Loading...
HomeMy WebLinkAbout131-82 RESOLUTION• • RESOLUTION NO. 437-22.$ • 1 A RESOLUTION AUTHORIZING THE MAYOR AND CITY CLERK TO -EXECUTE A CONTRACT WITH McCLINTON-ANCHOR DIVISION OF APAC-ARKANSAS, INC. FOR THE CONSTRUCTION OF AN AIRPLANE APRON AND TAXIWAY ON THE EAST SIDE OF THE FAYETTEVILLE MUNICIPAL AIRPORT AT A TOTAL CONTRACT PRICE OF $42g16.67.0D FOR THE BASE BID AND ALTERNATE 1-A. BE IT RESOLVED BY THE BOARD OF DIRECTORS OF THE CITY OF FAYETTEVILLE, ARKANSAS: That the Mayor and City Clerk are hereby authorized and directed to execute a contract with McClinton -Anchor Division of APAC-Arkansas, Inc. for the construction of an airplane apron and taxiway on the east side of the Fayetteville Municipal Airport at a total contract price of $-423,667.00 for the base bid and alternate 1-A. A copy of the contract authorized for execution hereby is attached hereto, marked Exhibit "A", and made a part hereof. /_ PASSED AND APPROVED this /9 'j day of (90710.86/C , 1982. . 1 cow i i ATTEST. City Clerk APPROVED: By: 2L&? 94,4dyMaor y CONTRACT STATE OF ARKANSAS CITY OF FAYETTEVILLE THIS AGREEMENT, made and entered into this 22 day of October , 1982 by and between the City of Fayetteville, Party of the First Part, hereinafter called the OWNER and APAC-Arkansas Inc , McClinton -Anchor Division Party of the Second Part, hereinafter called the CONTRACTOR. WITNESSETH THAT: WHEREAS, the OWNER has called for bids for the construction of Airport Improvements as set out in the Specifications and Plans No. 81-180 and WHEREAS, the CONTRACTOR is the lowest and best bidder for the construction of said improvements hereinafter set out, pursuant to the published calls for bids under said Plans and Specifications. NOW THEREFORE, the CONTRACTOR agrees with the Owner to commence and complete the construction of east side taxiway and apron improvements, including site grading, drainage, earth embankment, pavement, landscaping, and other tasks as designated in the project Plans and Specifications for the prices bid in the Proposal, based upon the estimated quantities, the total being Four hundred twenty three thousand six hundred sixty seven dollars ($423,667.00) for the Base Bid and Alternate Bid No. 1-A such sum being the agreed amount upon which bonds and liabilities are based, and at his own cast and expense furnish all materials, supplies, labor, machinery, equipment, tools, supervision, bonds, insurance, taxes, permits, and other accessories and services necessary to complete the said construction in accordance with the conditions and prices stated in the Proposal attached hereto and made a part hereof, and in accordance with the General Provisions and Specifications, and in accordance with the Plans, which include all maps, plats, blueprints, and other drawings, and written or printed explanatory matter hereof. The CONTRACTOR agrees to fully complete all work under this Contract within 100 calendar days. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the Contract in accordance with the accepted Proposal therefore, subject to additions and deductions, as provided in the Specifications, and to make payment on account thereof as provided below: As soon as is practicable after the first of each calendar month, the OWNER will make partial payments to the CONTRACTOR for work performed during -17- salaM EED the preceding calendar month, based upon the Engineer's estimate of work completed, said estimate being certified by the CONTRACTOR and accepted by the OWNER. Except as otherwise provided by law, ten percent (10%) of each approved estimate shall be retained by the OWNER until 50 percent project completion at which time no additional retainage will be retained without reasonable justification by the OWNER or his representative. Upon final completion and acceptance by the OWNER and ENGINEER, the ENGINEER shall then issue a Final Estimate of work done based upon the original contract and subsequent changes made and agreed upon, if any. Time is hereby expressly declared to be of the essence of this contract, and the time of beginning, manner of progress and time of completion of the work hereunder, shall be and are essential conditions hereof. The CONTRACTOR agrees to commence the work within ten (10) calendar days from the date of the issuance of the Notice to Proceed, and to proceed with the construction of the work and to prosecute the work with an adequate force and in a manner so as to complete the work within the time stipulated herein. If the Contractor fails to complete the contract within the time stipulated herein, the CONTRACTOR agrees to pay the OWNER, as liquidated damages, the sum of two hundred dollars ($200.00) per day for each calendar day of delay in completion, said amounts being fixed and agreed upon by and between the parties hereto. Because of the impracticability and extreme difficulty in fixing and ascertaining the actual damages the OWNER would in such event sustain, said amounts are to be presumed by the parties to this contract to be the amounts of damage the OWNER would sustain. Said amounts of liquidated damages shall be deductible from any amount due the CONTRACTOR under Final Estimate of said work, after the completion thereof, and CONTRACTOR shall be entitled only to the Final Estimate, less such amounts of liquidated damages. If the CONTRACTOR is delayed at any time in the progress of the work by any act or neglect of the OWNER or of his employees, or by any other.. CONTRACTOR employed by the OWNER, or by changes ordered in the work, or by strikes, lockouts, fire, unusual delay in transportation, unavoidable casualties or any causes beyond the CONTRACTOR's control, or by delay authorized by the Engineer pending arbitration, or by any cause which the Engineer shall decide to justify the delay, then the time of completion may be extended for such reasonable time as the Engineer may decide. No such extension shall be made for delay occurring more than seven (7) days before a claim therefore is made in writing to the Engineer. In the case. of a continuing cause of delay, only one claim is necessary. In the event the CONTRACTOR abandons the work hereunder or fails, neglects or refuses to continue the work after ten (10) days written notice, given the CONTRACTOR by the OWNER or by the ENGINEER, then the OWNER shall have the option of declaring this contract at an end, in which event, the OWNER shall not be liable to the CONTRACTOR for any work theretofore performed hereunder; or requiring the surety hereto, upon ten (10) days notice, to Contract - 2 Pi complete and carry out the contract of the CONTRACTOR, and in that event, should the surety fail, neglect or refuse to carry out said contract, said OWNER may complete the contract at its own expense, and maintain an action against the CONTRACTOR and the surety hereto for the actual cost of same; together with any damages or other expense sustained or incurred by the OWNER in completing this contract less the total amount provided for hereunder to be paid the CONTRACTOR, upon the completion of this Contract. This Contract shall be binding upon the heirs, representatives, successors, or assigns of the parties hereto, including the surety. IN WITNESS WHEREOF, the OWNER and CONTRACTOR have hereto set their hands and seals respectively. WITNESSES: Stia A. APAC-Arkansas Inc. ,FIRM NAME: McClinton -Anchor Division BY: City of Fayetteville Fayertev-ia le BY: -19- Paul Noland (Mayor) i1°/4r a` ci FAYETTEVILLE, ARKANSAS AIRPORT DEPARTMENT P.C. DRAWER F October 20, 1982 Mr. Bob Smith Federal Aviation Administration FAA Building, Room 204 Wiley Post Airport Bethany, Oklahoma 73008 Re: FAA Grant ADAP 6-05-0020-11 Dear Mr. Smith: 15011 521.4950 72701 The City of Fayetteville concurs with the recommendation by McClelland Engineers as to the awarding of the contract to McClinton -Anchor Division of MAC -Arkansas, Inc., and hereby request the F.A.A. to concur with the awarding of this contract to the low bidder in the amount of $423,667.00. Thank you for your consideration and cooperation. ..Very truly yours, Donald L. Grimes City Manager cc: Ede Hogue, Airport Manager TO McClelland Consulting Engineers, Inc. P 0. Box 1229. 1816 No College Ave. FAYETTEVILLE, ARKANSAS 72702 Phone (501) 443-4271 443.2377 City of Fayetteville P.O. Drawer F Fayetteville, Arkansas 72702 GENTLEMEN: WE ARE SENDING YOU X Attached ❑ Under separate cover via DATE 11-1-82 JOB ND. 81-180 ATTENTION City Clerk RE Taxiway & Apron -11-.• _ .. '❑ Shop drawings ❑ Copy of letter O Prints 0 Plans O Change order the following items: ❑ Samples 0 Specifications Contrart Dmrnmen1-s COPIES DATE NO. DESCRIPTION 1 10-22-82 Contract Documents THESE ARE TRANSMITTED as checked below: ❑ For approval 0 Approved as submitted 0 Resubmit copies for approval X For your use 0 Approved as noted 0 Submit copies for distribution [X As requested 0 Returned for corrections 0 Return corrected prints ❑ For review and comment 0 ❑ FOR BIDS DUE 19 0 PRINTS RETURNED AFTER LOAN TO US REMARKS Olivia Attached are the complete set of contract documents for the above referenced project on which McClinton -Anchor is the Contractor. COPY TO ,_, ,4 - N IyV 1,-'t Lne, SIGNED: /1/Leateax-1--it-l_ Oc U 11 enclosures aro not es noted, kindly notify usiet once. PAYETTEVILLE, ARK A��TSAS OFFICE OF CITY CLERK 72701 P. 0. DRAWER F Mr. Bob A. Smith, Chief Federal Aviation Administration FAA Building, Room 204 Wiley Post Airport Bethany, Oklahoma 73008 Dear It. Smith: November 3, 1982 Re: Amendment to Grant Agreement Airport Development Aid Program Project 6-05-0020-10 Enclosed is original of the above referenced proposed amendment, executed by Mayor Paul R. Noland, City Attorney James N. McCord, and myself. I am furnishing a copy of this amendment to Ms. Ede Hogue, Airport Manager, and I have retained the original for the City Clerk files. If I may be of any further assistance, please don't hesitate to contact me. Sincerely, • Olivia Kelly City Clerk /oak Enc. cc: Ms. Ede Hogue Airport Manager [5011 521-7700 DEPARTMENT OF TRANSPORTATION FEDERAL' AVIATION ADMINISTRATION Oklahoma City Airports District Office 204 FAA Building, Wiley Post Airport Bethany, Oklahoma 73008 Telephone 405-789-2905 OCT 21 1982 Honorable Carl Noland Mayor of Fayetteville P. 0. Drawer F Fayetteville, Arkansas 72701 RECEIVED OCT 2 51982 CRY MANAGER'S OFFICE CITY. OE FAYETTEVILLE Dear Mayor Noland: Enclosed is the original and a copy of a proposed amendment to the grant agreement for the Airport Development Aid Program (ADAP), Project 6-05-0020-10. When accepted, this amendment will change the work item "site preparation for access taxiway (approximately 40' x 1250')." to "construct access taxiway (approximately 40' x 1250')." Please shown, Please 1982. execute both, have your attorney complete the certificate as and return the original to us. note that this offer -must be accepted on or before November 22, Sincerely, CSG. BOB A. SMITH Manager Enclosure cc: Mr. Eddie Holland, Ark Div of Aero 4 • ... • 2. UNITEO STATES Or AMERICA OEPARTMENT OF TRANSPORTATION FEDERAL AVIATION ADMINISTRATION AMENDMENT NO 4 WASHINGTON, D. C. 30500 • Page 1 of 2 Pages Contract No DOT FA 79 SW8832 Drake Field Airport Fayetteville, Arkansas Localwn TO GRANT AGREEMENT FOR PROJECT NO 6-05-0020-10 WHEREAS, the Federal Aviation Administration (hereinafterfreferred to as the "FAA") has determined it to be in the interest of the United States that the Grant Agreement between the FAA, acting for and on behalf of the United States, and the City of Fayetteville, Arkansas referred to as the "Sponsor"), accepted by said Sponsor on the be amended as hereinafter provided. NOW THEREFORE, WITNESSETH: 13th day of April (hereinafter 1979 That in consideration of the benefits to accrue to the parties hereto, the FAA on behalf of the United States. on the one part, and the Sponsor. on the other part, do hereby mutually agree that: the description of the development included in the project, as set forth in the second paragraph on Page 1 of the Grant Agreement, is hereby amended to read: "Construct new terminal access road; grade a portion of runway safety area; construct access taxiway (approximately 40' x 1250'); Phase IV of: Construct terminal building; and, Phase I of: Medium Intensity Taxiway Lights and runway safety area improvements." • IN WITNESS WHEREOF, the parties hereto have caused this Amendment to said Grant Agreement to be duly executed as of the oa IUD day of A.)01.974845X-- 19 gd. DEPARTMENT OF TRANSPORTATION UNITED STATES OF AMERICA FEDERAL AVIATION ADMINISTRATION !/l�r04 11/4 14 ,(SEAL)^ Attest £ i?_h tea!_ Title City Clerk 1 B G Title By Title Mayor Manager, Olt Office, FAA CITY OF F ahoma City Airports District Southwest Region TTEVILLE,ARKANSAS A) am- • Drake Field Airport Fayetteville,Arkansas Location Project No. 6-05-0020-10 Amendment No. 4 Page 2 of 2 Pages CERTIFICATE OF SPONSOR'S ATTORNEY, submitted pursuant to Section 16(h) of the Airport and Airway Development Act of 1970, as amended: I. Jms_._dU_� acting as Attorney for_ the City of Fayetteville,Arkansas, (hereinafter referred to as "Sponsor") do hereby certify: That I have examined the foregoing Amendment. to Grant Agreement and the proceedings taken by said Sponsor relating thereto, and find that the execution thereof by said Sponsor has been duly authorized and is in all respects.due and proper and in accordance with the laws of the Stale of Arkansas , and further that, in my opinion, said Amendment to Grant Agree- ment constitutes a legal and binding obligation of the Sponsor in accordance with the terms thereof. Dated at Fayetteville,Arkansas , this 0710 day of ategle&Z., 19 8a, • ran rank/ p"00.I6 rn, a 14.77I fl4 Title City Attorney Res i3/-2.2 CONSTRUCTION SPECIFICATIONS FOR EAST SIDE TAXIWAY' AND APRON IMPROVEMENTS • TO DRAKE FIELD FAYETTEVILLE MUNICIPAL AIRPORT FAYETTEVILLE, ARKANSAS ADAP PROJECT NO. 6-05-0020-10. 6-05-0020-11 JULY,' 1982 JOB NO. 81-180 COED • • • • • • • • CONSTRUCTION SPECIFICATIONS FOR EAST SIDE TAXIWAY AND APRON IMPROVEMENTS TO DRAKE FIELD FAYETTEVILLE MUNICIPAL AIRPORT FAYETTEVILLE, ARKANSAS ADAP PROJECT NO. 6-05-0020-10 6-05-0020-11 JULY, 1982 JOB NO. 81-180 k!1gMNC°`fs: GL' �COaS m )a.v Lo • • ADDENDUM NO. 1 to CONSTRUCTION SPECIFICATIONS AND PLANS for, EAST SIDE TAXIWAY AND APRON IMPROVEMENTS to DRAKE FIELD FAYETTEVILLE, ARKANSAS ADAP Nos. 6-05-0020-10 6-05-0020-11 • September 30, 1982 Project No. 81-180 McClelland Consulting Engineers, Inc. Fayetteville, Arkansas • The original. Specifications and Plans dated July, 1982, for the Project are amended as noted in this Addendum. Receipt of this Addendum shall be acknowledged on the Proposal. This Addendum consists of 8 pages. Item No. 1 Refer to Item No. 12 of the Proposal on page 3. Add the word "Striping" at end of the item name. Item No. 2 Refer to Item Nos. 13, 14, and 15, of the Proposal on page 4. Change "Wall C" to read "Class III, Wall B, tongue and groove with rubber gasket seal". Item No. 3 Refer to Item No. 16, of the Proposal on page 4. Change the "Wall C" to read "Class A -III tongue and groove with mastic seal".' • • • Item No. 4 Refer to Item No. 26, of the Proposal on page 5. Change the quantity to read "970 LF". Item No. 5 Refer to Alternate Bid Items shown on the revised sheets 6 and 7 of the Proposal attached and made part of this Addendum. Item No. 6 Item No. 1-A of the Proposal shall be for the installation of a soil stabilization fabric if accepted as an alternate bid item. The Specifications for the soil stabilization fabric are attached and made part of this Addendum. • • • • • • • • Item No. 7 Refer to Alternate Bid Item No. 2-A. This item is to be used for compacted off-site borrow over soil stabilization fabric for soft and wet area in lieu of undercutting unsuitable material providing Alternate Bid Item No. 1-A is accepted. Item No. 8 Refer to Taxiway Paving Section and Typical Apron Section on Sheet 5 of the Plans. Change "Compacted Borrow (P-152) 100%" to read "Compacted Borrow (P-152) 95%". • A-2 • • • • • • SOIL STABILIZATION FABRIC Additive Alternate Bid Item No. 1-A DESCRIPTION This item shall consist of the furnishing and installing soil stabilization fabric on the taxiway and apron subgrade as required. The soil stabilization fabric shall be placed over areas which have become too wet or soft to support the compaction of off-site borrow on the native subgrade, as directed by the Engineer in lieu of excavation of unsuitable material. MATERIALS The soil stabilization fabric shall be equal to Fibertex Ten -1 and Mirafi 500X woven polyprophylene or Fibertex 150, Typar 3401 and TREVIRA 51115 non -woven fabrics. Other fabrics may be approved upon submittal of technical. data. CONSTRUCTION METHODS The subgrade shall be cleared of all sharp objects, tree stumps, roots, and large stones that could puncture the fabric. In areas in which the fabric is to be installed, the topsoil shall be removed, and the subgrade cut to the proper grade. Fabric shall be overlapped a minimum of two (2') feet or as recommended by the manufacturer. In windy weather the, soil or rocks should be placed on the fabric to hold it until the select borrow material is dumped and spread. No vehicles should be allowed to drive directly on the fabric. Following normal construction practices, trucks are used to back -dump borrow material onto the fabric. Spreading the material is best accomplished with a tracked bulldozer. Lighter weight models are recommended for softer subgrades. Front-end loaders and motor graders should be avoided because they exert greater pressure on the subgrade. Vibratory compactors can be used, but only after reasonable compaction and rut stability have been established by bulldozer. The Contractors shall install the fabric per the manufacturer's recommendations. Should the fabric be damaged during installation, the damaged section should be exposed and a patch of fabric placed over it. The patch should be large enough to overlap onto unaffected areas by 3 to 4 feet. The borrow material is then to be replaced and compacted. Initial compaction should be made "walking" a tracked bulldozer back and forth over the just -spread aggregate while waiting for the next load. Do not grade down ruts; simply fill with additional material and compact. A-3 ,I REED Un a .Oc. unnmul • • • • • • METHOD OF MEASUREMENT Payment for the ground stabilization fabric shall be made upon completion of installation as measured in place excluding all laps in the fabric and acceptance of the work by the Engineer. The quantity given is a maximum quantity should the entire paved area require fabric. BASIS OF PAYMENT Payment shall be made according to the unit price bid in the Proposal. Payment under this item shall be full compensation for furnishing of all materials, labor, and other incidentals necessary to complete this item. Payment shall be made under: • Additive Alternate Bid Item 1-A A-4 MEWED • • • • • • COMPACTED BORROW OVER SOIL STABILIZATION FABRIC Alternate Bid Item No. 2-A DESCRIPTION This item shall consist of the furnishing and compacting an off-site borrow material over a soil stabilization fabric as specified for Alternate Bid Item 1-A. MATERIALS The material to be used for this item shall be as specified in Section 152-2.3 on page 3 of the Specifications. CONSTRUCTION METHODS The borrow material shall be placed on the fabric in accordance with the fabric manufacturer's recommendations and in accordance with Section 152 of the Specifications. METHOD OF MEASUREMENT Compacted off-site borrow on soil stabilization fabric shall be paid for by the number of cubic yards placed and measured in its final position. The pay quantity shall be accepted as the Plan quantity presented in the Proposal less that quantity which was placed on native subgrade without soil stabilization fabric in accordance with cross-sectional information shown on the Plans by using the "average end area" method to the nearest 0.1 feet. BASIS OF PAYMENT Payment shall be made at the contract unit price per cubic yard. This price shall be full compensation for the furnishing of all materials, labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Alternate Bid Item No. 2-A A-5 1U£r4ock4`tRc" • • .• • • • ITEM APPROX. NO. QUANTITY: BASE BID ITEMS ITEM: UNIT PRICE: EXTENDED: 28 3 Ea. Concrete Electrical Junction Box $ /Ea. (Non Eligible for FAA Funding) • (Words) dollars/Each Total Base Bid $ ALTERNATE BID ITEMS ITEM APPROX. UNIT N0. QUANTITY: ITEM: PRICE: EXTENDED: 1A 30,100 SY Soil Stabilization Fabric $ /SY dollars/SY $ (Words) 2A 25,890 CY Compacted Off -Site Borrow over Soil Stabilization Fabric $ /CY (Words) dollars/CY $ The Bidder (Proposer) shall complete the following statement by checking the appropriate boxes. Proposal - 6 Revised E01170uRATED The Bidder (Proposer) has has not participated in a previous contract subject to equal opportunity clause prescribed by Executive Order 10925, or Executive Order 11114, or Executive Order 11246. The Bidder (Proposer) has has not submitted all compliance reports in connection with any such contract due under the applicable filing requirements; and that representations indicating submission of required compliance reports signed by proposed subcontractors will be obtained prior to award of subcontracts. If the Bidder (Proposer) has participated in a previous contract subject to the equal opportunity clause and has not submitted compliance reports due under applicable filing requirements, the Bidder (Proposer) shall submit a compliance report on Standard Form 100, "Employee Information Report EEO -1" prior to the award of contract. Standard Form 100 is normally furnished contractors annually, based on a mailing list currently maintained by the Joint Reporting Committee. In the event a contractor has not received the form, he may obtain it by writing to the following address: • Joint Reporting Committee 100 G Street Washington, D.C. 20506 Proposal - 7 Revised • • • • • • Enclosed herewith is a bid bond for dollars ($ ) which we agree the City of Fayetteville, Arkansas, may cash and retain as liquidated damages in the event of our failure to enter into a contract for the work covered by this Proposal, provided the Contract is awarded to us within sixty (60) days from the date fixed for opening of bids and we fail to execute said contract and execute the required bonds as called for in the specifications within fifteen (15) days after notification of acceptance of this Proposal. The bidder hereby acknowledges receipt of the following Addenda prior to submitting this Proposal: Addenda No. Dated • and such addenda are attached hereto and made a part hereof. Dated at Fayetteville, Arkansas, this day of , 1982. • (SEAL, IF CORPORATION) Respectfully submitted, Business Address by Title Arkansas License No. Proposal - 8 Revised