HomeMy WebLinkAbout18-87 RESOLUTIONRESOLUTION NO. 18-87
A RESOLUTION AUTHORIZING THE MAYOR AND CITY CLERK
10 EXECUTE A GRANT AGREEMENT WITH THE FEDERAL
AVIATION ADMINISTRATION FOR A TAXIWAY OVERLAY
PROJECT.
BE IT RESOLVED BY THE BOARD OF DIRECTORS OF THE CITY OF FAyEITEVI .rs,
ARKANSAS:
That the Mayor and City Clerk are hereby authorized and directed
to execute a grant agreement with the Federal Aviation Administration
for a taxiway overlay project. A copy of the grant agreement authorized
for execution hereby is attached hereto marked Exhibit "A" and made
a part hereof.
PASSED AND APPROVED this 17 day of_ March , 1987.
/ EST .
•I
@ice.. .....
APPROVED
By :C7.0 c�ly.J L J�1 Llitt.�.B•,a.1
•
Drake Field
Fayetteville
Project No.
Amendment No.
CERTIFICATE OF SPONSOR'S ATTORNEY:
, Arkansas
Location
3-05-0020-03
1
Page
Airport
of 2 Pages
I, JIM McCORDacting as Attorney for City of Fayetteville ,Ark5 nsas
(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 State of
Arkancac - , 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 , thin2nd day of ar
1ch , 19-7
Title City Attorney
PAL♦ FORM 5100.11 PC. 2 t1.72l
UNITCO STATCS OF AMERICA
MCNT OF TfA.NSPORTATION
FEDERAL AVIATION AOMINISTRATION
WASHINGTON. O. C.
Contract No.
Drake Field
Fayetteville, Arkansas
Location
Page 1 of 2 Pages
DOT
FA 82 SW -8613
AMENDMENT NO L TO GRANT AGREEMENT FOR PROJECT NO.
WHEREAS, the Federal Aviation Administration (hereinafter referred to as the
it to be in the interest of the United States that the Grant Agreement between the
behalf of the United States, and the City of Fayetteville,Arkansas
referred to as the "Sponsor'), accepted by said Sponsor on the 26 day of
be amended as hereinafter provided.
NOW. THEREFORE, WITNESSETH:
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 maximum amount of the obligation of the United States as set forth in
paragraph 1 of the• terms c.nd conditions on Page 2 of the grant agreement is hereby
increased from 5154,247.00 to 169,525.44.
Airport
3-05-0.20-03
"FAA") has determined
FAA, acting for and on
, (hereinafter
ntember , 19 82.
•
IN WITNESS WHEREOF, the patcieS hereto have caused this Amendment to said Grant Agreement
ch
to be duly executed as of the day of. , 19 87
(SEAL)
Attest:
DE ?A IEN T C7 - _ -:h_ FC:. T ATie,II
UNITED STATES OFl MERICA
FEDE A IAT STATES
ATiON
By /,L2 C2 G.leC',
Etil 5, Rouard, _:onager, Uk1ah ma City Airports
Title District Office, :'AA, south••est +o__
City of Fayetteville
A.rksns?..
(Name or Sponsor)
By n)LtarFatAt
Title
or
•
O
C
1
•:1
JJ � 1
1 /• 1
-1
.•
O
1
0
1LI'LOSI
IS'TI9)1
o
1co'
1
N
ti
LI
1- -
•N
01 1- -
M
N O N
N it• )
U
z
z a
O 0 <
U W
<
•
•
4
_i00
4.
.zm z �
a Z
o < • >
I 1A W
N W F• - ▪ 4-
O _] W
O. Z Y 0
0. O -7 Z 0. `
5. 1 W `C
M
>al Z
F
CO E-0 x •
- t
-1. W
X O U O to W
W CC. CO Z <
0
oU 0.1CC W
0. 0 0
Z 14
d W < , CO
�]
<: > 0.1
U..1
W- u
E --EU
Z F
E-- i co
W O n
F U
cc.•1 <
AMENDMENT NO.
DEPARTMENT OF TRANSPORTATION
FEDERAL AVIATION ADMINISTRATION
WASHINGTON, D. C. 20590
Page I of
4/'rfr/
2 Pages
MICROFILMEE/ - Contract No. DOT FA 82 SW -8612
Drake Field
•
Fayetteville, Arkansas
Location
Airport
TO GRANT AGREEMENT FOR PROJECT NO3-05-0020-02
WHEREAS, the Federal Aviation Administration (hereinafter referred to as the "FAA") has deter-
mined 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
(hereinafter referred to as the "Sponsor"), accepted by said Sponsor on the 28th day of
September 19 82 be amended as hereinafter provided.
NOW THEREFORE, WITNESSETH:
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 property map Exhibit "A" dated August, 1982, be deleted and revised property
map Exhibit "A" dated March, 1984 attached, be substituted therefor.
•
IN WITNESS WHEREOF, the partie&hereto have caused this Amendment to said Grant Agreement
to be duly executed as of the 4%/' day of „SEATe4 dee , 19 ey .
DEPARTMENT OF TRANSPORTATION
UNITED STATES OF AMERICA
FEDERAL AVIATION ADMINISTRATION
( 7bG G. L�
*^ r By Bob A. Smith,Manager, Oklahoma City District
(SEA'L)
Attes
Title
ty Clerk
Tide Office, FAA, Southwest Region
Cit of Fayetteville, Arkansas
By / J/(Na eyffrns'4et
Title
Mayor
•
CERTIFICATE OF SPONSOR'S ATTORNEY,
I
Page 2 of 2 Pages
acting as Attorney for the City of Fayettevi11e,Arkansas
einafter 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 ut rized and is in all respects due and proper and in accordance with the laws of the State of
/ . , 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.
141
Dated at Faye tteville,Arkansas , this €725 day of A , 19LX
FAA FORM 5100-14 P0. 2 14-721
AMENDMENT NO. 1
TO
AGREEMENT FOR ENGINEERING SERVICES
The AGREEMENT, made the 3rd day of November, 1982, by and
between the CITY OF FAYETTEVILLE, ARKANSAS and McCLELLAND
CONSULTING ENGINEERS, INC., Fayetteville, Arkansas, is amended as
follows:
WHEREAS, the Federal Aviation Administration is the primary
funding source for referenced Project No. 3-05-0020-03, and
WHEREAS, the Federal Aviation Administration has directed
that the ENGINEER'S general statement regarding "Title VI
Assurances" (page 9, second paragraph) be elaborated upon in
detail in accordance with FAA AC 150/5100-14,
WITNESSETH that the additional TITLE VI ASSURANCES are hereby
agreed:
TITLE VI ASSURANCES,
During the performance of this Contract, the ENGINEER, his
assignees and successors in interest agree as follows:
1. Compliance with Regulations. The ENGINEER shall comply
with the Regulations relative to nondiscrimination in federally
assisted programs of the Department of Transportation
(hereinafter, "DOT") Title 49, Code of Federal Regulations, Part
21, as they exist on the date of execution of this AMENDMENT.
2. Nondiscrimination. The ENGINEER, with regard to the
work performed during the Contract, shall not discriminate on the
grounds of race, color, or national origin in the selection and
retention of subcontractors, including procurements of materials
and leases of equipment. The ENGINEER shall not participate
either directly or indirectly in the discrimination prohibited by
Section 21.5 of the Regulations, including employment practices
when the Contract covers a program set forth in Appendix B of the
Regulations.
3. Solicitations for Subcontracts, Including Procurements
of Materials and Equipment. In all solicitations either by
competitive bidding or negotiation made by the ENGINEER for work
to be performed under a subcontract, including procurements of
materials or leases of equipment, each potential subcontractor or
supplier shall be notified by the Contractor of the ENGINEER'S
obligations under this Contract and the Regulations relative to
nondiscrimination on the grounds of race, color, or national
origin.
4. Information and Reports. The ENGINEER shall provide all
information and reports required by the Regulations or directives
issued pursuant thereto and shall permit access to its books,
records, accounts, other sources of information, and its
facilities as may be determined by the sponsor or the Federal
Aviation Administration (FAA) to be pertinent to ascertain
compliance with such Regulations, orders, and instructions.
Where any information required of the ENGINEER is in the
exclusive possession of another who fails or refuses to furnish
this information, the ENGINEER shall so certify to the sponsor or
the FAA, as appropriate, and shall set forth what efforts it has
made to obtain the information.
5. Sanctions for Noncompliance. In the.. event of the
ENGINEER'S noncompliance with the nondiscrimination provisions of
this Contract, the sponsor shall impose such contract sanctions
as it or the FAA may determine to be appropriate, including, but
not limited to --
(a) withholding of payment to the ENGINEER under the
contract until the ENGINEER complies, and/or
(b) cancellation, termination, or suspension of the
Contract, in whole or in part.
6. Incorporation of Provisions. The ENGINEER shall include
the provisions of paragraphs 1 through 5 in every subcontract,
including procurements of materials and leases of equipment,
unless exempt by the Regulations or directives issued pursuant
thereto. The ENGINEER shall take such action with respect to any
subcontract or procurement as the sponsor or the FAA may direct
as a means of enforcing such provisions including sanctions for
noncompliance. Provided, however, that in the event the ENGINEER
becomes involved in, or is threatened with, litigation with a
subcontractor or supplier as a result of such direct, the
ENGINEER may request the sponsor to enter into such litigation to
protect the interests of the sponsor and, in addition, the
ENGINEER may request the United States to enter into such
litigation to protect the interests of the United States.
(SEAL)
-•0
44. la
diawc 40-
440
ATTEST•
B�Y
Type Name Olivia Kel
Title
-4 SEAL')`.
mr.g
'ATTEST:
City Clerk
Y
JO`
ABYJi u%' the . @L Q.. Ai g�tiside-xLL
rirTypee
'NaMaurice A. McClelland
Title Secy-Treas.
OWNER:
CIBy OY�v .
Type Name Paul R. Noland
Title Mayor
OWNER:
MCCLELLAND CONSULTING ENGINEER,
INC.
Name J. E. McClelland
itle President
-
L
CONTRACT
STATE OF ARKANSAS
CITY OF FAYETTEVILLE
THIS AGREEMENT, made and entered into this day of
1987 by and between the City of Fayetteville, Party of the First Part,
hereinafter called the OWNER and McClinton -Anchor ,, Division of APAC
Arkansas, Inc. Party of the Second Part, hereinafter called the
CONTRACTOR.
WITNESSETH THAT:
WHEREAS, the OWNER has called for bids for the construction of Airport
Improvements, at Drake Field, as set out in the Specifications and Plans No.
FY862106 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 runway overlay
improvements, including site paving, grooving, topsoil, striping, seeding, and
other tasks as designated in the project Plans and Specifications for the
prices bid in the Proposal, based upon the estimated quantities in Schedule I
for Phases I, II and III and the reduction in unit prices for combining all
phases, the total being Six hundred twenty one thousand, two hundred twenty
seven dollars and forty cents ($621,227.40) such sum being the agreed amount
upon which bonds and liabilities are based, and at his own cost 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 75 working days. The OWNER agrees to pay the CONTRACTOR in
current u 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:
-1-
LinttIOCKA
J
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, 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 orhis 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, asliquidated damages, the sum
of three hundred dollars ($300.00) 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 thedelay, 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
neglects or refuses to continue the work after ten (10)
given the CONTRACTOR by the OWNER or by the ENGINEER,
have the option of declaring this contract at an end,
OWNER shall not be liable to the CONTRACTOR for any work
-2-
hereunder or fails,
days written notice,
then the OWNER shall
in which event, the
theretofore performed
hereunder; or requiring the surety hereto, upon ten (10) days notice, to
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 bi
successors, or assigns of the parti
IN WITNESS WHEREOF, the OWNER
and seals respectively.
SEAL
WITNESSES
MtCUNTON-ANCHOR
QiY]Aon 01 APA_C-Arkansas Inq
ATTES
7 CitY Clerk)
nding upon the heirs, representatives,
es hereto, including the surety.
and CONTRACTOR have hereto set their hands
FIRM
BY
McClinton Anchor
, Division
df APAC Arkansas, Tjhc.
A( /I F),
(TITLE)
City of Fayetteville
Fayetteville, Arkansas
BY: (%i )Gtr .tvt-L.g,.„/
h9
Maril Joh on (Mayor)
-3-
onto ROCk
CORAIvED
J
g
;MICROFILMEIl
CONSTRUCTION SitE_CI£FICATIO-NS�
ta."
,•
-sem `'_ FOR
.TAXIWAY OVERLAY
xµ
- - AND
-
.
,�..- �A- SU=NW=A
RY=OVERL
•
TO
4 Xi -
f
•
•
KE .FI -
L L'E :- M UN I
RPORt
FAYETTEVILLE,
ARKANSAS
no-
A
AIPT PROJECT -N0`
-3-05-0020-08
SEPTEMBER,198&
PROJECT NQ..FY862106
n!dL.ELLFN
E°c�Y."lo.NU
iNCCFPOAoiEO
1
DEPARTMENT OF TRANSPORTATION
FEDERAL AVIATION ADMINISTRATION
OCT 2 1 1984
Honorable Paul Noland
Mayor of Fayetteville
P. 0. Drawer F
Fayetteville, Arkansas 72701
Dear Mayor Noland:
' 41CROFIL"vIED
Oklahoma City Airports District Office
204 FAA Building - Wiley Post Airport
Bethany, Oklahoma 73008
Telephone 405-789-2905
RECEivED
OCT 2 91984
CITY OF FAYE7TEVILLE
We have enclosed the original and one copy of Amendment No. 1 to the
grant for Project 3-05-0020-02, Drake Field Airport, Fayetteville,
Arkansas. Please execute each, have your attorney complete the
certificate as shown, and return the original to me.
When accepted, this amendment will .substitute a revised property map
Exhibit "A" into the grant to show the actual land area acquired
under this project.
Please note that this offer must be accepted on or before 60 days
from issuance.
Sincerely,
BOB A. SMITH
Manager
Enclosures
•
•
•
FAYETTEVILLE, ARKANSAS
AIRPORT DEPARTMENT P. O. DRAWER I,
TO: CITY BOARD OF DIRECTORS
FROM- DERYL BURCH, DIRECTOR OF PUBLIC WORKS
DALE FREDERICK, AIRPORT MANAGER.'.Y
SUBJECT: AMENDMENT #1 TO AIP GRANT #3-05-0020-03
DATE: MARCH 11, 1987
15011 521-4750 72702
Attached you will find Anendment #1 to Grant # 3-05-0020-03
(Site preperation for access road) . This project was
crompleted in 1984. After completion of the annual audit, it was
discovered that an additional $5,438.44 could be requested for
reimbursement.
In order to request this, the existing Grant would have to be
. amended. Amendment #1 was requsted in 1985. FAA approval was
received March 2, 1987. Approval of the attached Anehdnent will
allow this additional payment.
Staff rectixlnends approval of this Amendment
•
US. Department
of Transportation
Federal Aviation
Administration
Honorable Paul Noland
113 West Mountain Street
Fayetteville, Arkansas 72701
Dear Mayor Noland:
Oklahoma City Airports District Office
204 FAA Building - Wiley Post Airport
Bethany, Oklahoma 73008
Telephone 405-789-2905
•
MAR 0 2 1987
We have enclosed the original and one copy of Amendment No. 1 to the grant
for Project 3-05-0020-03, at Drake Field airport, Fayetteville, Arkansas.
Please execute each, have your attorney complete the certificate as shown,
and return the original to me.
When accepted, this amendment will increase the maximum amount of the grant
from $164,247.00 to $169,685.44.
Please note that this offer must be accepted on or before 60
issuance.
Sincerely,
Bill J. Howard
Manager, Oklahoma City Airports Dtst.L1ct Office
Enclosure
cc: Arkansas Department of Aeronautics
days from
•
L'A
McCLELLAND CONSULTING ENGINEERS INC.
LITTLE ROCK
JAMES E. MCCLELLAND, P.E. .
FRED NIELSEN, R.L.S.
Environmental and Materials Testing
Civil, Environmental and Chemical Engineering Consulting
December .15, 1982 82-118
The Honorable Paul Noland
Mayor, City of Fayetteville
P.O. Drawer F
Fayetteville, Arkansas 72702-F
Re: Amendment to Contract for Engineering Services
Project 3-05-0020-03
Dear Mayor Noland:
Reference is made to the December 7, 1982., correspondence
addressed to you from FAA's office in Oklahoma City. This
correspondence requires that an amendment specifically out-
lining the Title VI assurances be made to the referenced
contract.
Enclosed herewith you will find three originals of the re-
quested amendment. Please execute as appropriate and forward
with the enclosed letter of transmittal to Mr.. Bob Smith, FAA,
Oklahoma City.
Your cooperation in this matter is certainly appreciated.
Sincerely,
nny Q
Project srdinator
JQ/paa
Enclosure
cc: Don Grimes
Ede Hogue
1810 N. COLLEGE AVE. P.O. BOX 1229
FAYETTEVILLE
J.E. MCCLELLAND.P. E.
VERNON D. ROWE. P.E.
FAYETTEVILLE, ARKANSAS 72702-1229 TELEPHONES 1501) 443-4271/443-2377
)T1. 000
FAYETTEVILLE, ARKANSAS
P. O. DRAWER F
December 15, 1982
Mr. Bob A. Smith, Manager
Federal Aviation Administration
FAA Building, Room 204
Wiley Post Airport
Bethany, Oklahoma 73008
72101
Re: Project No. 3-05-0020-03
Your Directive to Amend the Engineering Services Contract
Dear Mr. Smith:
(601(621-7700
Enclosed herewith are executed originals of the requested
Amendment to the Contract for engineering services between the
City of Fayetteville and McClelland Consulting Engineers, Inc.
They are being forwarded for your review in accordance with your
request dated December 7, 1982.
I trust that this revision to the referenced Contract will allow
you to approve the contract document for project 3-05-0020-03.
Sincerely,
Paul R. Noland, Mayor
PN/paa .
Enclosure: Amendemnt to Contract
CC:
Don Grimes
Ede Hogue
•
•
ADDENDUM NO. 1
CONSTRUCTION PLANS AND SPECIFICATIONS
FOR
TAXIWAY OVERLAY AND RUNWAY OVERLAY
TO
DRAKE FIELD
FAYETTEVILLE MUNICIPAL AIRPORT
AIP Proj. No. 3-05-0020-08
The original Plans and Specifications dated September, 1986, for the
project are amended as noted in this Addendum. Receipt of this Addendum
• shall be acknowledged on the Proposal. This Addendum consists of 24 pages.
•
{
•
The Specifications are amended as follows:
Item No.
1 The time for receiving bids is hereby changed to 2:00 P.M. on
November 6, 1986, in Room 111 of the City Administration
Building.
Item No. 2 Revise the second sentence of the
the NOTICE TO CONTRACTORS to read
goal for women is 0.25 percent....
fifth paragraph on page 2 of
" ...is 0.25 percent and the
Item No. 3 Delete Paragraph 16 on Page 5 of the INSTRUCTIONS TO BIDDERS.
Item No. 4 The construction time for the combined Phases I, II, and III
stated on Page 1 of the PROPOSAL shall be changed to 75 working
days.
Item No. 5 Delete Schedule I and III of Phase III on Pages 6 and 7 and
Pages 8 and 9 of the PROPOSAL. Change Schedule II to Schedule
I and change Schedule IV to Schedule II. Change 1f" Bituminous
Surface Course of Schedule I to 1-3/4" Bituminous Surface
Course and change quantity to read 7000 Tons. The revised 11
• pages of the Proposal are included in this Addendum.
Item No. 6 Change the time for holding bids prior to award of Contract on
Page 13 of the PROPOSAL and in Section 30-02 on Page 10 of the
GENERAL PROVISIONS to (120) days.
• Item No. 7 Pages 1 through 8 of the SPECIAL PROVISIONS are deleted and are
replaced with Pages 1 through 8 included in this Addendum.
Item No. 8 Delete the requirements for 1/2" max. aggregate from Tables 2
and 3 on Page 4 of Section 401 PLANT MIX BITUMINOUS PAVEMENTS.
Replace with revised Page 4 included in this Addendum.
•
A1-1
•
•
•
•
•
•
•
Item No. 9 Delete Section P-402 POROUS FRICTION COURSE pages 17 through 32
of the Specifications.
Item No. 10 Delete Section P-620 RUNWAY AND TAXIWAY STRIPING and add the
revised Section P-620 included in this Addendum.
The Plans are amended as follows:
Item No. 1 The Cover Sheet shall read, "AIP Project 3-05-0020-08"
"Contract II".
Item No. 2
Plan Sheet 3 shall be deleted and replaced with revised
Sheet 3 for the revised Phase III Runway Rehabilitation
details. Change 11" overlay to 1-3/4" overlay. Sheet 3
revision is included in this Addendum.
Except as expressly amended herein or in previous addenda, the Plans shall
remain in effect as originally released
A1-2
•
•
L
PROPOSAL
TAXIWAY OVERLAY
AND
RUNWAY OVERLAY
TO
DRAKE FIELD
FAYETTEVILLE MUNICIPAL AIRPORT
FAYETTEVILLE, ARKANSAS
ATP Project No. 3-05-0020-08
Plans No. FY862106
Dated: September, 1986
City of Fayetteville
Fayetteville, Arkansas
Gentlemen:
The undersigned , states that he has
carefully examined the Plans, profiles, Specifications, maps, and drawings, on
file in the office of the City Clerk, Fayetteville, Arkansas relative to the
proposed Airport. Improvements referenced above, and that he is familiar with the
same and understands each and all; has examined the location and site; that all
bids are made with the full knowledge of the.Plans, profiles, Specifications and
estimates and all provisions of the Contract and bonds, that this Proposal is
made without collusion on the part of any person, firm or corporation. The
undersigned states that he has experience in and is qualified to perform the
work herein specified,and that if he does not have craftsmen experienced and
qualified in any phase of the work for which this Proposal is offered, he will
sub -contract the work under said phase to a Contractor who does have the
necessaryexperience and qualifications. He further states that he will enter
into the Contract to construct said construction as designated in the title of
this Proposal in accordance with the Plans and Specifications on file in the
office of the City Clerk of Fayetteville, Arkansas, and have said work Phase I
completed within 20 working days from the Notice to Proceed. The said work for
the combined Phases I and II, if awarded, shall be completed within 40 working
days from the Notice to Proceed. The said work for the combined Phases I, II,
and III, if awarded, shall be completed within 75 working days from the Notice
to Proceed.
NP
�CO�PTED
Proposal -
A-1 - 3
•
•
•
PROPOSAL
TAXIWAY REHABILITATION
SOUTH OF TERMINAL APRON
PHASE I
SCHEDULE I, BASE BID
ITEM APPROX. UNIT
NO. QUANTITY: ITEM: PRICE: EXTENDED:
I-1 Lump Sum Topsoil for Sideslopes $ /LS
Removal
dollars/Lump Sum
(Words)
I-2 6000 SY Pavement Stabilization
Fabric $ /SY
dollars/Square Yard $
I-3
I-4
(Words)
555 Tons 1" Bituminous Leveling
Course
1190 Gal
•
L
/Tons
dollars/Tons $
(Words)
Bituminous Tack Coat $ /Gal.
dollars/Gallons $
(Words)
I-5 975 Tons 1 3/4" Bituminous Surface
Course $ /Tons
dollars/Tons $
(Words)
I-6 Lump Sum Taxiway Striping $ /LS
dollars/Lump Sum $
(Words)
Nr -
4.117.4 0001
hITTIVE"
Proposal - 2
A-1-4
•
•
BASE BID ITEMS
ITEM APPROX. UNIT
NO. QUANTLTY: ITEM: PRICE: EXTENDED:
I-7 0.8 Ac. Seeding and Fertilizing $ /AC.
dollars/Acre $
I-8
I -1A
I -2A
(Words)
2 Hr. Standby Time
(Words)
Phase I, Schedule I, Total Base Bid
$ /Hr.
dollars/Hour $
PHASE I
SCHEDULE II, ALTERNATE BASE BID
Lump Sum Topsoil for Sideslopes $ /LS
dollars/Lump Sum
(Words)
9840 SY 1" Asphalt Pavement
Recycling $ /SY
dollars/Square Yard $
(Words)
I -3A 1480 Gal. Rejuvenating Oil
•
(Words)
I -4A 1120 Tons 2" Bituminous Surface
Course
(Words)
.,n.. SOCA
LED
$ /Gal.
dollars/Gallon $
$ /Tons
dollars/Tons $
Proposal
A-1-5
J
•
BASE BID ITEMS
ITEM APPROX. UNIT
N0. QUANTITY: ITEM: PRICE: EXTENDED:
I -5A Lump Sum Taxiway Striping $ /LS
dollars/Lump Sum $
I -6A
I -7A
(Words)
0.8 AC Seeding and Fertilizing $ /AC.
dollars/Acre $
(Words)
2 Hr.. Standby Time $ /Hr.
dollars/Hour $
(Words)
Phase I, Schedule II,
Total Alternate Base Bid
TAXIWAY REHABILITATION
PHASE II
SCHEDULE I, ADDITIONAL ALTERNATE BID I
II -1 Lump Sum Topsoil for Sideslopes $ /LS
dollars/Lump Sum
(Words)
II -2 2160 Gal. Bituminous Tack Coat $ /Gal.
dollars/Gallons $
II -3
(Words)
1785 Tons 1-3/4" Bituminous Surface
Course $ /Tons
dollars/Tons
• (Words)
II -4 Lump Sum. Taxiway Striping. $ /LS
dollars/Lump Sum
•
L
(Words)
NF
Lmv .a.
KOZEL?t
Proposal -
A-1 - 6
1
ITEM APPROX. UNIT
NO. QUANTITY: ITEM: PRICE:
II -5 1.6 Ac. Seeding and Fertilizing $ /AC
dollars/Acre
(Words)
• II -6 2 Hr. Standby Time $ /Hr.
dollars/Hour
(Words)
Phase II, Schedule I,
Total Additive Alternate Bid I
PHASE II
SCHEDULE II, ADDITIVE ALTERNATE BID IA
II -1A Lump Sum Topsoil for Sideslopes $ /LS
dollars/Lump Sum
(Words)
EXTENDED:
II -2A 17900 SY 3/4" Asphalt Pavement
Recycling $ /SY
dollars/Square Yard $
II -3A
(Words)
2700 Gal. Rejuvenating Oil
(Words)
II -4A 1010 Tons 1" Bituminous Surface
Course
$ /Gal.
dollars/Gallons
$ /Tons
dollars/Tons
(Words)
• II -5A Lump Sum Taxiway Striping $ /LS
dollars/Lump Sum $
(Words)
Proposal - 5
A-1-7.
r
ITEM . APPROX. UNIT
NO. QUANTITY: ITEM: PRICE:
II -6A 1.6 Ac. Seeding and Fertilizing $ /AC.
II -7A
(Words)
6.0 Hr. Standby Time
(Words)
Phase II, Schedule II,
Additive. Alternate Bid, I -A
•..
dollars/Acres $
RUNWAY REHABILITATION
PHASE III
$ /Hr.
dollars/Hour $
SCHEDULE I, ADDITIVE ALTERNATE BID II
ITEM APPROX. UNIT
NO. QUANTITY: . ITEM: PRICE:
III -1 Lump Sum Topsoil for Sideslopes $ /LS
dollars/Lump Sum
(Words)
III -2 8430 Gals. Bituminous Tack Coat $ /Gals.
dollars/Gallons $
•
(Words)
EXTENDED:
EXTENDED:
III -3 7000 Tons 1 3/4" Bituminous Surface
Course $ /Tons
dollars/Tons $
(Words)
III -4 53390 SY Sawed Pavement Grooving $ /SY
dollars/Square Yard $
(Words)
INF
urni NOG
£dal,hEo
...T hitt(
Proposal -
A-1 - 8
1
ITEM APPROX.
. NO. QUANTITY:
ITEM:
UNIT
PRICE:
III -5 Lump Sum Runway Striping $ /LS
dollars/Lump Sum $
(Words)
EXTENDED:
• III -6 2.8 Ac. Seeding and Fertilizing $ /Ac.
dollars/Acre $
•
(Words)
III -7 10 Hr. Standby Time $ /Hr.
dollars/Hour
(Words)
Phase III, Schedule I,
Total Additive Alternate Bid II $
SCHEDULE II
ADDITIVE ALTERNATE BID II -A
III -1A Lump Sum Topsoil for Sideslopes $ /LS
dollars/Lump Sum
(Words)
III -2A 70220 SY 3/4" Pavement Recycling $ /SY
dollars/Square Yard $
•
III -3A
(Words)
10550 Gal. Rejuvenating Oil
(Words)
$ /Gal.
dollars/Gallons
III -4A 4000 Tons 1" Bituminous Surface
Course $ /Tons
dollars/Tons $
(Words)
IVIS
tInLINOC.
Proposal - 7
A-1-9
i
•
r
ITEM APPROX. UNIT
NO. QUANTITY: ITEM: PRICE:
III -5A 53390 SY Sawed Pavement Grooving $ /SY
dollars/Square Yard $
EXTENDED:
(Words)
• III -6A. Lump. Sum Runway Striping $ /LS
dollars/Lump Sum $
(Words)
III -7A 2.8 Ac. Seeding and Fertilizing $ /Ac.
dollars/Acre $
(Words)
III -8A 10 Hr. Standby Time ' $ /Hr.
dollars/Hour $
(Words)
Phase III, Schedule III,
Total Additive Alternate Bid II -C $
urrt. Roca
Proposal - 8
A-1 - 10
r
L
BID SUMMARY
Phase II
Schedule I, Base Bid $
Schedule II, Alternate Base Bid $
Phase II
Schedule I, Additive Alternate Bid $
Schedule II, Additive Alternate Bid I -A $
Phase III
Schedule I, Additive Alternate Bid II
Schedule II, Additive Alternate Bid II -A
The Contractor agrees to the following reduction in unit prices for the bid
items, if Phase I and II are awarded:
Bituminous Tack Coat, Reduction $ /Gal.
Bituminous Surface Course, $ /Ton
Pavement. Recycling $ /SY
Rejuvenating Oil $ /Gal.
Seeding $ /Acre
The Contractor agrees to the following reduction in unit prices for the bid
items, if Phase I, II, and III are awarded:
Bituminous Tack Coat $ /Gal.
Bituminous Surface Course $ /Ton
Pavement Recycling $ /SY
Rejuvenating Oil $ /Gal.
Seeding $ /Acre
fl 'LL
Proposal - 9
A-1 - 11
The Bidder (Proposer) shall complete the following statement by checking the
• appropriate boxes.
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 hasnot received the form, he may obtain it by writing to the
following address:
•
h.
Joint Reporting Committee
100 G Street
Washington, D.C. 20506
NIP
NI"�sc te8Teo
Proposal - 10
A-1 - 12