HomeMy WebLinkAbout10-89 RESOLUTIONSly
RESOLUTION NO. 10-89
A RESOLUTION AUTHORIZING THE MAYOR AND CITY
CLERK TO EXECUTE A CONTRACT WITH NORTHWEST
ELECTRIC, Inc. FOR BEACON RENOVATION, AIR
FIELD SIGNAGE, WINDSOCK/SEGMENTED CIRCLE
RELOCATION AND REPLACEMENT, ADDITIONAL CABLE
AND DISTANCE REMAINING SIGNS AT THE
FAYETTEVILLE MUNICIPAL AIRPORT.
BE IT RESOLVED BY THE BOARD OF DIRECTORS OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1. That the Mayor and City Clerk are hereby
authorized and directed 'to execute a contract with Northwest
Electric, Inc. for Beacon Renovation, Air Field Signage,
Windsock/Segmented circle relocation and replacement, additional
cable and distance remaining signs at the Fayetteville Municipal
Airport. A copy of the contract authorized for execution hereby
is attached hereto as "Exhibit A" and made a part hereof.
PASSED AND APPROVED this 17th day of January , 1989.
APPROVED
By: U/CCY G i
Mayor
MICROFILMED
CONTRACT
i
5 /
THIS AGREEMENT Made this day of �2
198%, by,and between the City 1:)f Fayetteville, Arkansas, ting thrdngh its
duly authorized representatives, party of the first part, ereinafter called
the "OWNER", and: f
// ;florp-twesr etetretc, ti c.
party of the;second part, hereinafter called "CONTRACTOR".
WPI TIVES S ETH:
That for and in consideration of the payment hereinafter
mentioned, to be made and performed by the OWNER, the CONTRACTOR hereby
agrees'rviththe OWNER to commence and complete "Rehabilitate Airport Sign
System; Replace Rotating Beacon and Repaint Tower; Replace Primary Wind Cone
and Segmented Circle; and Replace Supplemental Wind Cones," AIP Project No.
3-05-0020-10, Fayetteville Municipal Airport, generally described as
follows:
}
1. Installation of Taxiway Signs
2. Replacement of the 36" Rotating Beacon
3. Cleaning and Painting of the Beacon Tower
4. Replacement of the Primary Wind Cone and Segmented Circle
5. Replacement of the Supplemental Wind Cones
f
The CONTRACTOR agrees to perform the work in accordance with the
Plans, Specifications and all ,provisions attached hereto and made a part
hereof as though copied in full herein, for and at the prices bid in the
Proposal
The OWNER agrees to pay, and the CONTRACTOR agrees to accept, as
full and: final compensation for all work done under this agreement, the
price bid in the Proposal which'' is hereto attached, said payments to be made
in lawful money of the United States at the time and in the manner set forth
in the Specifications.
For the 'consideration above expressed, the CONTRACTOR agrees ,to
begin work within, ten (10) calendar days, after direction from the OWNER,
and complete the work within seventy-five (75) calendar days after the date
of beginning. If the CONTRACTOR shall fail to complete the work in the time
specified, he shall'pay to the OWNER. as liquidated damages, ascertained and
agreed, and not in the nature of a penalty, the amount referenced in the
Proposal and specified in SPECIAL CONDITIONS for each day delayed; which
shall be deducted' from the final payment to be paid under this Contract;
provided that extensions of time with waiver of liquidated damages may be
granted as provided for in the Specifications.
C-1
The CONTRACTOR agrees to furnish a Performance Bond and a Payment
Bond with an ''approved Surety:thereon guaranteeing the performance of this
Contract as required by the law of the State of Arkansas, in the principal
amount not less than one hundred (100) percent of the amount of this
Contract. Said. bonds shall be conditioned upon full and complete
performance of the Contract and for the payment of all labor, tools,
equipment and materials furnished by the CONTRACTOR entering into or
incidental to the work and shall guarantee the work against faulty
workmanship or materials for aiperiod of one (1) year after completion.
The Surety on said bonds shall be a Surety Company of financial
resources satisfactory to thel OWNER and authorized to do business in the
State of Arkansas:I
During the performance of this Contract, the CONTRACTOR for itself,
its assignees and successors in interest (hereinafter referred to as the
"Contractor") agrees as follows:
1. Compliance with Regulations. The Contractor shall comply with
the Regulations relative to nondiscrimination in Federally -assisted programa
of the Department:of Transportation (hereinafter, "DOT") Title 49, Code of
Federal Regulations, Part 21, as they may be amended from time to time
(hereinafter referred to as the Regulations), which are herein incorporated
by reference and made a part of this Contract.
2. Nondiscriminationti. The Contractor, with regard to the. work
performed by it during the Contract, shall not discriminate on the grounds
of race, color, :or national lorigin in the selection and retention of
Subcontractors, including procurements of materials and leases of
equipment. The Contractor shall not participate either directly or
indirectly in thee discrimination prohibited by Section 21.5 of the
Regulations, including employment practices when the Contractor covers a
program set forth in Appendix Blof the Regulations.
3. Solicitations for Subcontracts. Including Procurements of
Materials and Eeuinment. In all solicitations either by competitive bidding
or. negotiation made by the Contractor for work to be performed under a
Subcontract, including procurements of materials or leases of equipment,
each potential Subcontractor orjsupplier shall be notified by the Contractor
of the Contractor'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 Contractor 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
Owner or the Federal Aviation Administration to be pertinent to ascertain'
compliance with such regulations, orders, and instructions. Where any
information required of a Contractor is in the exclusive possession of
another who fails Or refuses t� furnish this information, the Contractor
shall so certify to the Owner ;or the Federal Aviation Administration as
appropriate, and shill set forth what efforts it has made to obtain the
information.
C-2
114
24,
4114 t
5. Sanctions for Noncompliance. In the event of the Contractor's
noncompliance With the nondiscrimination provisions of this Contract, the
Owner shall impose such Contract sanctions as it or the Federal Aviation
Administration may: determine to be appropriate, including, but not limited
to: 4
(a) Withholding of payments to the Contractor under the Contract
until the Contractor complies, and/or
S
(b) Cancellation,
whole or in part.
termination,
or suspension of the Contract in
6. Incorporation of Provisions. The Contractor 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 Contractor shall
take such action with respect to any Subcontract or procurement as the Owner
or the Federal Aviation Administration may direct as a means of enforcing
such provisions including sanctions for noncompliance. Provided, however,
that in the event'a Contractor, becomes involved in, or is threatened with,
litigation with a;Subcontractor or supplier as a result of such direction,
the Contractor may request the Owner to enter into such litigation to
protect the interests of the Owner and, in addition, the Contractor may
request the United States to enter into such litigation to protect the
interestsof the United States.
IN WITNESS WHEREOF, the parties of these presents have executed this
Contract in eight (8) counterparts, each of which shall be deemed an
original on the day and year first above written.
ATTEST:
4
ATTEST:
-7%
CITY OF FAYETTEVILLE
FAYETTEVILLE, ARKANSAS
By `././Z.. -(-nit ) / f e-PrN-J
(Party of the First/art)
Title -7-91b,/
* Nggn# 1/0e ELECreiC, Mit •
(Party of the Second Part)
1N(;
1.11 Title
%'�', SEAL? (If a Corporation)
"i5./%487,,?"))
uinCv3
n;.
1. Sponsor (Public Agency)
City of Fayetteville
4. Name of Airport
Drake Field
• SA`LPLC. FORMAT:
n" CKOFILMED
OR GRANGE ORDER/ SUPPLEI.ENTAL AGREEMENT
2. Sponsor's Address
113 West Mountain
Fayetteville, Arkansas
5. Projecc Number
3-05-0020-10
3. SupplementalAgreemen't Number
1
Date Prepared
December 21, 1988
i. Name and Address cf Contractor Northwest Electric, Inc.
P.O. Box 694, Fayetteville, AR 72701
8. Description of Work Included in Contract
Rehabilitate Airport Sign System; Replace Rotating Beacon and Repaint Tower; Replace
Primary Wind Cone and Segmented Circle; !and Replace Supplemental Wind Cones.
9. Changes
A thru C.
10.
Contract
Changes
D .
E .
Ordered and Reason Ordered (Lisa individual
Add cable trench,1L-824C 5KV Cable,
Distance Remaining Signs.
Install Distance Remaining Signs for
an aid to pilots using the airport.
Delete pavement marking from the'contract because
Bid Original Contract Revised Negotiated
Item Estimated Unit Estimated C.O. Unit
'No. Quantity Price Quantity Price
810 L.F'.-.$ 0.60 935 L.F.
2,055 L.F. $ 0.60 2,330 L.F.
1,030 L.F. $ 0.40 1,165 L.F.
0 --- 5 Ea $1,120.00
125 S.F. •$25.60 0
changes as: A, B, C, D, etc.)
and counterpoise for installation of
improved safety at the airport and as
of too high
A. L -10£-5.1a
B . L -108-5.1b
C. L-108-5.ld
D . L -125-5.1e
E . P -62C-5.1
11. Original Contract mount
Previously Approved Change Orders
This Change Order
New Contract !mount
12. Contract time increased/decreased by
THIS CHANGE
13. ISSUED FOR REASONS
INDICATED A3OVE
14. ACCEPTED BY
SPONSOR
15. ACCEPTED BY
CONTRACTOR
ORDER SUBJECT
73,116.00
2,694.00
75,810.00
a unit price.
Original
Estimated
Cost
$ 486.00
$1,233.00
$ 412.00
0.00
$3,200.00
$5,331:00
days. New Contract
TO ALL ORIGINAL
Signature
T' lA
atbn R2._ S
Signature
16. APPROVED BY FEDERAL AVIATION
ADMINISTRATION
CONDITIONS OF APPROVAL: This
satisfactory. Federal panic
of federal funds.
SW rnr,,, 5100-8 (10/84)
Tiy1 e
Project Manager
change order/supplemental
Revised
Estimated
Cost
$ 561.00
$1,398.00
$ 466.00
$5,600.00
$ 0.00
$8,025.00
(Increase/Decrease)
(Increase/Dmmggle)
ti=e N/A
CONTRACT PROVIS
days.
ONS
ZS
Date
Date
1-f1
Date
Date
agreement is:considered......
nation in the increased cost is subject to the availability