Loading...
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