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