HomeMy WebLinkAbout74-84 RESOLUTIONL
RESOLUTION NO.
74-84
A RESOLUTION AUTHORIZING THE MAYOR AND CITY CLERK
TO EXECUTE A CHANGE ORDER IN THE CITY'S CONTRACT
WITH MCCLINTON-ANCHOR CO. FOR THE CONSTRUCTION OF
DRAINAGE IMPROVEMENTS AT DRAKE FIELD.
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 the change order attached hereto, marked
Exhibit "A", and made a part hereof.
PASSED AND APPROVED this 3rd day of July
1984.
ATTEST:
APPROVED:
BY
4, •
f
SUPPLEMENTAL AGREEMENT
PROJECT: Supplemental Agreement No. 1
Eastside, Westside Apron Improvements
Drake Field
Fayetteville, Arkansas
OWNER:
City of Fayetteville
P.O. Drawer F
Fayetteville, Arkansas 72702
CONTRACTOR:
McClinton -Anchor Company
P.O. Box 1367
Fayetteville, Arkansas 72702
Job No. 83-132
FAA AIP No. 3-05-0020-04
Date: July 11, 1984
Contract Date: May 4, 1984
Project Description
Eastside Apron, Lighting and Westside Apron/Taxiway Improvements
Drake Field
Changes to be Made
FAA AIP No, 3-05-0020-04
(Non -Eligible)
Provide Drainage Improvements for area between new hangar and parking area,
S-1. Add and delete quantities for bid items 2, 5, 6, 8, 9, 10, 13, 17 and 20.' Add
Bid 38, 39, 40, 43a, and 44, These additions and deletions are required
to provide the proper drainage improvements around the new hangar,
•
•
Contract
Changes
S-1
Bid
Item Estimated
No, Quantity
Contract
Unit
Price
Latest
Estimated
Quantity
Estimated
Cost
Latest
Estimated
Cost
2
5
6
8
9
10
13
17
70
38
39
40
43A
44
2400SY
34,940CY
2300CY
14,290Ton
7,852Ga1
3,750Tons
452LF
lea,
9.0Ac
0
0
0
0
0
2050
5000
2.50
10,50
1.40
37.00
16.50
1200.00
1600.00
3.50
6,60
15.50
17.35
1070.00
2428SY
34960CY
2332CY
14278Tons
7842.57Gals
3746Tons
286LF
0
9.06Ac
58LF
130LF
160LF
195SY
LUMPSUM
6,000.00
174,700.00
5,750,00
T50,045000
10,992.80
138,750.00
7,458000
1,200000
14,400.00
0000
0.00
0000
0.00
0000
•
Contract Amount
Increase in Contract Amount
Revised Contract Amount
6070.00
174,800.00
5,830000
149,919.00
10,979.60
138,602.00
4,719.00
0.00
14,496,00
203.00
858.00
2.480,00
3,383.25
1,070,00
$646,608010
+ 4,114.05
$650,722.15
•
THE AF.OREMENTIONED CHANGE, AND WORK AFFECTED THEREBY, IS SUBJECT TO ALL CONTRACT
STIPULATIONS AND COVENANTS.
ISSUED FOR REASONS INDICATED ABOVE:
ACCEPTED BY CITY OF FAYETTEVILLE:
ACCEPTED BY McCLINTON-ANCHOR CO:
ACCEPTED BY FEDERAL AVIATION
ADMINISTRATION:
CONDITIONS OF SATISFACTION:
McCLELLAND CONSULTING ENGINEERS, INC.
Date
'b.
Signature
Mayor
Title
7- i6 -8s(
Date
Manager, Airport District office
Date
•-� �� 9 8f
Agreement is based on satisfaction as contained
in our letter dated July 31, 1984.
FAYETTEVILL;, ARKANSAS
AIRPORT DEPARTMENT P. 0. DRAWER F
July 19, 1984
Mr. Bob A. Smith, Manager
Oklahoma City Airports District Office
204 FAA Building -Wiley Post Airport
Bethany, Oklahoma 73008
RE: AIP 3-05-0020-04
Dear Mr. Smith:
15011 521-4750 72701
Enclosed please find four copies of Supplemental Agreement
No. 1 for AIP 3-05-0020-04.
If this meets with your approval please sign all four copies,
retain one for your files and return three copies to our office.
Sincerely yours,
Lfir2_ elor
(Mrs.) Ede P. Hogue
Administrative Assistant
1p
Enclosures: 4 copies of Supplemental
Agreement No. 1
SECTION 00500
CONSTRUCTION CONTRACT
STATE OF ARKANSAS
COUNTY OF WASHINGTON
MIGR•FILMED
THIS AGREEMENT, made and entered into on this day of ,
19 86 , by and between City of Fayetteville, Fayetteville, Arkansas,
hereinafter called the OWNER and McClinton -Anchor Co., Division of APAC
Arkansas, Inc. of Fayetteville, Arkansas , hereinafter called the
CONTRACTOR.
WITNESSETH: That Whereas, the Owner has called for bids for the drainage
rehabilitation at Drake Field, Fayetteville Municipal Airport, Fayetteville,
Arkansas, as set out in the Plans and Specifications as approved by the Owner
and,
WHEREAS, "the Plans and Specifications" shall be interpreted to mean the
bound set of documents entitled "CONSTRUCTION SPECIFICATIONS, DRAINAGE
REHABILITATION, DRAKE FIELD, FAYETTEVILLE MUNICIPAL AIRPORT, PROJECT NO.
FY862152, NOVEMBER, 1986. and all subsequent sketches and/or drawings
associated with Addenda and Change Orders mutually agreed to by and between
the Owner and the Contractor; the initial set of drawings specifically
includes:
SHEET NO. TITLE
1
2
Project Layout Plan
Drainage Rehabilitation
WHEREAS, the Contractor is the best bidder for the work herein set out,
pursuant to the call for bids under said Plans and Specifications,
NOW THEREFORE, the Contractor agrees with the Owner to furnish all materials
and labor necessary to complete the construction of the proposed Project
including all related work as shown on the Plans and described in the
Specifications pertaining thereto, for the unit prices bid in the PROPOSAL,
for Bid Item No. 1 and the revised quantities of Bid Items 2, 3 and 4:
Bid Item No.
Revised Quantity Item
2 1105 L.F. Drainage Rehab. with underdrain
3 165 L.F. Drainage Rehab. without underdrain
4 1.1 Acres Seeding
Section 00500 - 1
MCCMlland
Conwllina
Enamors
Incorporated
Fa),Igvlll., Arkansas:
•
said PROPOSAL being a part of this CONTRACT, and at his own cost and expense,
furnish all supplies, labor, machinery, equipment, tools, supervision,
insurance, 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
Specifications, and in accordance with the Plans, for the total sum
of: Forty Three Thousand, Nine Hundred Seventy Nine Dollars and Seventy
Five Cents ($ 43,979.75 ).
The Contractor hereby agrees to commence work under this CONTRACT on or
before a date to be specified in the written "NOTICE TO PROCEED" by the Owner
and to fully complete the project within 20 working days unless the
period for completion is extended otherwise by the Contract Documents. _
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 thereas 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 the preceding calendar month, based upon the
.Engineer's .estimate of -'work completed, less ' retainage; said
estimate being accepted by 'the Owner. The amount of retainage is
to be established in accordance with the GENERAL CONDITIONS,
appearing hereafter. .. Upon completion of the work and final
acceptance by the Owner, the balance of payment will be made.
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. It is expressly
understood and agreed, by and between the Contractor and the Owner, that the
time for the completion of the Work described in this CONTRACT is a
reasonable time for the completion of the same, taking into consideration the
average climatic range and usual conditions prevailing in this locality. If
the Contractor shall neglect, fail, or refuse to complete the work within the
time specified, or any proper extension thereof granted by the Owner, then
the Contractor does hereby agree, as a part consideration for the awarding of
this Contract, to pay to the Owner -the amount .of .$250.00 for eachand every
week day (Monday through Friday) that the Contractor shall be in default
after the time stipulated in the. CONTRACT. for completing the work.
If the Contractor should be delayed at any time in the progress of the Work
by any act or neglect of the Owner or 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 bydelay
authorized by the Owner pending arbitration, or by any causes which the Owner
shall decide to justify the delay, then the time of completion shall be
extended for such reasonable time as the Owner may decide. Similarly, should
Section 00500 - 2
MCCM IOnd
e+wn,o • i Comunina
Foam cera
�'/� •� mmrooraua
FoyetNvMs, Arkamoe .
•
the Contractor be unable to complete the Work due to abnormally persistent
inclement weather or because of delays in delivery of necessary construction•
components, time extensions may be granted by the Owner. However, no such
extensions shall be made for delays occurring more than seven days before a
claim therefore is made in writing to the Owner. In the case of a continuing
cause of delay, only one claim is necessary.
In the event the Contractor.abandons.the workhereunderor fails, neglects or
refuses to continue.._the..Work._after ten (10) days written notice, given the
Contractor by the Owner, 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; said Owner may
complete the said CONTRACT at its own expense, .and .maintain an action against
the Contractor for the actual cost of same.
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
seal,'respectively.
McClinton -Anchor Co., Division of
APAC-Arkansas Inc.
ontractor
c BY
TITLE' a, P.
-City of Fayetteville
Owner
BY
Mari y Johr m
Section 00500 - 3
MCCSIlana
Conwltina
Ena,nnra
Incorporated
Fayetteville, Arkansas