THE WORK DESCRIBED HEREIN. DESCRIPTION: In response to 2/14/06 Bossier RFI #10, provide pricing for the following items: • Addition of 2 new electrical plugs on each side of Restaurant 130/Future Tenant 128 divider wall. WITTENBERG, DELONY & DAVIDSON, INC. By: Christie King, Northwest Arkansas Office FE6-14-2006(TUE) 14:54 P. 003/005 REQUEST FOR INFORMATION FORM SUBMIT TO: PROJECT: PROJECT #: WITTENBERG, DELONY & DAVIDSON, INC. 2434 E. JOYCE FAYETTEVILLE, AR 72703 Phone 479442-6881 Fax 479-251-0231 • • •r: REQUESTING CONTRACTOR'S NAME: Bossier Contracting Creed IJilich Requesting Contractor's Fax No. (479) 5493972 All requests must Include the associated reference such as drawing #, spec section, room #, column fine location, etc. v 4) _ •: - : • • • • l a b REPLY: MAR-17-2006(FRI) 09:48 P. 002/012 Bossier Contacting, Inc. 1163. Broadway Siloam Springs, Arkansas 72761 CHANGE PROPOSAL REQUEST C0# PROJECT: Drake Field Renovations #05-054 CR/PR # CR 81PR 7 DATE 03/01/06 ARCHrrECT: Wlttenbeig, Delony & Davidson. Inc, Attn: Christie Kbno REASON FOR CHANGE: Adding 2 new electrical plugs on each side or Restaurant 130/FuAure Tenant 128 divider wall. 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 Sales Tax/Paymll T & I 9.13% 0.00 29.80% 0.00 Clwn Up/Trash Removal 6.00% 0.00 Subtotals ,00 $0.00 Total Materials and tabor $0.00 =7 •- :, o.., , Total Subcontractor Charges $501.98 & P Sub Items 5.00% $25.10 Bt -OH & P -Own Work 7.00% $0.00 Subtotal $527.08 Performance Bond Cost 200% $10.54 TOTAL THIS CHANGE 537.82 This proposal will result in 0 dolay days. Proposal by; Bossier Contracting Architect Acceptance MAR-17-2006(FRI) 09:48 P. 003/012 Broadway Electrical Cw&acft 101 S. Broadway CHANGE PROPOSAL REQUEST Siloam Sprkps, AR 72781 PROJECT: Drake Field Terminal CRIPR M DATE: 03 1p General Contractor Bossier Contracting Attic Creed REASON FOR CHANGE: Customer requests price 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0,00 0.00 0.00 Sales Tax1Payrol T & I 9.13%I 36.50 1 200% I 0.00 Clean Up/Trosh Removal Subtotals Total Matodals and Labor $436.50 SUBCONTRACTOR CHANGE Proposal by: Broadway Electrical Contracting Fred Bailey •r. •�• nwu n ,.n � It B.EC.-OH & P 15.00% $65.48 Subtotal 01.98 TOTALTHISCHANGE$501981 General Contractor Acceptance Date: Owner Acceptance Date: WITTENBERG, DELONY & DAVIDSON, INC. PROPOSAL REQUEST Northwest Arkansas Office 2434 East Joyce St., Suite 10 Fayetteville, AR 72703 Tel: 479-442-6681 Fax: 479-251-0231 PROJECT: DRAKE FIELD RENOVATION 4500 S. SCHOOL AVE. FAYETTEVILLE, ARKANSAS 72701 OWNER: CITY OF FAYETTEVILLE FAYETTEVILLE, ARKANSAS TO: Bossier Contracting, Inc. 116 S. Broadway Siloam Springs, AR 72761 Ph# (479) 549-3971 PROPOSAL REQUEST NO: 08R DATE: March 2, 2006 PROJECT NO: WD&D Job # 05-054 CONTRACT FOR: GENERAL CONSTRUCTION Please submit an itemized quotation for changes in the Contract Sum and/or Time incidental to proposed modifications to the Contract Documents described herein. Quotation must be received by the Architect within fourteen calendar days from date of the Proposal Request. THIS IS NOT A CHANGE ORDER NOR A DIRECTION TO PROCEED WITH THE WORK DESCRIBED HEREIN. DESCRIPTION: Previously issued as PR #8, described below: In response to 2/14/06 Bossier RFI #12 and 1/27/06 Bossier RFI #6 regarding new sinks in the Line Office 115 and Men's/Women's Restrooms provide pricing for the following: • New sink in Line Office 115 • New sinks and fixtures and in Restrooms 103/104 • Addition of new lines in Line Office 115 as well as any additional scope of work necessary for provision of new items in 115,103,104 per attached Plumbing consultant's drawings. PR #8R requests revised pricing to the Line Office Area, as previously issued, to reflect the following changes: • Deletion of garbage disposal and Floor sink • Kitchen sink type change • Additional equipment and lines per Green Anderson revision sheets Please note that pricing should reflect adjustments for any previously specified items in the original contract drawings! documents. ATTACHMENTS: Green Anderson Revisions (2 pages) P1, El Note: Sheet P1 reflects additional scope of work for areas covered by PR #1 OR. Use only information applicable to PR#8R for this pricing. WITTENBERG, DELONY & DAVIDSON, INC. By: Christie King, Northwest Arkansas Office --r OTE 1 ECHANICAL 118 ■ PHASE 1 m m M 1)IWI m o m N 1 x C C_ OFFICE -_ LINE �f yl ' II 111 C OFFICE lxii f "•,. 116 _ •_■ OTE 4 NDT. 1 EC TO PROVIDE ALL HARDWARE AND INSTALL. NO 1 NOTE 1 � COORDINATE EXACT N 1 LOCATION WITH MILLWORK x AND OWNER'S REP. x OFFICE 113 1 x PFSE1 B POWER PLAN Scale: 1/!• = 1'-0• REFER TO E1.1 DRAKE FIELD RENOVATION CONTENTS: DATE:3—01-06 Green Anderson REVISION /1 ENGINEERS. Inc. FAYETTEVILLE MUNICIPAL AIRPORT BOARD 222333 N. cnrn revs Re. iA-442-i6a1 72703 Fayetteville, Arkansas JO I, 5078 SHEET El PLUMBING NOTES 1. 1/2" CW TO SB-1 FOR EXISTING COFFEE MAKER. LOCATE ABOVE COUNTER. COORDINATE W/ ARCHITECT PLANDS. 2. CONTRACTOR TO REMOVE EXISTING 1/4" WATER LINES SERVING COFFEE MAKER AND ICE MACHINE. @ CONNECT S-1 DRAIN TO EXISTING DRAIN SERVING EXISTING FLOOR DRAIN. FIELD LOCATE AND VERIFY. OCONNECT NEW 3/4" CW LINE TO EXISTING WATER OCATE AND VERIFY. >AI IrA # 5. PROVIDE BA :V V 2 PLOT_LOUNGE T A VE CEIUNG. FIELD 77 LOCATE AND VERIFY. CONTRACTOR TO CONNECT NEW FLOOR DRAIN LINE 1/2' CW BEHIND MECHANICAL TO EXISTING. CONTRACTOR TO FIELD LOCATE AND KIN UTILITY He I I ILDING DRAIN LINE 0 TIONS CHASE FOR SODA CHINE, ICE MACHINE, , NOTE: GD-1 SHALL BE R D FR MSC D LE OFFEE AND TEA Q2 AND PLANS. CHINES. CONTRACTOR TO ANTE W/ MILLWORK CONTRACTOR SHALL BE RESPONCIBLE TO FIELD © 6 / LOCATE AND VERIFY ALL EXISTING UTILITIES OORDI FSO FD- �� EA E L D SP CI IC O S OR _ S- EX 3/4 HWR 3 PHASE 1 EX CIRC PUMP. •%"mOOR D I EW HW TO EX H W CUT X " 4 ih_. _ _____ WATER HEATER UNELi EW CW TO EX CW OnICE I EX I 1/4 HW I tR 4 EX 1 1/4" CW to 1 /CONNECT NEW 2 i / LO TO EX. FIE _ _ !/ LOCATE AND ow VERIFY EX. CONN _______________ _____ _ __ __ _ 2 MEDIA ROOM FD -1 I_ 1 OFD :: ----1--.. _..--------------------------(1131 _-,__-.._----111 WCO-1 r # 1w —a r. ui CONTRACTOR TO MAKE CONNECTIONS FOR # # # COFFEE AND TEA Q2 MACHINES BELOW IICOUNTER AT SINK flCE I tW� �ANITOR SUPPLY. CHI OORDINATE W/ MILLW RK PLANS. A PLUMBING PLAN Sea N: 1/!" a I' — REFER TO A/P1.1 Green Anderson ENGINEERS, Inc. 1133 N. fawn Acm N0. 471-442-46821 AR n703 DRAKE FIELD RENOVATION FAYETTEVILLE MUNICIPAL AIRPORT BOARD Allan REVISION j2 03-01-06 SHEET P1 • PROJECT: Drake Field Renovation • PROJ #: 5078 DATE: • February 14, 2006 The following revision as referenced herein shall become a part of the contract documents dated October 25, 2005 and entitled Drake Field Renovation. I. CHANGES TO DRAWINGS Green Anderson •ENGINEERS, lna . • 2Z33�ii r; .n A AdFyM ♦N-412-4082 JAN-27-2006(FRI) 11:01 P. 002/002 REQUEST FOR INFORMATION FORM SUBMIT TO: WITTENBERG, DELONY & DAVIDSON. INC. 2434 E. JOYCE FAYEITEVILLE. AR 72703 Phone 479 (42-6681 Fax 479-251.0231 PROJECT: PROJECT & RFI # 6 DATE SUBMITTED: 1/11/2006 REQUIRED ANSWER DATE as soon as possible REQUESTING CONTRACTOR'S NAME: Bossier Contractlnp Creed LOlich Requesting Contractor's Fax No. (479) 549.3972 All requests must include the associated reference such as drawing #, spec section, room #, column line location, etc, REFERENCE: Sheet A1.1, A1.2, Phase 1.C, P1.1 The restrooms in Phase 1 call for now counter tops but not new sinks, Is N the Intention to use the existing sinks In the new mOwork and countertops. If so are you aware that they are plastic. REPLY: FEB-14-2D06(TUE) 14:54 P. 005/005 REQUEST FOR INFORMATION FORM SUBMIT TO: Wit rtNBERG, DELONY & DAVIDSON, INC. 2434 E. JOYCE FAYETTEVILLE, AR 72703 Phone 479-442-6681 Fax 479-2510231 Christie King PROJECT: Drake Field Renovations PROJECT * 05-054 RFI # 12 DATE SUBMITTED: 2/14/2006 REQUIRED ANSWER DATE as soon as possible REQUESTING CONTRACTOR'S NAME: Bossier Contracting Creed Ullich Requesting Contractors Fax No. (479) 549-3972 All requests must include the associated reference such as drawing #, spec section, room #, column line location, eta REFERENCE Sheet P1.1 Plumbing Plan A and Equipment Schedule Room 115 Line Office Addition of sink to this room. We need to. know what Is needed for the plumbing of this and what We of fixtures needed? MAR-17-2006(FRI) 09:48 P.007/012 liT PROJECT: Drake Field RenonUm f05 -0M CHANGE PROPOSAL REQUEST 1 11 1 11 Is 1 11 1 n PS 1 11 11 , 1, 11 11 1I. 11 1 11 1 11 1 11 1 11 1 11 1 11 Sales T=dPeymU T & 1 9.1376 0.00 29.60% 0.00 Clean UplTrasb Removal 6.00% 0.00 Subto 50.00 00 Teti Malerids and labor $0.00 Morrow Pknnbing This pmposel wil resu0 in .! _ LB.L-OH & P -Sub Itenw LB.L-OH & P -Own Work Subth IV 1u. 4 delay days. TOTAL THIS CHANGE 56.100.00 56,400.00 5.00% $320.00 7.00% $0.00 55,720.00 2.00% $134.40 MAR-17-2006(FRI) 09:49 Rx Oate/Tire NAR-I4-2006(TUE) 09:06 83/14/2886 89:04 4798482929 4798482928 MORROW PLUMBING INC P.008/012 P.001 PAGE 81 MARCH 14, 2006 8 • Lis i-S1 Run hot water to s 1. 4S1'I'I'I ADD 31$00.00 for Hot Water recirculating line to Si`. WITTENBERG, DELONY & DAVIDSON, INC. Northwest Arkansas Office 2434 East Joyce St., Suite 10 Fayetteville, AR 72703 PROJECT: DRAKE FIELD RENOVATION 4500 S. SCHOOL AVE. FAYETTEVILLE, ARKANSAS 72701 OWNER: CITY OF FAYETTEVILLE FAYETTEVILLE, ARKANSAS TO: Bossier Contracting, Inc. 116 S. Broadway Siloam Springs, AR 72761 Ph# (479) 549-3971 PROPOSAL REQUEST PROPOSAL REQUEST NO: 09 DATE: February 17, 2006 PROJECT NO: WD&D Job # 05-054 CONTRACT FOR: GENERAL CONSTRUCTION Please submit an itemized quotation for changes in the Contract Sum and/or Time incidental to proposed modifications to the Contract Documents described herein. Quotation must be received by the Architect within fourteen calendar days from date of the Proposal Request. THIS IS NOT A CHANGE ORDER NOR A DIRECTION TO PROCEED WITH THE WORK DESCRIBED HEREIN. DESCRIPTION: In response to request by Owner's tenant to upgrade areas of the project, pricing for the following items is requested: • Replacement of door and frame between Media Room 111 and FBO 110. The door is currently 2' -7 W. The max clear opening available for new door and frame Is 2'-11". Price a new 2'-8" wood frame and wood door with insulation and exterior finish appearance to match existing. • New door for Media Room 111 to Hall 112. Wood Insulated — to match existing for finish appearance. • Delete door 112 (credit). Add door to Office 114. New door to be Type A, HW-1, swing to match existing conditions. ATTACHMENTS: WITTENBERG, DELONY & DAVIDSON, INC. By: Christie King, Northwest Arkansas Office 03/27/2006 16:43 4792510231 .•= 05 ... II it I I I I l l III I II I If 4 11 I II 1 11 I I I 1 11 1 1 L 1 1 Bela TeMPepo1 T & I 9113% 7461 20.90% Own Up?romh Removi tb0% 0.00 Sut4 L_ - W. IT • - - II II II C< . r c E1hCi� r I I / / I,. xx uetefllae MHH-Ub-dUUb(MUN) 16:eB 4191561044 03/06/2006 ION 15:28 FBI 4797561044 Felit Thorson Coipany P. 001 9001/001 FELIXPROPOSAL 3so6kekysveet THOMSON BOx 316 P.O.766.10 pl,on.76e., coo Springda l., ArkMsa$ 72764 COMPANY In Business Since 1951 Building Specialties TO: BOSSLER CONTRACTING PROJECT: DRAKE FIELD 116 S. BROADWAY SILOAM SPRINGS, AR 72761 LOCATION: PHONE: 479.524-6602 ARCHITECT: FAX: 479-549-3972 ATTN: We propose to furnish the following matsdals as par plans and specifications on the referenced project. Our prices are F.O.B. shipping point with might allowed to the jobsita or nearest commercial carrier delivery point and do not include taxes or installation. We cannot accept IlabUty or failure due to strikes or other causes beyc.4 our control. PROPOSALREQUESTf9 7.eu:Se ADD 1. HARDWARE SET 9 1-D ( DOOR f 111) ADD 1- HARDWARE SET f 1-F ( DOOR f 111 A) ADD 1- 2668 PRE --HUNG BIRCH DOOR IN 6" P)NT GRADE FRAME ( DOOR f 111) ADD 1- 2868 BJl DOOR FOR EXISTING FRAME ( DOOR f l l lA) DELETE OPENING f 112 ADD OPENING 0114 • rpa 1 CHANGE HARDWARE ON DOOR I'S 107, 109, 130 TOTAL ADD.......................................................4 IT IS OUR UNDERSTANDING WE ARE TO PROCEED WITH ABOVE CHANGES AND HAVE DONE $O. PLEASE ISSUE A. CHANGE ORDER AT YOUR EARLIEST CONVENIENCE. We recognize Addendum Number(s) 0 Page lot I prices an valid for 30 days from the date Date: ..sit rvA ::�1;rtirirl Rx Date/Tt.e FEB-27-2006(MON) 02/27/2006 06:45 5017362275 5017362275 HOLMES INTERIORS Holmes Exterior & Interior Finish, Inc. 15415W. Hwy. 12 P.O. Box 691 Gentry. AR 72734 Bossier Contracting 116 S. Broadway Siloam Springs, AR 72761 DRAKE FIELD Pricing to add 2 layers of insulation above ceiling in Media Room for additional soundproofng, insulation to be cross layered up to I and around existing ducting Sheetrock coverings for ceiling fixtures to allow ceiling insulation coverage Add insulation to wall between Media Room 111 and Office / Sleep Room 113, demo existing wall sheetrock as needed and replace with new, finish surface with new paint and texture as needed to match existing conditions in booth 111 and 113 PR #9 Replacement of door and frame between Media Room III and FBO 110 New door for Media Room Ill to Hall 112 Phone# Fax # 479-736-3275 479-736-2275 Estimate Date Estimate IS 2/27/2006 1267 NRR-06-2006(N0N) 12:01 P.005/006 CHANGE PROPOSAL REQUEST CO# PROJECT: Drake FISd Renovations #06.004 CR/PR # CR 9A W ARCHITECT.DATE 03101106��9. �Y & Dgvidsan, Inc. At1n: Chdstle REASDN R . Replacement of Ilglds In rntaunad demo area. 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 Q00 am 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 Saba Ts/Payroll T & 1 9.13% 0.00 29.9091 0.00 Clem UpfTrash Removal 9.00% DAD Subtotals $0.00 $0.00 Total Mabriak and Labor $0.00 SUBCONTRACTOR CHANGE Broadway Elechb $1.719.03 Total Subcontractor Cherpes $1,719.53 BCI.OH & P -Sub berms SCI.OH & P -Own Work Q. IL r.. ..: 5.00% 585.95 7.00% $0.00 Subtotal $1,805.01 2.00% 536.11 TOTAL THIS CHANGE I $1 ,841.62 MAR-06-2006(NON) 12:01 P. 006/006 Broadway Electrical Contracting 1018. Broadway CHANGE PROPOSAL REQUEST Siloam Springs, AR 72781 PROJECT: Drake Field Terminal CR/PRN 5 DATE: 03101/06 General Contractor.. Boaster Contracting Ann: Creed REASON FOR CHANGE: Customer requests price r the replacement of lights In restaurant demo area Move $witch 6 each 100.00 000.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0,00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00.000 Sales Tex/Payroll T & I 9.13% 10950 29.80% 40.23 Clean Up/Trash Removal 5.00% 10.51 Subtotals $1,309.50 $185.74 Total Materials and Labor $1,495.24 SUBCONTRACTOR CHANOC MIL Fred BaIley Date: Total Subccntactor Charges B.E.C.-OH & P Subtotal TOTAL THIS CHANGE $0.00 15.00% $224,29 $1,719.53 $1,719.53 Owner Acceptance Date: MAR-11-2006(FRI) 09:49 P.009/012 t ri Sales Taa/Payroa T & I Clean Up/Treab Removal 9. COt CRIPR t CR 13 DATE: 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 I 29.60% 6.00% 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 TaS Materials and Labor $0.00 SIJBCON1MCTOR CHANGE Razorback Ironworks, LLC LB.L-0H & P -Sub Items LB.I.-0H & P -Own Work Subtotal Performance Bond Cost TOTAL THIS CHANGE This proposal will result in 1 dory days. Data: $760.00 1760.00 5.00% $38.00 1.00%$0.00 5798.00 2.00% $13.98 MAR-1T-2006(FRI) 09:49 Rx 0ate/Time MAR-1e-2006(TUE) 11:31 'Haw' 14 06 lotSla P.010/012 P. 002 p.2 Razorback Ironworks, L.L.C. Date: Customer. Address: - PO Box 940 Fayomvillc, AR 72702 Pllonc (479) 444.0045 Fax: (479) 4440185 Phone: H /7 - S�I�`I' (S(scISL Approx. DeliveryDate: _rn- S' ( / ' S ! 7 2 DESCRIPTION OP WORK n 11 l Jobs P;t is t3 Ows c �e p+ +o���1riafE S��n4y r � on b�'�C✓ �wn;n�� 00 HIPPING ADDRESS: 1679 Frcd Hansa Drive. Fayettavlia, AR 72701 . . YeN11mr I tall d- pga.nbba.M.u..n wnq.d.rdY+r..brnwWNwr.wa►.►r..rnorwb WoneomaMbnl. L AmwMiuo.orlM.aalh.rn.ba...pwak aaw$ICNCba' L MWtlStCt to I I aw m dry.. 4. AA uSaS rMWM IM prop.rry a bl. eapaly pAaN n1N p.y.r.1 b ells.wr. l:al.nwf k I1.pII..lbIa Awry ald.N.MYallen..p.n.e.. . 711r.M1.....bi..Ib.aMNb.a L.-4 o r..nW. any pa.ra.. ryd w ward b M M T —p ,.rns,y ame pal.11.rrunkw .1Irlr1.1M WAI=l.d. Job onaaq ey: ACCNRAWM p.wp.VaA� Aaww V1Y. yCIN.Iar. and .anddaw M .MYMCIay ... him by .Id, fly .w .Mn.rlw. N do IM wt — .p.eal.d. ybprMM ..IN b. w.Sn.MNn.d Wow. Jab Aca.pwd myr 0.1E 83/27/2006 16:43 4792510231 WDD 0mowaff amts to tnd0 nftq I I III II II III ,I I II II Le3.OH SP *6b= LatAHi P.tWfl I • I • i t :I I I I i I Ray M. Boudreaux Submitted By Order #2 with $ 18,111.14 Cost of this request 5550.3960.5804.00 Account Number 05021.1 Project Number Budgeted Item �X City of Fayetteville Staff Review Form City Council Agenda Items or Contracts NA City Council Meeting Date Aviation & Economic Development Division Action isstar �y>`5irucild►1 Ch g- OrdK Airport Department $ 302,264.00 Category / Project Budget $ 297,835.00 Funds Used to Date $ 4,429.00 Remaining Balance Budget Adjustment Attached EX City Attorney Date n� Received in Ci Clerk's ff'ice D Dateb I Received in Mayor's Office FJII'fREO Date Terminal Building Rehabilitation Program Category / Project Name Aviation & Eco Dev Improvements Program / Project Category Name Airport Fund Name 170-05 Previous Ordinance or Resolution # 237-05 Original Contract Date: 12/6/2005 Original Contract Number: 1020 Internal Service Direct,dr City Council Meeting of: N/A Agenda Item Number: CITY COUNCIL AGENDA MEMO TO: Mayor THRU: Staff/Contract Review Committee FROM: Ray M. Boudreaux, Director, Aviation and DATE: June 9, 2006 SUBJECT: Change Order #2 to contract with Bossier Contracting, Inc. for construction of the Terminal Building Rehabilitation project to increase total construction contract cost by $5,018.52. RECOMMENDATION: Approve and execute by signature of the Mayor, change order #2 to contract #1020 with Bossier Contracting, Inc., to increase the construction contract amount by $5,018.52. BACKGROUND: This is the final reconciliation Change Order for the Terminal Building Rehabilitation project. The project is near completion and the change order will take care of several small items not covered in the original specification but are necessary for a satisfactory project. DISCUSSION: The items to be added include: matching the black laminate trim in the adjoining pilot lobby, move door frame at the south hall to accommodate the new tenant SkyVenture, Inc., emergency light in the restaurant area, patch and replace a portion of flooring in the restaurant area, and lighting in the restrooms. These items could not be anticipated during the planning stage of the project; typical of remodeling construction projects BUDGET EVIPACT: This Change Order #2 remains within the approved project contingency amount. Attachments: Change Order #2 — [3] originals Contract review form Project budget information Aviation and Economic Development Department Fayetteville Municipal Airport, Drake Field 4500 South School Avenue, Suite F Fayetteville, Arkansas 72701 Ray M. Boudreaux, Director New World Systems 6.0 *LIVE* PT0610S1 6/09/06 Project Inquiry -Project/Sub Project Analysis- -------------------------------------PT0160S1- Project . . : 05021 Terminal Building Rehabilitation Fiscal Year : 2006 Manager . . : 2087 Boudreaux Status . . A Active Original Expense Budget . . .00 Original Revenue Budget .00 Current Budget . . . . . . . 302,264.00 Posted Expenses/Revenues 229,506.94 Posted Encumbrances . . . . 68,328.46 Balance . . . 4,428.60 1.47 % . . . . . . Unposted Expenses/Revenues : .00 Unposted Encumbrances . . .00 Balance . . . . 4,428.60 1.47 . . . . . -F3=Exit F12=Cancel-------------------------- ------------------- ------ Apprvd Budget Contingency: 25460.00 BA Parking Lot Re -striping (1250.00) Change Order #1 (18611.14) Proposed CO#2 (5018.52) Total Remaining: 580.34 WITTENIERG. DELONY A DAVIDSON ARCHITECTS 2434 E. Joyce Btvd., Ste. 10 FAYfTJEVU , AR 72703 479/442.668! 479/251-0231 FAX TO: Fayetteville Municipal Airport DATE: June 9, 2006 PROJECT NUMBER: 05054 4500 S. School Ave., Suite F ATTENTION: Ray Boudreaux Fayetteville, AR 72701 RE: Drake Field Renovation: CHANGE ORDER No. 02 WE ARE SENDING YOU: RCCEfrcD JUN 0 g 2006 ❑ SHOP DRAWINGS ❑ PLANS ❑ FLOPPY DISK ® ATTACHED ❑ COPY OF LETTER 0 PRINTS 0 CHANGE ORDER AIRPORT ❑ SPECIFICATIONS 0 SAMPLES ❑ 0 UNDER SEPARATE COVER VIA: COPIES DATE NO. DESCRIPTION 3 5.31.06 01 Change Order No. 02 containing CRs 16,17,18,20,21 PLEASE CHECK AND ADVISE IF ENCLOSURES ARE NOT AS LISTED. THESE ARE TRANSMITTED (AS CHECKED BELOW) ❑ FOR APPROVAL 0 AS REOUESTED 0 REVIEWED FOR GENERAL COMPLIANCE 0 RESUBMIT _ COPIES FOR APPROVAL ❑ FOR YOUR USE 0 FOR REVIEW AND COMMENT 0 REVIEWED FOR NOTED COMMENTS 0 SUBMIT _COPIES FOR DISTRIBUTION ❑ FOR YOUR INFORMATION ❑ RETURNED FOR CORRECTIONS 0 RETURN _ CORRECTED PRINTS REMARKS: Attached are three (3) copies of Change Order No. 02. Please sign and return two (2) copies. COPY TO: BY: (,J(JJ cjf! cJ?" hnstie King WITTENBERG, DELONY & DAVIDSON, INC. CHANGE ORDER Northwest Arkansas Office 2434 E. Joyce St., Ste. 10 Fayetteville, AR 72703 Tel: 479.442-6681 Fax: 479.251.0231 PROJECT: DRAKE FIELD-FAYETTEVILLE MUNICIPAL AIRPORT 4500 S. SCHOOL AVE. FAYETTEVILLE, ARKANSAS 72701 RECEIVED OWNER: JUN 9 200B CITY OF FAYETTEVILLE FAYETTEVILLE, ARKANSAS AIRPORT TO: BOSSLER CONTRACTING, INC. 116 S. BROADWAY SILOAM SPRINGS, ARKANSAS 72761 PH# (479) 549-3971 CHANGE ORDER NO: 02 DATE: MAY 31, 2006 CONTRACT DATE: DECEMBER 2005 PROJECT NO: WD&D PROJECT 05-054 CONTRACT FOR: GENERAL CONSTRUCTION You are directed to make the following change(s) in this Contract: Changes per CR # 16 - Laminate Strip at Pilot Lounge $ 417.69 add Changes per CR # 17 - Move door frame at 107 $ 91.04 add Changes per CR # 18 - Emergency Light at 133 Restaurant $ 274.03 add Changes per CR # 20 - Restaurant Kitchen Area $ 2,477.53 add Changer per CR # 21 - Restroom Lighting $ 1,758.23 add Total changes CONTRACT RECAP The original Contract Sum was: $ 254,600.00 Net change by previously authorized Change Orders: $ 18,611.14 add The Contract Sum prior to this Change Order: $ 273,211.14 The Contract Sum will be increased by this Change Order: $ 5,018.52 add The new Contract Sum including this Change Order will be: $ 278,229.66 The Contract Time will add 2 days. $ 5,018.52 add Not valid until signed by both the Owner and Architect. Signature of the Contractor indicates his agreement herewith, including any adjustment in the Contract Sum or Contract Time. WITTENBERG DELONY & DAVIDSON, Inc 2434 E. Joyce St., Ste. 10 Fayetteville, Arkansas 72703 BY: O AtQflt&r BOSSLER CONTRACTORS 116 S. Broadway Siloam Springs, Arkansas 72761 BY: CITY OF FAYETTEVILLE 113W. Mountain St. Favettaville, Arkansas 72701 BY: DATE: U 0S DATE: MAR-27-2006(MON) 11:11 P.002/003 BosslerContracting, Inc. 116$. Broadway Siloam Springs, Arkansas 72761 CHANGE PROPOSAL REQUEST PROJECT: Drake Field Renovations #05-054 ARCHITECT: Wittenberg, Delony & Davidson, Inc. Attn: Christie King REASON FOR CHANGE: Cover Blue Laminate strip with Black Laminate In Pilot Lounge #117 CO # CR/PR# CR/16 DATE: 03127106 0.00 0.00 0.00 0.00 0-00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0-00 Sales Tar/Payroll T & 1 9.13% 0.00 29.80% 0.00 Clean Up/Trash Removal 6.00% 0.00 Subs $0.00 $0.00 Total Materials and Labor $0.00 SUBCONTRACTOR CHANGE f Woodcraft Inc. $390.00 Total Subcontractor Chargos L.B.I.-OH & P -Sub Items L.B.1.-OH & P -Own Work Subtotal Porformanco Bond Cost This proposal Will result in 0 delay days. Proposal by: Bossier Contracting Cree Midt Date: 327/2008 TOTAL THIS CHANGE Architect Acceptance Date: $390.00 5.00% $19.50 7.00% $0.00 $409.50 2.00% $8.19 $417.69 RECEIVED JUN 09 2006 AIRPOR'1 MAR-27-2006(MON) I1:11 Rw Dote/The MAR-25-2DD6(5AT) 1624 MAR -2S -0i SAT 15:20 W00ECRAFT.IMC. P. 003/003 P. 001 501 646 9174 P.01 WOODCRAIFI, INC. 4200 Whaler-P.O. Box 180034 Fun Smith, AR 7291 B-0034 479-646-9195 Fax: 479-646-9174 FAX TRANSMITTAL. FROM_Jjwies L. Woodward. President _ — / PAGE:. - including this one £Latin' dc.Jlir /7 flan' C APR-O8-2006(TUE) 09:32 P. 003/003 Bossier Contracting, Inc. 116 S. Broadway Siloam Springs, Arkansas 72761 CHANGE PROPOSAL REQUEST PROJECT: Drake Field Renovations #06054 ARCHITECT: Wittenberg, Delony & Davidson, Inc. Attn: Christie I&19 1%EASON FOR HAN Move Door Frame par ownor request Door #107 CO # CR/PR# CR/17 DATE; 04!04/06 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 Subtotal 0.00 I0.00 Sales Tax/Payroll T & I 9.13% 0.00 29.80% 0.00 Clean Up/Trash Removal --... 6.00% 0.00 Subtotals $0.00 $0.00 Total Materials and Labor $0.00 SUBCONTRACTOR CHANGE Holmes Interior $85.00 Total Subcontractor Charges L8.1 -OH & P -Sub Items L.B.I.-OH & P -Own Work Subtotal Performance Bond Cost This proposal will rosult in 0 delay days. Proposal by: Bosslar Contracting Crood Lillich - a Wr Date: 4/4/2006 TOTAL THIS CHANGE Architect Acceptance Date: $85.00 5.00% $4.25 7.00% $0.00 $89.25 2.00% $1.79 $91.04 RECEIVE[) JUN US zuub AIRPORT APR-13-2006(THU) 1610 P. 002/003 Basler Contracting, Inc. 116$. Broadway Siloam Springs, Arkansas 72761 CHANGE PROPOSAL REQUEST PROJECT: Drake Field Renovations #05-054 ARCHITECT: Wittenberg, Delony & Davidson, Inc. Attn: Cfrlstle KI REASON FOR CHANGE: Emergency Light Combo Area 19 above Door 133 Restaurant Area to Lobby. RECEIVED JUN 09 ZUUb AIRPO T CO # CRIPR# CR/16 DATE: 04/13/06 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 Sales Tax/Payroll T & I 9.13% 0.00 29.60% 0.00 Clean Up/Trash Removal 6.00% 0.00 Subtotals $0.00 $0.00 Total Materials and Labor $0.00 SUBCONTRACTOR CHANGE Broadway Electric $255.86 Total Subcontractor Charges L.B.I.-OH & P -Sub Items LBJ -OH & P -Own Work Subtotal Porrormanco Bond Cost This proposal will result In 0 delay days. Proposal by: Bossier Contracting TOTAL THIS CHANGE Architect Acceptance $255.88 5.00% $12.79 7.00% $0.00 $266.65 2.00% $6.37 $274.03 Cree llch Date: ate: Da . 41132006 APR-13-2006(THU) 14:10 Broadway Electrical Contracting 101 5. Broadway Shown Springs, AR 72761 PROJECT: Drake Pleld Terminal Remodel General Contractor. Bossier Contracting Attn: Creed UI9ch REASON FOk CHANGE: CHANGE PROPOSAL REQUEST CR/PR # DATE: P.003/003 6 04/13106 MATERIAL MATERIAL LABOR LABOR DESCRIPTION oLIANPPY UNIT U/P SXTENSIO CODE U/P EXTENSION CODE emergency light combo I ea 100.00 100.00 100.00 100.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0,00 0.00 0.00 0.00 0.00 Subtotal 100.00 100.00 Sobs Tax/Payroll T 3 I 9.13% 9.13 30.00% 30.00 Clean Up/Trash Removal 0.00% 0.00 Subtotals $109.13 $130.00 Total Materials and Labor $239.13 SUBCONTRACTOR CHANGE Total Subeontactor Charges $0.00 B.E.C.-OH & P 7.00% S16.74 Subtotal $255.86 TOTAL THIS CHANGE Proposal by. General Contractor Acceptance Owner Accaptanc e Broadway Electrical Contracting Stan Berger Date: Data: RPR-28-2006(FRI) 10:41 P. 002/006 Bossier Contract ig, Inc. 116 S. Broadway Siloam Springs, Arkansas 72761 CHANGE PROPOSALREOUEST PROJECT: Drake Field Renovations #05-054 RECE�VEn JUN 0 9 2006 CO # AIRPus I CRIPR # CR/20 DATE: 04/26/06 ARCHITECT: Wittenberg. Delony & Davidson, Inc. Attn: Christie King REASON FOR CHANGE: Restaurant Kitchen area Floor replacement and repair. Add electrical circuits and receptacles, Relocate HVAC grills and supply, and add new wall: hang tape and finish. 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 Sales Tax/Payroll T & I 9.13% 0.00 29.60% 0.00 Clean UplTrash Removal 6.00% 0.00 Subtotals $0.00 $0.00 Total Materials and Labor $0.00 SUBCONTRACTOR CHANGE Broadway Electric $353.63 Designer Tile $509.46 Advanced Mechanical $850.00 Holmes Interior $600.00 Total Subcontractor Charges (.8.1. -OH & P -Sub Items LB.I.-OH & P -Own Work Subtotal Performance Bond Cost This proposal will result in 2 delay days. Proposal by: Bossier Contracting TOTAL THIS CHANGE Architect Acceptance Data: $2,313.29 5.00% $115.66 7.00% $0.00 $2,428.95 2.00% $48.58 $2.477.53 Owner Acceptance RPR-28-2006(FRI) 10:41 P.003/006 Ax Date/Time RPR-26-2006(YE0) 12:34 5017362275 P.002 04/26/2006 11:31 5017362275 H0LMES INTERIORS PAGE 02 Holmes Exterior & Interior Finish, Inc. 15415 W. Hwy. 12 P.O. Box 691 Gentry, AR 72734 Bill To 116 S. Broadway Siloam 5prinpa, AR 71761 Invoice • Oat. tnvolo.4 426l2oc6 5678 P.O. No. Terms Project Drake Field Quantity Dsscdption Rata Amount DRAKE FIELD Frame, hang, tape, and finish, and paint an additional 10, long x P high wall is ptr Ray 600,00 600.00 Total 5600.00 APR-28-2006(FRI) 10:41 P.004/006 Rx Date/Time RPR-26-2006(YED) 09:42 9184224267 P.0D2 04/25/2085 08:45 9184224267 DESIGNER TILE PAGE 02 Designer Tdo 5107 Cedar Dr Colcord, OK 74338 h r'PSfL74 W 116 S Sroadwf S(lomm Swan. AR 72761 Proposal Date Estimate 0 4/232006 06402 Job Name Coldractor Uscen.., Project Drake Piad Rmovri.. Description Qty Rafe Total Time R materials minate toreplete VCT in kitebev a m where cabinets wt reatoved VCr 1 R " _ 2 cattoas eaeh color VCI' 4 33.95 135.110T VCT Labs, verge Domes, Mix. pakh work/ per mm hoar 12 25.00 300.00 dellven charge 1 35.00 35.OOT Cmebmclabur/mamajalm 1 25,00 73.00 Subtotal 1495.80 Sales Tax (8.0%) :13.44 Total 15944 APR-28-2006(FRI) 10:42 P.006/006 Rx Date/Time RPR-25-2006(TUE) 16:52 5016595969 P.002 64/17/2806 15:47 5x16595969 ADVANCEDAIR PA E 02 ADVANCED CONTRACTING 811 North Bloomington Ave 500 Not Tenth $treet air si.. ..r. 71 Phone M 479.621.7042 Contractor raceme # 00786-40507 Phone H 479.755-1553 Fax N 479621-5117 HVAC LicenseN 1341160 Pax #479.785-1557 Jtaq 6u N 479-659-8876 PROUD MEMBER OF ABC www.adv-air.com April 25, 2006 REF: Change Order # I Project: Drake Field Ren vations Location: Fayetteville, Dear Sir, Per your request, agreex4ent was originally done by verbal but I would like for it to be on paper just to keep the P rk correct 1. To relocate exi grilles 2. To relocate exist g Air Supply Total amount Change Qrder $850.00 Should you have any qu4stions please feel free to call us. M.' . Joel Ray Advanced Mechanical I Date APR-28-2006(FRI) 10:42 P. 005/006 Broadway Electrical Contracting 101 S. Broadway CHANGE PROPOSAL REOUEST Siloam Sprkgs, AR 72781 PROJECT: Drake Field Terminal CR/PR # DATE: 04!26/06 General Contractor. Bossier Contracting Ann: Creed REASON FOR CHANGE: Customer requests price Service Call 1 0.00 85.00 65.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 Subtotal 200.00 65.00 Sales Tax/Payroll T & I 9.13% 18.25 29.80% 19.37 Clean Up/Trash Removal 6.00% 5.06 Subtotals $218.25 589.43 Total Materials and Labor $307.68 SUBCONTRACTOR CHANGE Proposal by, Broadway Electrical Contracting Total Subcontactor Charges $0.00 B.E.C.-OH & P 15.00% $46.15 Subtotal $353.83 TOTAL THIS CHANGE I $353.83 General Contractor Acceptance Owner Acceptance Fred Batley Date! Date: MAY -09-2006 TUE 04:09 PM FAY. MUN, AIRPORT 4797187646 P, 02/05 NA9-08-2006(MON) 09:18 Bonier Controcang, Mc 116 S. Broadway Siloam Springs, Arkan505 72761 CHANGE PROPOSAL REQUEST PROJECT: Orake Field Rornvations $05.054 ARCHITECT: Wktenberg. Delony & Davldsm, Inc. Mitt tMht6eKna _-- REAS�N FORCHANGE: Owner Request fm Lights over sin In Resbooms cc, CRFPR# 4{Q 11 DATE: x%606%06 0.00 0.00 0.00 a.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 a00 0.00 0.00 0.00 0.00 0.00 subtotal 0. 0.00 Sales TawPayros T & 1 9.13% 0.00 29,80% 0.00 Clan Up/7nsh R.monl 6.00% 0.00 SuiXciale $0,00 *0.00 Total Materials and Labor $0.00 5UBCOMTRAtTOR CHANGE Braodway Ebctdc $1,691.67 Told Subcontractor Charges BCI.OH & PSub horns 8C -OH & P -O. i Work SMbwol P&lomisnco Send Coot TOTAL THIS CHANGE This proposal W41 result in 2 delay days. Propaeal by: BossterContracting ArchheetAeeeptance Lilich Date: O.1M, SID$' $1,641.67 5.00% $8208 7.00% $0.00 2,00% $34.48 $1,765.23 P. 002/003 RECEIVE fl JUN 092006 ,. 10 A RPVI\ X MAY -09-2006 TUE 04:09 PM FAY. MUN, AIRPORT 4797187646 P. 03/05 MA9-08-2006(M0N) 09:18 Rx Date/Tine AAY-01-20061M0N3 09:12 Naw 08 08 07:094 Droadwaa Electric 479 549 4731 479 S49-4281 CHANGE PROPOSAL REQUEST Broadway E0aaii al Cankaetia0 101 S. Broadway 61Waro Spdcgs. AR 72761 DATE: DSIOwd6 PROJECT: CRIPR M 9 Brake Ficld Qenanl CanUaraPr: 9aadwCalMaelg, lnC X 16 8.9ndgv. Ain Sllonpxggs. 9AR 72/01 Geed LA%h 19EASCN FOR CHANG@ lii 41 6 4Pka TaxTayrau T✓< 1 ••-w•w 4YI.UU Clwn LJp.Teach Recloxal 8.15% 99,06 29% PAU 6% ei*4° L779.19 TMN llmwixlsand IDEer $142754 a' 'cincTLm P. 003/003 P.o07 p.2 B.E.C..CH l P 15% 9214.15 TOTAL THISS CwWGE Ljli6dlfl ftonwb+ OenelelC ftrlWAFc"wr Ow arAe4egenee 1Nadway QIaalliral CeweaelNp Fnd/�b: City of Fayetteville, Arkansas Budget Adjustment Form Budget Year Department: General Government Date Requested Adjustment Number 2006 Division: Aviation & Economic Development Program: Airport Capital Expenditures 6/9/2006 Project or Item Added/Increased: Project or Item Deleted/Reduced: $590 in Building Costs account Increase Use of Fund Balance account $590 Justification of this Increase: Will provide for requested upgrades and necessary changes to the Terminal Rehab project. nent Director Mayor Account Name Building costs Justification of this Decrease: A portion of the approved project contingency amount has not been budgeted. Increase Expense Budget (Decrease Revenue Budget) Account Number Amount 5550 3960 5804 00 Project Number 590 05021 1 Decrease Expense Budget (Increase Revenue Budget) Account Name Account Number Amount Project Number Use of fund balance 5550 0955 4999 99 590 06milp as► — Signatures Date Date (, Date - - Date Budget Budget Office Use Only Type: A B C D E Posted to General Ledger Initial Date Posted to Project Accounting Initial Date Entered in Category Log Initial Date Clarice Pearman - Bossier Construction Page 1 From: Clarice Pearman To: Boudreaux, Ray Date: 6.16.06 2:05PM Subject: Bossier Construction Ray, Attached is a copy of the change order for Bossier Construction. Also I will forward to you the extra copies and forward the budget to Budget & Reserach. Have a good day. Thanks. Clarice CC: Audit; Fell, Barbara Clarice Pearman - Bossier Page 1 From: Clarice Pearman To: Boudreaux, Ray Date: 6.19.06 9:37AM Subject: Bossler Sorry people. I don't know what I did but it wasn't right. So here is the correct Bossier Construction CO#2. Have a good day. Thanks. Clarice CC: Deaton, Vicki; Fell, Barbara Ray M. Boudreaux Submitted By $ (3,014.80) Cost of this request 5550.3960.5804.00 Account Number 05021.1 Project Number Budgeted Item City of Fayetteville Staff Review Form City Council Agenda Items or Contracts NA City Council Meeting Date Aviation & Economic Development Division Action cki 6t n4 mt. 302,854.00 Category f Project Budget 302,854.00 Funds Used to Date Remaining Balance Budget Adjustment Attached Airport Department EJ Terminal Building Rehabilitation Program Category I Project Name Aviation & Eco Dev Improvements Program / Project Category Name Airport Fund Name Previous Ordinance or Resolution Director Date Original Contract Date: 12/6/2005 Original Contract Number: 1020 City Attorney Received in City Clerk's Office Received in Mayor's Office 11 7a Mayor WITTENBERG, DELONY & DAVIDSON, INC. CHANOE;OgI Northwest Arkansas Office 2434 E. Joyce St., Ste. 10 J U L 1 4 2006 Fayetteville, AR 72703 Tel: 479-442-6681 Fax: 479-251.0231 AIRPORT PROJECT: DRAKE FIELD-FAYETTEVILLE MUNICIPAL AIRPORT 4500 S. SCHOOL AVE. FAYETTEVILLE, ARKANSAS 72701 CHANGE ORDER NO: 03 DATE: JULY 6, 2006 OWNER: CONTRACT DATE: DECEMBER 2005 CITY OF FAYETTEVILLE FAYETTEVILLE, ARKANSAS TO: PROJECT NO: WD&D PROJECT 05-054 BOSSLER CONTRACTING, INC. 116 S. BROADWAY SILOAM SPRINGS, ARKANSAS 72761 CONTRACT FOR: GENERAL CONSTRUCTION PHA (479) 549-3971 You are directed to make the following change(s) in this Contract: Changes per Allowance - Signage Credit ($ 1500.00) deduct Changes per Allowance - Photo Murals Credit ($ 2800.00) deduct Changes per CR # 22 - Granite Countertops @ Restroom $ 1285.20 add Total changes ($ 3,014.80) deduct CONTRACT RECAP The original Contract Sum was: $ 254,600.00 Net change by previously authorized Change Orders: $ 23,629.66 add The Contract Sum prior to this Change Order: $ 278,229.66 The Contract Sum will be increased by this Change Order: ($ 3,014.80) deduct The new Contract Sum including this Change Order will be: $ 275,214.86 The Contract Time will add 2 days. Not valid until signed by both the Owner and Architect. Signature of the Contractor indicates his agreement herewith, including any adjustment in the Contract Sum or Contract Time. WITTENBERG DELONY & DAVIDSON, Inc 2434 E. Joyce St., Ste. 10 Fayetteville, Arkansas 72703 £&40kC. It?. J\DoQA( BOSSLER CONTRACTORS 116 S. Broadway Siloam Springs rkansas 72761 BY: CITY OF FAYETTEVILLE 113 W. Mountain St. Favattaville- Alikeness 72701 DATE: DATE: o DATE: • 1 SECTION 01210 ALLOWANCES PART 1- GENERAL 1.01 DESCRIPTION OF REQUIREMENTS A. Definitions and Explanations: Requirements of work related to each allowance are shown and specified in contract documents. The allowance has been established in lieu of additional requirements for that work, and further requirements thereof will be issued at a later time. B. Cash allowances stipulated in specifications for this project shall not be a made part of any subcontract agreement by Contractor until materials, work and/or services stipulated have been selected by Owner or Architect. For allowances for materials and installation under a subcontract, Architect will issue supplemental specifications to Contractor to receive subcontract bids for work under the allowance. 1.02 SCHEDULE OF ALLOWANCES Section Amount A. Hardware 08700 $8,000.00 B. Signage 10400 $1,500.00 C. Carpet 09680 $32.00 S.Y. PART 2- PRODUCTS (Not Applicable) PART 3- EXECUTION (Not Applicable) END OF SECTION 01210 FIELD RENOVATION FAYETTEVILLE Job No. 05-054 Allowances 01210-1 JUN-01-2006(THU) 09:16 BaWr Contracting, Inc. 116 S. Broadway Sibam Springs, Arkansas 72761 CHANGE PROPOSAL REQUEST PROJECT: Drake Field Renovations 1106.054 ARCHITECT: WI tenherp Delany & Davidson, Inc. Mn; Christie ICng cO# CR/PR # DATE: P.002/002 CR/ 22 6131/06 REASON FOR CHANGE. Now bathroom Ut required different Granite work to match now sinks . More labor kwolved In aadrg and polishing to fit new sinks. R1IA1tIXE MATERIAL LABOR LABOR DESCRIPTION QUANTIn UNIT U/P EXTENSION CODE U/P EXTENSION CODE B 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 Subtotal 0.00 0.00 Sales TaxSPayroll T at I 9.13% 0.00 29.80% 0.00 Cloan Up/Trash Removal 6.00% 0.00 Subtotals 13.00 $0,00 Total Materials end Labor $0.00 SUBCONTRACTOR CHANGE Deaipler Tito $1,200.00 Total Subcontractor Ctwges $1,200.00 L.B.I.-OH & P -Sub Items 5.00% $60.00 L.B.I.-OH & P -Own Work 700% $0.00 Subtotal -E . Periormenoe Bond Cost 2.00% $25.20 TOTAL THIS CHANGE I $1 Thin proposal will result In 0 delay days. Proposal by. Architect Acceptance Bosslor Contracting Creed sirh DL L-+( Date: ate: 51/2000 City Council Meeting of: N/A Agenda Item Number: CITY COUNCIL AGENDA MEMO/STAFF CONTRACT REVIEW MEMO TO: Mayor THRU: Staff/Contract Review FROM Ray M. Boudreaux, Director, Aviation anlnomic Development DATE: July 18, 2006 SUBJECT: Approve Change Order #3 for the Terminal Renovation Project at the Fayetteville Municipal Airport, Drake Field. RECOMMENDATION: Approve change order #3 to the Terminal Renovation Project to reduce the project contract cost by $3,014.80. Signature of the Mayor. BACKGROUND: This reduction is due to a reduction in the signage line item, an increase in the Countertop line item to allow for under mount sinks and a reduction to the contract for the photo line item. The photos will be paid for in the budget, not through the contractor but directly with the architect. BUDGET IMPACT: Contract amount will be reduced by $3,014.80. Attachments: Change Order #3 (3 copies) Staff Review Form Aviation and Economic Development Department Fayetteville Municipal Airport, Drake Field 4500 South School Avenue, Suite F Fayetteville, Arkansas 72701 Ray M. Boudreaux, Director WRLEN$ERG, DELONY £ DAVIDSON ARCHITECTS 2434£ Joyce Blvd.. Ste. 10 FAIErtEVIUE. AR 72703 u9N/I-6681 479/251-0231 FAX TO: Fayetteville Municipal Airport 4500 S. School Ave., Suite F Fayetteville, AR 72701 WE ARE SENDING YOU: ❑ SHOP DRAWINGS ❑ COPY OF LETTER ❑ SPECIFICATIONS ❑ PLANS ❑ PRINTS ❑ SAMPLES DATE: July 13, 2006 PROJECT NUMBER ft ftlbvED ATTENTION: Ray Boudreaux JULJ U L 1 4 2006 RE: Drake Field Renovation: CHANGE ORDER No. 03 AIRPORT ❑ FLOPPY DISK ❑ CHANGE ORDER ® ATTACHED ❑ UNDER SEPARATE COVER VIA: COPIES DATE NO. DESCRIPTION 3 7.6.06 01 Change Order No. 03 containing CR # 22, Allowance credits: Signage, Photo Murals PLEASE CHECK AND ADVISE IF ENCLOSURES ARE NOT AS LISTED. THESE ARE TRANSMITTED (AS CHECKED BELOW) ❑ FOR APPROVAL 0 AS REQUESTED 0 REVIEWED FOR GENERAL COMPLIANCE 0 RESUBMIT__ COPIES FOR APPROVAL ❑ FOR YOUR USE 0 FOR RENEW AND COMMENT O REVIEWED FOR NOTED COMMENTS O SUBMIT _COPIES FOR DISTRIBUTION ❑ FOR YOUR INFORMATION O RETURNED FOR CORRECTIONS 0 RETURN ___CORRECTED PRINTS REMARKS: Attached are three (3) copies of Change Order No. 03. Please sign and return two (2) copies. COPY TO: BY: Clarice Pearman - change order Page 1 From: Clarice Pearman To: Boudreaux, Ray Date: 7.25.06 11:03AM Subject: change order Ray, Attached is a copy of the Change Order No. 3 for Bossier Contracting. I will forward to you two of three original change orders via interoffice mail. If anything else is needed please let me know. Thanks. Clarice CC: Audit