Loading...
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