Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
138-09 RESOLUTION
RESOLUTION NO. 138-09 A RESOLUTION AWARDING BID #09-34 AND APPROVING A CONTRACT WITH SWEETSER CONSTRUCTION, INC. IN THE AMOUNT OF $3,017,900.15 FOR CONSTRUCTION OF THE RUNWAY 16 RUNWAY SAFETY AREA IMPROVEMENT PROJECT BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council of the City of Fayetteville, Arkansas, hereby awards Bid #09-34 and approves a contract with Sweetser Construction, Inc. in the amount of $3,017,900.15 for construction of the Runway 16 Runway Safety Area Improvement Project. PASSED and APPROVED this 16th day of June, 2009. APPROVED: ATTEST: By. /��. �✓ i.- - 6=- By: LD JOR , Mayor SONDRA E. SMITH, City Cler111k/Treasurer sr irrrrrr YVTR : FAYETTEVILLE: d;;-p0°9,QkANSP.J.S '`4,1,;',47G76';'0,/ 111y Ray M. Boudreaux Submitted By City of Fayetteville Staff Review Form City Council Agenda Items and Contracts, Leases or Agreements 6/2/2009 City Council Meeting Date Agenda Items Only Aviation Transportation Division Department Action Required: 1) A Resolution to award a construction Contract to Sweetser Construction. Receipt of Bid 09-034, 4/28/2009, 11:05 am; HWY 71 Relocation (Runway 16 RSA Improvement project). Contact: Bill Sweetser, Sweetser Const. Inc., 590 W Poplar, Fayetteville AR 72703, 479-443-3026; Fax 479-442-0119. $ 3,017,900.15 Cost of this request 5550.3960.7820.38 Account Number 07039 3 Project Number Budgeted Item Department Dire or $ 223,467.00 Correct Runway 16 RSA Category / Project Budget Program Category / Project Name 198,647.00 Avi/ED Imp Funds Used to Date Program / Project Category Name 24,820.00 Airport Fund Remaining Balance Fund Name Budget Adjustment Attached Or' --/-6 Date 4 City Attorney D to (9,-2669 Finance and Internal Services Director Date 204-07 182-08 Previous Ordinance or Resolution # 227-08 Original Contract Date: Original Contract Number: Received in City ,,1E/ . Clerk's Office k� � 0°* Comments: Revised January 15, 2009 --agedu � iWoci Lia/o? CC - ARKANSAS City Council Meeting of: June 2, 2009 Agenda Item Number: C-2 AVIATION DIVISION FAYETTEVILLE EXECUTIVE AIRPORT • DRAKE FIELD CITY COUNCIL AGENDA MEMO/STAFF CONTRACT REVIEW MEMO TO: Mayor Jordan THRU: Chief of Staff THRU: Staff/Contract Review Committee TI RU: Terry Gulley, Transportation Director Ofk FROM: Ray M. Boudreaux, Aviation Dire DATE: May 22, 2009 SUBJECT: Resolution to Award Construction Contract to Sweetser Construction, Inc. in the Amount of $3,017,900.15 for construction of the Runway 16 Safety Area Improvement Project at the Fayetteville Executive Airport, Drake Field. Signature of the Mayor. RECOMMENDATION: Approve award of construction contract to Sweetser Construction, Inc. the lowest bidder. Signature of the Mayor. BACKGROUND: An FAA grant has been issued for the project and contains enough money to award the entire construction project. The AIP Grant additionally covers appraisals, land acquisition, engineering services and construction oversight and provides funds for grants which were previously awarded and less than the project requirement. BUDGET IMPACT: This project is funded through AIP grant at 95% and an Arkansas Department of Aeronautics Matching Grant of 5%. Attachments: Staff Review Contract 4500 SOUTH SCHOOL AVENUE, SUITE F • AIRPORT TERMINAL BUILDING - FAYETTEVILLE AR 72701 479.718.7642 •479.718.7646 FAX • www.accessfayetteville.org/governmentlaviation airport economic development@ci.fayetteville.ar.us RESOLUTION NO. A RESOLUTION AWARDING BID #09-34 AND APPROVING A CONTRACT WITH SWEETSER CONSTRUCTION, INC. IN THE AMOUNT OF $3,017,900.15 FOR CONSTRUCTION OF THE RUNWAY 16 RUNWAY SAFETY AREA IMPROVEMENT PROJECT. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council of the City of Fayetteville, Arkansas, hereby awards Bid #09-34 and approves a contract with Sweetser Construction, Inc. in the amount of $3,017,900.15 for construction of the Runway 16 Runway Safety Area Improvement Project. PASSED and APPROVED this 2rid day of June, 2009. APPROVED: ATTEST: By: By: LIONELD JORDAN, Mayor SONDRA E. SMITH, City Clerk/Treasurer City Of Fayetteville - Purchase Order (PO) Request (Nota PurchMa Order) All purchases under $2500 shall be used on a P-Card unless medlral or 1099 service related. (Cal x256 with questions) AH PO Request shaN be scanned to the Purchasing e-maik Purchasifi i.ie}sll9.avlNe.ar.qs Requisition No.: Date: Li12/2o09 P.0 Number: - Expected Delivery Date: 8/112010 Vendor #: 56970 Vendor Name: Swuotsur Construction Inc Mail Yes NO: Address: 590 West Poplar Fob Point: Taxable Yes:, Not quotes Attached Yes: NO: Clly: Fayetteville State: AR Zip Code: Ship td code: 72703 065 Division Head Approval: Requester: Ra M. Boudreaux Requester's Employee#: 2057 Extension: 644 Item Description Quantity Unit of Issue Unit Cost Extended Cost Account Numbers Projec(ISubpraject # Inventory 4 Fixed Asset it 1 2 3 4 5 6 7 0 9 10 Construct RW76 RSA Improvements 1 \ ea 44#44445#4 53,097,900.15 0650.3960.5314.00 07039 3 RES# 50.00 CONTRACT!! 50.00 3000 • 50.00 50.00 50.00 50.00 50.00 50.00 ShippingfHandling tot 50.00 .. special Instructions: Subtotal: Tax: Total: 53,017,900.15 53,017,906.15 Approvals: Mayor: Finance Dispatch fr Department Budget Manager: Utilities Manager: Director: Purchasing Manager: & internal Services Director. Manager: _ __ _ _ IT Manager: Other: Revised 1r2r20113 M£WEV MCLELL4ND CONSUMCEEligrLIATIANIE ENGINEERS, INC rDESIGNED TO SERVE1 P.O. Box 1229 Fayetteville, Arkansas 72702-1229 479-443-2377 FAX 479-443-9241 June 1, 2009 Mr. Ray Boudreaux Airport Department City of Fayetteville 4500 S. School Ave., Suite F Fayetteville, AR 72701 Re: Drake Field Runway 16 Safety Area Improvements Fayetteville Municipal Airport, Dear Mr. Boudreaux: Bids were received on the above referenced project on Tuesday April 28, 2009, with six Contractors submitting a bid for this project. The Iow bidder for the Basis of Award for the Total Bid for Schedules I & II is Sweetser Construction, Inc., of Fayetteville, Arkansas, in the amount of $ $ 969,325.65.00 for the Base Bid Award for Total Bid Schedules! & 11. Sweetser Construction, Inc., also submitted the Iow bid for the complete project including all four Schedules in the amount of $ 3,017,900.15. A copy of the certified Bid Tabulation is enclosed. The Engineer's estimate of the Construction Cost was in the amount of $ 3,850,000.00. The Bid amount is below the estimated project construction cost. We recommend the City accept the low bid submitted by Sweetser Construction, Inc., for the Base Bid of Schedules I & 11 and for the Additional Schedules III & IV in the amount of $ $ 3,017,900.15. We have worked with Sweetser on numerous occasions and have had very good results with their construction. If there are any questions regarding the bids or this recommendation, please contact us. Sincerely, LLAND CO ayn= Jo, P.E. Vice Pr id - t ULTING ENGINEERS, INC. Enclosures: Bid Tabulation W'12OOBW82153-HWY71 RELOCATION TO DRAKE FELrnCORRESPONDEN EIRf1JRORPAiMAKOffis nnr wi Ray M. Boudreaux Submitted By City of Fayetteville Staff Review Form City Council Agenda Items and Contracts, Leases or Agreements 5/5/2009 City Council Meeting Date Agenda Items Only Aviation Division Action Required: Transportation Department A Resolution to award a construction Contract to . Receipt of Bid 09-034, 4/28/2009, 11:05 am; HWY 71 Relocation (Runway 16 RSA Improvement project). $ ESTIMATED 3,857,000.00 Cost of this request 5550.3960.7820.38 Account Number 07039 3 Project Number Budgeted Item 223,467.00 Category / Project Budget 197, 667.00 Correct Runway 16 RSA Program Category / Project Name Avi/ED Imp Funds Used to Date Program / Project Category Name 25,800.00 Airport Fund Remaining Balance Fund Name Budget Adjustment Attached d Departme„t+ff Director City Attorney Date 6-J 117l►7e j Da ck Fin.nce and Internal Services Director •def of a or -2.0- 2001 Date 414 Date Date 204-07 182-08 Previous Ordinance or Resolution # 227-08 Original Contract Date: Original Contract Number: Received in City Clerk's Office Received in Mayor's Office Comments: -Taal 7 4l4 oc ) //'fscA evised January 15, 2009 73 -As aye City Council Meeting of: May 5, 2009 Agenda Item Number: eAVIATION DIVISION ARKANSAS FAYETTEVILLE EXECUTIVE AIRPORT • DRAKE FIELD CITY COUNCIL AGENDA MEMO/STAFF CONTRACT REVIEW MEMO TO: Mayor Jordan THRU: Chief of Staff THRU: Staff/Contract Review Committee THRU: FROM: Ray M. Boudreaux, Aviation Director DATE: April 9, 2009 Terry Gulley, Transportation Director SUBJECT: Approve Award of a construction Contract to Improve Runway 16 Runway Safety Area (RSA). RECOMMENDATION: Approve Award of a contract to the lowest responsible bidder to complete construction of the Runway 16 RSA Improvement Project. Signatures of the Mayor and City Clerk requested. BACKGROUND: The Runway 16 RSA Improvement Project is finally ready to award. Over the last three years, beginning with the Master Plan Update, airport staff has been pursuing the funding and the completion of this project. The first step was to conduct a study of all aeronautical obstructions to the airport. The runway was connected to the GPS land system and new benchmarks were established. This project provided the accuracy necessary to plan the project designed to bring the north end RSA up to FAA standards. The second step was to study a realignment of the road outside the RSA and to conduct an Environmental Study to determine the impact of the project. We expect a Finding of No Significant Impact (FONSI) April 13, 2009. The last project was to design the project and to produce plans and specifications. The Project was advertised for bids April 10th and 12th and bids will be received April 28th The AIP grant paperwork will be sent to us over -night when we have the bid amount for the forms. All should be in the packet for the May 5th Council meeting. DISCUSSION: This project is essential to comply with FAA Regulations concerning standard Runway Safety Areas. The acceptable dimensions are 500 feet wide and 1000 feet long. Currently, the 16 RSA is asymmetrically shaped, shorter and impacted by the highway alignment. Not only does the highway reduce the effectiveness and safety of the RSA, traffic on the roadway is considered an obstacle and adversely affects the minimum 4500 SOUTH SCHOOL AVENUE, SUITE F • AIRPORT TERMINAL BUILDING • FAYETTEVILLE AR 72701 479.718.7642 • 479.718.7646 FAX • www.accessfayetteville.org/government/aviation airport_economic_development@ci.fayettevil€e.ar.us descent altitudes used by pilots during inclement weather conditions. Eliminating the highway and the associated obstacles will significantly improve the instrument approaches from the north. The Runway 16 RSA Improvement Project at Drake Field has received a high priority rating from the FAA. Attachments: Staff Review Draft Contract 4500 SOUTH SCHOOL AVENUE, SUITE F • AIRPORT TERMINAL BUILDING • FAYETTEVILLE AR 72701 479.718.7642 • 479.718.7646 FAX • www.accessfayetteville.orglgaverrmentlaviation airport_economiedevelopment@ci.fayetteville.ar.us RESOLUTION NO. A RESOLUTION AWARDING BID #09-34 AND APPROVING A CONTRACT WITH SWEETSER CONSTRUCTION, INC. IN THE AMOUNT OF $969,325.65 FOR CONSTRUCTION OF THE RUNWAY 16 RUNWAY SAFETY AREA IMPROVEMENT PROJECT. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council of the City of Fayetteville, Arkansas, hereby awards Bid #09-34 and approves a contract with Sweetser Construction, Inc. in the amount of $969,325.65 for construction of the Runway 16 Runway Safety Area Improvement Project, said approval being contingent upon receipt of federal and state grant funds. PASSED and APPROVED this 5th day of May, 2009. APPROVED: ATTEST: By: By: LIONELD JORDAN, Mayor SONDRA E. SMITH, City Clerk/Treasurer CONTRACT THIS AGREEMENT, made and entered into on the day of 2009, by and between , herein called the Contractor, and the City of Fayetteville: WITNESSETH: That , for the consideration hereinafter fully set out, hereby agrees with the City of Fayetteville as follows: 1. That , shall furnish all the materials, and perform all of the work in manner and form as provided by the following enumerated Specifications, and Documents, which are attached hereto and made a part hereof, as if fully contained herein and are entitled: Drake Field Runway 16 Safety Area Improvements, Fayetteville Municipal Airport, AIP Project 3-05-0020-038-2009 Advertisement for Bids Instructions to Bidders Bid and acceptance thereof Performance Bond Payment Bond General Conditions Supplemental Conditions Specifications Drawings — 70 Sheets 2. That the City of Fayetteville hereby agrees to pay to for the faithful performance of this Agreement, subject to additions and deductions as provided in the Specifications or Bid, in lawful money of the United States, the amount of Dollars ($ ). 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: City of Fayetteville and , recognize that time is of the essence of this Agreement and the City of Fayetteville will suffer financial Ioss 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 , agree that as liquidated damages for delay (but not as a penalty) , shall pay City of Fayetteville Four Hundred Dollars ($400.00) for each day that expires after the time specified in Paragraph 3 for completion and readiness for final payment. FY082153 Hwy. 71. Relocation Section 00500 - 1 5. That within 30 days of receipt of an approved payment request, the City of Fayetteville shall make partial payments to , on the basis of a duly certified and approved estimate of work performed during the preceding calendar month by , 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 , of evidence satisfactory to the City of Fayetteville that all payrolls, material bills, and other costs incurred by , 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 , 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, 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 , 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, McClinton - Anchor, a Division of APAC 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. FY082153 Hwv 71 Relocation 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. SEAL: WITNESSES: By Title ATTEST: CITY OF FAYETTEVILLE By City Clerk Lioneld Jordan, Mayor FY082153 Hwy. 71 Relocation Section 00500 - 3 / DESIGNED TO SERVE / MCE COPOuoi McCLELLAND CONSULTING ENGINEERS; INC. algatja 'e 1810 N. college Avenue el /" ? P.O. Box 1229 rn Fayetteville, Arkansas 72703 / 72702-1229 PHONE: 479-443-2377 FAX: 479-443-9241 April 28, 2009 Mr. Ray Boudreaux Airport Department City of Fayetteville 4500 S. School Ave., Suite F Fayetteville, AR 72701 Re: Drake Field Runway 16 Safety Area Improvements Fayetteville Municipal Airport, Dear Mr. Boudreaux: Bids were received on the above referenced project on Tuesday April 28, 2009, with six Contractors submitting a bid for this project. The low bidder for the Basis of Award for the Total Bid for Schedules I & II is Sweetser construction, Inc., of Fayetteville, Arkansas, in the amount of $ $ 969,325.65.00 for the Base Bid Award for Total Bid Schedules I & II. This work is for the earthwork and drainage structures and utility relocations comprising Phase I of the construction. A copy of the certified Bid Tabulation is enclosed. The Engineer's estimate of the Construction Cost is also attached and was in the amount of $ 1,150,000.00. The Bid amount is below the estimated project construction cost. We recommend the City accept the low bid submitted by Sweetser Construction, Inc., for the Base Bid in the amount of $ $ 969,325.65.00. We have worked with Sweetser on numerous occasions and have had very good results with their construction. If there are any questions regarding the bids or this recommendation, please contact us. Sincerely, LLAND CLTING ENGINEERS, INC. ay i J : es, P. Vice P nt Enclosures: Bid Tabulation W:12008L082153-HWY 71 DRAKELCORRESPONDENCEIBOURDREAUX-042809.DOC:wj o NN,..22m0 o a6 ''''51. ..... o0 p_ ww2 $ "w wwN.in w w um_ 82'7'' w w www Qvw ww wwm mn om 0 Sww APAC.McC)Inlol #0911 I Hw n $ te ww$ o w lip„ q wNY $_wwm mm 1901. 4 flF NwNoo 538,800.00 $30,600.001 $39,00 $10,140.00 R7.Ri s7i; nnn - mw$wwSV ww Hfl N 1148180410 Extended 4 N o w n w w q 'w wMwq w�!dw o N w w o p y y 024,049.00 04.25 w y 2 w a r: v ;;; Sa M tmpww HN relopment LLC 1183010310 1 Extended n w w w w w w my . w Di r�^ 2 O i M -w Iii - w w N ip; W - u o 560.975.00 If[ 529,250.00 510,887.50 $79.000.00 $217.000.00 I, 314,204.50 010.50000 51,375.00 848100 1I!!F o �w q - -VnJ 1 111111 rSweetser Construction, Inc. License 50027470410 unit price 1 Extended Iiiiiii 18.0011 552,00000 $1.55 520,150.00 $3.00 $12525.001 553,875.00 053.075.00 5167,238.00 5167,238.00 $7,500.90 57,500.00 81,750.00 521,000.00 014,500.00 514,500.00 530.00 $5,360 00 jl] $12.50 512,503.00 $225.00 _ 025553.00 517,200.00 017,20000 Iiiiii IIIIMEMENE SUB TOTAL SCHEDULE! E 0 MEWS 1 THROUGH 33)_ SCHEDULE II I , S • - ¢wa ii - G SCHEDULE) Mebdrsrtron end OemnblIEanan Tcpootl Removal (Poen ouemItr) ' 5 A m an Eno -ex. r Ern Tomporay Flo* [:ack Gam Ero5lon CGMfd Blanket w Iv.VSBWMYIpe Gushed Sono Trepoh 3e5Mil _I: 1 E M n I i u - - n 04.— mF- r 5 n n n n ��� ry n ri as ar n v Runway 18 3l341y pros lmpreumo505 Fa3.15v111e Honk/pal Airport RIP 114061. SD6-5020-030-2009 Rprn z& 212a NCE 5021.. 5175 07(50153 Imo* 2/66.231g an 2,q. 11110 6wNw C5419mon,705 Limns. 5000747111. 5(545,20. [ken Crowd. LF.va.. 10511515110 Con5610a11on had 30•31406]spm..6 u0 L544o.e 54111110310 0t-5,50 4.)05,204 45145710410 7o4onm.a.0*1W3.x 515.nm 15010940401 APMCak6Mkn 2033o3 elson 0 4001144114-10 Mena.. 5107050D 1100 Wim 1550 Fxe..344 512 anal 105)0 51)0462 0010269 WO 14094 F 1.d-'-' OMprke 2vx0114 AIM(7000. 0.5043(5 _f i....••60...m.y- os..1g1 1W 51.50 • 3..40115461.....40 1055 1155 105550 *8.4500 - 51221 3225 0010000 0550 4(5,200.(9 Sl.15 9.701.50 11.10 0000500 57.45 17 • Fn. 000 2,.S 510,005.(5 'K.00 4004340 i54,OS 11.05 MODEM (5271.74 351..15 1100 7,74 f1,, 5200 3114505 ia 11 Yo rh.e5� 150. p1 V SSW 17,50554 1x50 0.00 30.501-50 1305 i,RO 3600.00 Sens 5T0ffi.50 39150.50 /100.0 59 1235 51% 0%13.05 L1�1a.7R 07.02 Sim 17]33.72 75,0x50 5203 i1#54 01,04040 11.44020 313,5555 00045,20 �,dh.0 ,40 080.40 501205 17 IP balm __ 130 51,105.5 1515 81((300 Sv086G0 $9,:0450 0.050 *2100,00 127500 0995059 0129.06 53225. It 1170010 5],416.00 115...500,.16.. 0f0j.666.4......• Me. TN 1. 030 51,500.00 0250 5,,05.731 $500 5410 11,155.0 52.,5 5714 11031600 11.512.50 55.35 525 s15,1�[p 5x147.00 56,11 911&5.0 4caa eH 510.15 07250 5927225 510.1. 112154 1133.00000 102Tia5 0777455 0141MM $11.0 M00r" 05,013.00 410100 si1.05 1170603 5115.76100 5 536605 Wss5..5 5345.5 $1 pas 50.010.00 *810.00 1124_5E960 11,1(000 11911100 5122,05.00 17,400.00 52.05 571276 35.53720 qµ10.04 6742.55 3_..5 19 -6- • N 540,50000 5754.00 19/531 114 1�f157 ....wawa s"'1l 160715.00 s •1.0[0.00 10.74000 11200.05 1500450 '00 s x1000 00 515500 518..545, 41 51,760.00 f1 11(7500 1153014.00 1160.00 /ll6TOTALS)00007 {7;5Bb 554447,i1k0(4x 10}a11.4.i,511,o 5600.70 150100 11,000.0 51.0500 11.50100 51.540.54 5015, Da. 51,0( (0 51.0.00 15000 10000 pL52203 10.12750 145111741146Lidloslon 5 109N199T1 12512545 1012.- Ea 515500.x+ 42555000 425.56.00 515.00.5 063.50635 501(0000 105,0500 s ---:0 1 -, m 1545405 11x9 5340 5540 069, .0460060 TM. 14.•d0..•.0".4.okf I .••.00400 � 0110.M 51505.5 010.x90 050000 515,((200 •. 000.5 5046000/ 5371430 3763761,7.570.7.00sr. 1571E6..50 07 5=vo.0.1400.40 ••EA•.00 55.10 575/.00 4x73 4300.20 42:10 01.00.0 SI .i0As 52.5 51 •'' 00 •11,00 .00 11 -•• •0 10,75,02 17.0 01.200.00 5100 51,400.00 mem 6990 51(500 56104 51.000.00 115.15 51166.00 e.•x c,5,.35111 ow. vy ME 35.70 51.55 *0] 1135 Sa?5.0 0575.30 017= •• 9.340.00 3974 57.15 11.440 51.5 44093.00 sue 365.00 53.050,50 110( 111.70 0110.0 16.5 fl2CO0 31260 01550.0 11000054 30.05 51.10 01,J90.00 17p30101 50,1 00 454 �"'i 0.55 _52000 13.00 01 -,20 •4,50 111.50 110.00 3{50500 010.0 - 155 407221 507.510.20 010.00 0215 {6,040.51 h00 1 ..... 14 MOM 1155 51.70 *20 61'.0 114.5 55.42000 5121 0(5,700.0 1;]51.5 12E30 57.05 314,350] 10.4x00 1114s ,lnl.rry 5,.4 Awa Ma11000.00 a 003] a 00 1 55.16 511 .� .. 11 ••0 61000.00 3100 L; .. 555 260554 52955 50 20 000 sn 31575 3300.00 00.40 50 53.102. 0x0750 1070 0131.40 00.15 14.12100 500.3 205 0156 52111.00 515,6'50.5 150 50.0. a44,0rwn.w 1�05.n 751.5 ma. 1 50050 5-�•51 MOM ,0 31000.02 S•1C7500 02 571 (55.0[000 44.30000 04.00011 55.55.00 1,,00.00 0001150 515.51054 110,,0 0 .0.1.11.1•I " 50.50 00 055.5 1150 HG�9.0 0111 5.00 51.55500 511.00 s1 1/./80.00 S5.01 ss21.00 110 Da 9. 54.15.04 1510 110. 06 14.830.10 47 742•0 App.. elver R . r" ® 392.00 553.90 ..� 070.34 51 50.00 (55000 1x,0 x'00 065.42 2003,50002 S17e 1301 500(0 53.59 1600400 111020 09,300.05 34500 a 527000004 10500 0110 5510 500 1: 559.50 0520,00 020x60(0 3402.15 557.10 55700 15005 Ot 5913(000 50®500.00 7055.34.1.. 7'755. ron 11 (5re.I>mwiedx �,,�, .,. .,, 127460050 554.70 131. 6065 51111 7•. 0052 +4 00 _ 61575 10640 0020 39854025 PON 34 3,00400 5951.55.5 ----- a� b , 0 Ss 00 1101 Sid Oe.'140 59.74 .'? 5! 5475 .may 511.00 .. [q 3311 5120 50191 541272.20 56.10 50.01000 5210 541110F00 •71.201.O 0121120 001.15 11120 120074200 061.561p0 1036404 444004. ore 6.2.3= my 511 .15050 511.00 03600 04"" 1' 4is2203.04105, 7' NZ A Slam 05500 3430 151'40 ..02 41 •-.0 38.41050 10042500 •:3(5.50 4044 5115,130.00 120-p1 52351 514550 90.5 , , 00 514/45.50 . 7 7 s 50 0 005 531.5 0000 0oo f*tR12 5D 1151.50500 511.05 0321; 15,x0710 427,57700 21 rep Wm., 5015 5506115 549.1 :.105.(5 5710 014,000.00 !049].5 99].40 00 X004 51950 560.10 71 li 70 75 0,10,. 0.0M. 1. 1790 99000.5 54202,0.5 4100.00 00.0100 50/.01 124 110.70 122.41420 v (.7,75111" " 0.5.0OD 50nano :a&m 1155(035,35 434.50 6%60.5 W47,*55 SUM 455]00.00 510.5 14030,35 1 '-1 M 540.50 13.2555 1440 32420.00 97.0 57055555 57100 501(6550 01.150.00 00450 04540 }2.O0 20.117.00 (32530334137634440.110 ENTA.4. 04470. Runway 18 303a, 055. Irn77ewmon11 F.5o104Nlte N.nlclpel Airport A1P P24401 2-08-0020-038-2009 04711128, 2009 MCC 2ro1.c173v. FY05*113 Min 0000ryr303 qty, URI firemkser Cm8bu403n,1l1 410141109! Wit 8044 £1rrpel 2414082.181.34oe.4w1e. Lkm-se 150001658.34 LI4e 1 110 PrIc. 10'1011 i05I0 Po0.0r ynn4 LLC - Llwasen16.1.102410 MO. 40011.5 /0140700d10 Nc 7001Loan 02M 104408/0500 C5 1.3•3•843 APAC1Ae011mm�Mvwr.Wnw 290116'4040 UeA524o 41.4.1 ana . Cass.. 88154.354 LAIR , 148.4.4 UNI Prim Pe M R*r1. • ,28.,4.0 41041 38 544,.00 425,544-00 16000 511,200,00 57144 41085040 541.00 513.740.04, '• Ro.m.•01.110se •r 32 1*050 1193.40 311,96002 .{10,2,•000 97.56 006.00 8310795.00 537440.20 *01.40 4.4228 547,680..00 154,70020 111.00 090.00 *30011101 200,14101 51*302 105400 1153100 11508930 15610100 411,140114 419154* 5242 410.22 1H.00 5404.30 514816.00 143.021040 9111516.00 31417.20 n g•: m r17 u 4004.12 54,0 00 00. 31,940.(0 1724101 140.0.02 2x40900 1741.40 1150402 v421575.20 , .. 1 11 EA 11,103.48 5500.28 17.142.22 154.323.00 13500.00 32556.00 12,33680 4610.00 14,88440 1617.550 0,03000 11,30980 9410902 5359.60 435920 91.100.00 32,E 000 031240.01 11.20100 11.70120 1540.00 51.34110 11,E 11.484040 14.16200S.... 2061.04 41,450.00 4•,130.0 52 Ka 01 *1,694.00 5],1135. 41,25300 5115100 1958000 500.28 11�i0.00 0,100.00 54,70100 413,77128 31,47100 540000 14468G00 54,711,02 11283.40 *003.45 11.11600 11,01311 02.5427 287,057°0 31,440.10 02,251,11 26,161.5 8e�ra4 [004.1 _ ]1 LA 12,000.02 4500.02 07,000.40 1124.00 *3.47.34 39,iere] 11,501.0 0120300 *1,100.01 43.001.00 ttm 9101 12,600.00 41�a00 441. s! r ••E6 0• 0.3�1tn0•41/2 4r .•a1w'r.s 1510 *2,149,50 1505 505` 112028 31 81,88028 S9.D51AO 1300 33,441.40 51.40 510732.20 0428 91370.20 19,019.0 *4000.44 0355500 H a2p28 0405 11.567,50 19,00453 r r.33...11,83,0833/.__. 02 kr 3205 16,175.00 4108 3850080 11.02 5160071 11.40 91.&4,.20 83.00 11,530420 5905 11.367.60 rr� • - re..^ 111 S11.254182425 43500 34509.40 51mem 426 LO 0,11800 19644 1125020 300.00 114120.0 15,74x0] __ 10.5344 12526 36173. s.e _ 9]1,25 34,7 215 426.00 22600 3818980 10.&1 512.0 54.00 1431&00 54526 04,055,25 40• 1 cf a 3515 591040 2852.70 1383.0 610.40 340000 1430.22 11.70602 5104 433002 *2100 %1008 5511 2016➢1 0661 16 5011 13x700 121171 0143 14,666,25 321240 T . . '1.400 404300 MOOS* 410400.00 4190400 17,11000 1'0.00 14,100040 4557501200 1x+,50000 05,07474 11nw.w 511440.00 S*SMAO MAO SRN 0 1,90 10.04 19 1160 0170 692010 531,85000 151,043564 21,110.40 =IC MI 1•111 3300154 ssn 511040 - 4x lam 34.200.28 142,941.60 14050000 38.588040 !(101,05 153..53 3].10 3901.13 (1400+1 511,40040 ..�x0.n.. 0,..0x. 'm 1102 11030040 115P56m 4a(0 11600000 --� _ 42•$9.28 011]40 4125 420040 5.7.045m 2,00900 2' 6. um 552122 3103 413074 41400010 41,10.422 ... 11....,43= 371 ,p19>� S 20028 -0041.085700, 350440 �wc3.lxw. %0.m CM 000.00 515.723M a .moi 7•1.64,191602 76 44..4.0 Wr 10415 r 14 cr 0.0] ►3.10 4275.110] 510)5000 510.00 111.(0 XS 000.00 47 _ _ 94 0.70 11000 316000.80 613,720.82 121111 119 727 ad 11.50 sx7rar 16],2.420 3181120440 3121 079)96200 417.050.00 a ,9. i0 161 1304 11,43280 31.2000 511.300.00 a 50 st 3260 51415 1149,061200 *51003.2 ]1]00 071 1100 5500 107901 " •• -'.1u� 4110 0 17 1"m 13,102 CC 041* 76.20 :42,167.42 50130.00 b T4.4108,3.tssgowr riw4wn Swr.Sx. 1.611 11 W 28.00 0600 11,00000 3731 3070 1300 110.00 „,. 031.000.12 Si 511.14 G70 11.100040 61ts 510201 co 31 .00 *4F 4805 02.00 03,496.91 o me © n 4472 1000 5646 15400 64402 91849 63.015.02 10 sa0125 Dm.. 05.14 13210.(0 33.00 •'.. 5010 54 MAO 51160 60179 Dm� w5�e1n1u. ur4e4.1 .r 5120 31.36750 53.00 22260.74 1707 91.6]]40 _ 12.00 14 22.00 1315 97,028-28 e1 11 rm... 1=1/01 1'wa 1.10 w�4 3940 921)00.00 0700 511,200.00 .1 310201 121 .:.40 w 40020 0020 140102 4100000 _ 3650 22101/00 11.50 • _ :411.00 11.75 . 110.00 1111.30 „ 11915. 9140000 41 4 p.� 64517.10 7156,15400 _-�® 1w16.r.'e 545* 136020 97,701.00 1!5040 1200 91117,.5 13000 504414.00 1u. 5.00 4'2]000 47804 r..4a "4"0 1 1X0.[0 470500 fta0] 1]0.00 1499100 µ, 16R04 51107 a.2, Etlikum 0 an {MM.' 3i111000iteal Si 111160 510,•,170M 0*10.(0 131010 1360.10 101£2403:45 tee,:, m 5/,4:;021.06 11,1111.201.60 5950464.96 r r.' q 44,622,00 55,0.0.0 46. F.. °YO'd am T 1'.50 .00 52.36 37 i5Arp40 101'34 310,(005* Sim 110,440..44 1440.00 6ffi. .00 41022 . -00 07/0500 74 3000 : PIS 41.10000 5 801.9. 5128.0 316,015.00 *9/•117.58 .�..•.1.3eti5.wA *3,.,, p,ia.MINi. 0 aw ,�.� iG56 3366.04 00. 045900 167902 59)44.28 4x.11 37.16 51.45 14141 50000 9601000 91,513.00 412160.00 43,00 26.20 1040 510040 215000 1000.90 *2131 1410 :716,00 11974 11100 0900 311„005. 5100600 17.95 114.10 3172a.au 11550.56 w1540x11101.»o�.q m 11-00 *925,00 11.00000 i1-610.00 f9. 00126 2210 6311400 1&]] Si 660.00 11175 910359-50 u1g1wlrNaMY 128" Ng Imbau. 1a rl20 1''� ]10 11.00. 1240 44,956040 01240 1120 151.90 ® 50 96, MOM 1175(05. 11273 41205 0.4517.35 00000 • --m fa Row ' OM "E08 11,050.61 1250 •, 00 1100 ' o �11.::d00 374.90900 5210 0.560.00 •ws.181a.r4plr./L 1N 01121 1]6.67430 510.52 074,84I 1 CC 11500 1121043 28100000 7C 31451 50.115.06 VAS 232.75602 11880 01.792 50 03/21050 15.10 115,15 12205.41 32.,005.00 7,11266M60.6..111155 MM. .1x041 0304545315 Safety ewe 153p333O13003p F3725*00I. M4nxlpal AIrp01e RIP Ppj0002-06-020-088-3901 Ape* 24.2308 MGE Prtgee Me. FY032133 kwi pSo! GOY. 0,4) Co 1343..303007330330 000934013 3.13.13.003.11330033* •0•1134 .ten... 1.1.33•101131363133 .. 8 LLCi 4 59 310 Om. 00116710430 - Co. Liu 5 1*4 0Kppg .33-.311600 ••Lkmee 30113.30,110 *el Price Menne! Hea4ow 5,1114.1 Una PH. E0Mdad Ur1P310a 520,15.4 N,OP035 &w a5 131101ke 5.113.5,4 a.4ti7,700120 30100 ..3.t 0...700100x3 a �' - 13x,02 .',69300 130700.00 555.7100010 44513 5313113.30 353.00 31700 8354300)0 130.70000 565]0`553,3x50] 3373E 113¢00.00 167.04 330.05'-- 111,111.20 140,124.00 50174 43110/40 -'s 5134.004, -. 53A0 0 .00 "75 414,22250 133,09460 510.00 534,05 013.92500 1133400)0 86.00 41050 10,x07.03 0104.4.00 9:300 54051 515,70530 014,5)4.50 13105 10002500 51100 117.4 W •:NI 13 001 115.1 11 123000 1/415 159045 19000 5000.00 340.30 3771.33 156.60 004103 527.43 12331400 3151-70 -- - 35500P1a .• ..sum00 a 4 SUM 0.190300 •--. m 5;140,00 32102 501.10 5305300 15,25504 1545* 0780* 19,51216 PI 17714 14400 717.03 _S000.30 55717-1* 133.00 7140.00 0.7.400.00 53.907.20 5.771.30 ,�4,T.L54 504,03 55,4505* 31,71130 .2.13203 533333.00 4104.3250 33.50 10,09000 1104.0 - 407,, rl 22 • n416xY n,441*15.q 41 50 + 33,500.55 51.3[0-* 17.2**-* 0.0,700.03 31,791.50 0.5,710.50 31109.00 .0,3.40 32,0100 37.7.30* 14.4505) 1.,x530 510,000.00 -__ "�yam 32..7700 80�xun 17x50.!.) 511 tom 43,10000 ` a.xq road.a lata •mi 250-00 vooza 00x1 3 100.00 12235.01 51100.05 1000 32,00300 5550300 124.000.00 70.00 60,0000* 3333 10,040.1] n ".. r•--.....+3 r...�2-- • • s ,,, 514.000,10 419530.00 _ 113,303.00 5725300 5143430330 317,10500 510434.50 11,33000 :z2,a13 51050050 13495*.** 53.030.00 541,252.10 ale 310,05 330.x20.03 000*, 30..7.401 0.,02.1.16.+111 34 40 35100 1..00 f0.%' 40 ,.., 7543133 15.05 -713.00 5330 41,5.4.0* 530.30 3[0.00 3102 5;73350 411.30 7230540 3'137350 IMO DI 41.05 51,!00.00 315.00 11.51590 MAMBO.300 5600.00 12.90 17-]30.45 5201200 5067.44 33320 51,001.3* irTP2'VI......11, � °6 7270 1 ••• •, *11.10350 sumo 410,00 3150.0* 4115500* 727,3003 5101000 111.00 3330 1100 11.00 530100 30241.60 413500.[0 Saa00 5550 55.30 1450.00 37 50000 311,0)250 0410100 153950 3177.10 0.70300 5910 119010 0 50.0 35'0005 5..gnlew5.,164 us. 4.00 1.90)0 5201 54,.1075 641,300.5 41003.00 55.00 51.53005 - t54aa - a 11 7164!4, 11bw On n,6. 31-100 010 550 31,]73.00 5830 11 MLA 0000 512&5.30 13.1. 51.73440 5402.05 500336 11.-00.1•11.1111144'. lat6.4 we. - 1641 017,.43.53 50.02 450,05.0 73031** 2000 42,93.00 411,347.00 .4x,10000 1:5.50 55005.00 443.0100 11,09242 51 03 11,107.50 41105 5+/00300 ry if 5000. 0.2000.53 52,000.0] 333:omo005,3 Pardnua 6.. ✓vI11A7ala5 - �42111� X0030 !3.53950 72010 32.105.00 32300,05 543'10[500 _,140 52320000 081 4,300 * _ 51.23000 5433,03 1110* 54150x.0 30,07092 x00.03 503010 51.02 14)&(00 40060] *0,4x533 51,1(7•.!5 330373.0 51,302[0 0.0.,00400 31..4359 315,11600 00..15 84,0!250 54.55 10,007,00 31.50 5520230 ".�,�,i30 524,111.** i f +x.4.40 - '� 33.30 5530 5343510 3200 1055 32.1100 01.9:)30 33.40 5320 ...... o6. u I ya,5r 61..515, d EQ•SEdT7 ^'7111 e2fn, „r 7 f 3.61.00 ]14x03,0 ,1,710,00 1 133.00530 3530000 1^..- 11.12030 513530.00 1 � ® 02.30 12_90 51,[-0090 I 51,10332 511,331-33 310 3.30333 61.50 5475 .53,50034 ! 411 TOTAL MOb5H.5R,E71 A 11 _"9:1121' l.0** 10 35,50},532751 L 525000,5 O3RL 1135CH30Rl040* 10 326�,72351i S;O2A1S1.3a 32.1.101,027.41HI* t_�•: J�'}A] r-� 1 5^"'^w . TOTAL45,01591.0. 11517 83.503.013-41 �-50�� yy 5-_:�J 0.,.01.0311 Jcla0t4i02mry,002110 W htA CONTRACT THIS AGREEMENT, made and entered into on the 16th day of June. 2009, by and between Sweetser Construction. Inc. herein called the Contractor, and the City of Fayetteville: WITNESSETH: That Sweetser Construction, Inc., for the consideration hereinafter fully set out, hereby agrees with the City of Fayetteville as follows: 1. That Sweetser Construction. 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 Runway 16 Safety Area Improvements, Fayetteville Municipal Airport, AIP Project 3-05-0020-038-2009 Advertisement for Bids Instructions to Bidders Bid and acceptance thereof Performance Bond Payment Bond General Conditions Supplemental Conditions Specifications Drawings: - 71 Sheets 2. That the City of Fayetteville hereby agrees to pay to Sweetser Construction. Inc. for the faithful performance of this Agreement, subject to additions and deductions as provided in the Specifications and Total Bid for Schedules I, II, III & IV, in lawful money of the United States, the amount of Three Million, Seventeen Thousand, Nine Hundred and 15/100 Dollars ($ 3,01.7,900.15). 3. The Work will be completed and ready for final payment in accordance with the General Conditions within 360 calendar days for Schedules I thorough IV, after the date when the Contract Time commences to run, as provided in the Notice to Proceed. 4. Liquidated Damages: City of Fayetteville and Sweetser Construction, 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 Sweetser Construction, Inc., agree that as liquidated damages for delay (but not as a penalty) Sweetser Construction, Inc., shall pay City of Fayetteville Four Hundred Dollars ($400.00) for each day that expires after the time specified in Paragraph 3 for completion and readiness for final payment. FY082153 Hwy. 71 Relocation Section 00500 - 1 5. That within 30 days of receipt of an approved payment request, the City of Fayetteville shall make partial payments to Sweetser Construction, Inc., on the basis of a duly certified and approved estimate of work performed during the preceding calendar month by Sweetser Construction, 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 Sweetser Construction, Inc., of evidence satisfactory to the City of Fayetteville that all payrolls, material bills, and other costs incurred by Sweetser Construction, 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 Sweetser Construction, 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, Sweetser Construction, 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 Sweetser Construction, 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, McClinton -Anchor, a Division of APAC 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. FY082153 Hwy. 71 Relocation Section 00500 - 2