Loading...
HomeMy WebLinkAbout98-99 RESOLUTIONRESOLUTION NO 98-99 A RESOLUTION AWARDING BID NO. 99-66 IN THE AMOUNT OF $264,364.50, TO GRAY CONSTRUCTION, INC.; APPROVING A PROJECT CONTINGENCY IN THE AMOUNT OF $26,436 AND $1,000 FOR MATERIALS TESTING; AND APPROVAL OF A BUDGET ADJUSTMENT IN THE AMOUNT OF $95,496. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1 That the City Council hereby awards Bid No. 99-66 in the amount of $264,364.50, to Gray Construction, Inc.; approving a project contingency in the amount of $26,436 and $1,000 for materials testing; and authorizes the Mayor and City Clerk to execute a contract for said amount. A copy of the contract is attached hereto marked Exhibit "A" and made a part hereof. Section 7 The City Council hereby approves a budget adjustment in the amount of $95,496 increasing Building Costs, Acct. No. 5550 3960 5804 00, Project No. 980561 by decreasing Use of Fund Balance, Acct. No. 5550 0955 4999 99. A copy of the budget adjustment is attached hereto marked Exhibit "B" and made a part hereof. PASSED AND APPROVED this 20th day of July , 1999. , Heather Woodruff, City Cl APPROVED: By. Fred anna, Mayor City of Fayetteville, Arkansas , Budget Adjustment Fbrm EXHIBIT B Budget Year 1999 Department: General Government Division: Airport Program: Airport Capital Date Requested July 20,1999 Adjustment # Project or Item Requested: $95,496 is requested in the T -Hangar Unit Capital Project. Project or Item Deleted: None. $95,496 from the Use of Fund Balance Account. Justification of this Increase: The additional funding is required to fund the construction of an Eight -Bay T -Hangar Unit. Sufficient funding remains in Fund to comply with City Policy. Increase Expense (Decrease Revenue) Account Name Amount Account Number Project Number Building Costs 95,496 5550 3960 5804 00 98056 1 Decrease Expense (Increase Revenue) Account Name Amount Account Number Project Number Use of Fund Balance 95,496 5550 0955 4999 99 Approval Signatures Reques)ed By Date Budget Magfiger tCn 7-2r Dae Department Director Date Adminiry iicces Director v . /�Yf1t/✓Mayor Date 7/IM1 Date Budget Office Use Only Type: A B C Date of Approval Posted to General Ledger Posted to Project Accounting Entered in Category Log Blue Copy: Budget & Research / Yellow Copy: Requester E C:\DATA\FORNSBA-ADABADJF3N. WX4 Employers Mutual Casualty Company HOME OFFICE • DES 14011ES Bond No S247211 STANDARD CONTRACT BOND KNOW ALL MEN BY THESE PRESENTS: That We .101 Gray Construction, Inc. (hereinafter called "Principal"), es Principal. and the EMPLOYERS MUTUAL CASUALTY COMPANY, a corpo- ration organized and existing under the laws of the State of lows with its principal office in the CITY OF DES MOINES. IOWA, end authorized to transect business in the State of Arkansas es Surety are held and firmly bound unto City of Fayetteville, Arkansas (hereinafter called "Obligee"), in the penal sum of Two Hundred Sixty -Four Thousand Three Hundred Sixty -Four Dollars and 50/100********************** DOLLARS ($ 264,364.50 ) good and lawful money of the United States of America. for the payment of which, well end truly to be made we bind ourselves, our heirs, administrators. executors, successors and assigns. jointly and severally firmly by these presents. SEALED, with our seals and dated this day of - A D 19 WHEREAS. the above bounden Principal has entered into a certain written contract with the above named Obligee, dated the day of 19 Fayetteville Municipal Airport (Drake Field) 8 -Bay T -Hangar which contract is hereby referred to and made a part hereof as fully and to the same extent as if cooed at length herein for the purpose of explaining but not of varying or enlarging the obligation. NOW, THEREFORE. THE CONDITION OF THE ABOVE OBLIGATION IS SUCH. That if the above bounden Principal shall well and truly keep, do and perform, each and every. all and singuiar, the matters and things in said contract set forth and specified to be by the said Principal kept. done and performed at the time and in the manner in said contract specified. and shall pay over, make good and reimburse to the above named Obligee. all loss and damage which said Obligee may sustain by reason of failure cr default on the parr of said Principal, then this obligation shall be void: otherwise, to be and remain in full force and effect. PROVIDED, HOWEVER. this bond is executed by the Surety, upon the express condition that no right of action shall accrue upon or by reason hereof, to or for the use or benefit of any one other than the Obligee named herein; end the obligation of the Surety is and shall be construed str'ctly as one of suretyship only. WITNESS: ATTE Of Individual or Firm) (If Coroor.tionl Gray Construction, Inc. BY• Prindpft • (S«I) EMPLOYERAt CASUALTY COMPANY so / (S..I) BY• Attorney -in -Fe William H. Griffen • • THE FACE OF THIS DOCUMENT HAS A COLORED BACKGROUND ON WHITE PAPER • BACK OF THIS DOCUMENT HAS ASIMULATED WATERMARK - HOLD AT AN ANGLE TO VIEW EMC Insurance Companies P.O. Box 712 • Des Moines, Iowa 50303 CERTIFICATE OF AUTHORITY INDIVIDUAL ATTORNEY-IN-FACT KNOW ALL MEN BY THESE PRESENTS, that 1. Employers Mutual Casualty Company, an Iowa Corporation 5. Dakota Fire Insurance Company, a North Dakota Corporation 2. EMCASCO Insurance Company, an Iowa Corporation 6. EMC Property & Casualty Company, an Iowa Corporation 3. Union Insurance Company of Providence, an Iowa Corporation 7. The Hamilton Mutual Insurance Company, an Ohio Corporation 4. Illinois EMCASCO Insurance Company, an Illinois Corporation hereinafter referred to severally as "Company" and collectively as "Companies", each does by these presents, make, constitute and appoint KNIGHT CASHION, BENSON A. CASHION, MATTHEW KNIGHT CASHION, JR., JUDY SCHOGGEN, WILLIAM R. PLEGGE, WILLIAM H. GRIFFIN, CYNTHIA L. WADLEY, INDIVIDUALLY, LITTLE ROCK, ARKANSAS.. No. 384552 its true and lawful attomey-in-fact, with full power and authority conferred to sign, seal, and execute its lawful bonds, undertakings, and other obligatory instruments of a similar nature as follows: IN AN AMOUNT NOT EXCEEDING TEN MILLION DOLLARS ($10,000,000.00) and to bind each Company thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of each such Company, and all of the acts of said attorney pursuant to the authority hereby given are hereby ratified and confirmed. The authority hereby granted shall expire April 1, 2002 unless sooner revoked. AUTHORITY FOR POWER OF ATTORNEY This Power-of-Attomey is made and executed pursuant to and by the authority of the following resolution of the Boards of Directors of each of the Companies at a regularly scheduled meeting of each company duly called and held in 1999: RESOLVED: The President and Chief Executive Officer, any Vice President, the Treasurer and the Secretary of Employers Mutual Casualty Company shall have power and authority to (1) appoint attomeys-in-fact and authorize them to execute on behalf of each Company and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and (2) to remove any such attomey-in-fact at any time and revoke the power and authority given to him or her. Attorneys -in -fact shall have power and authority, subject to the terms and limitations of the power-of-attorney issued to them, to execute and deliver on behalf of the Company, and to attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and any such instrument executed by any such attomey-in-fact shall be fully and in all respects binding upon the Company. Certification as to the validity of any power-of-attomey authorized herein made by an officer of Employers Mutual Casualty Company shall be fully and in all respects binding upon this Company. The facsimile or mechanically reproduced signature of such officer, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power-of-attomey of the Company, shall be valid and binding upon the Company with the same force and affect as though manually affixed. IN WITNESS WHEREOF, the Companies have caused these presents to be signed for each by their officers as shown, and the Corporate seals to be hereto affixed this 2Rth day of April 1999 . Seals ",oscp,INSUg4 `W ; tat' POP4:- o: o€ SEAL =a • INUS. pNsURA pP Yqq Co, 0 • f SEAL , Yo,,,,,,,,' • S IewN Companies, on behalf of are true and In Testi ,,, DE'C'O,. 2 1863 c' 6 :_. •AZO s, An 1••••'‘''• ':''•,4 n u., `'pSU,, gPE NLP': ¢:°4t".'2,; SEAL _. -....40%. t ‘- •.,, —. ;LT. orrn` RUTA KRUMINS MY COMMISSION EXPIRES September 30, 2000 i Bruce G. Kelley, Chairman of Companies 2, 3, 4, 5 846; President of Company 1; Vice Chairman and CEO of Company 7 Donald L. Coughen iwer Assistant Secretary On this 28th day of April AD 1999 before me a Notary Public in and for the State of Iowa, personally appeared Bruce G. Kelley and Donald L. Coughennower, who, being by me duly swom, did say that they are, and are known to me to be the Chairman President, Vice Chairman and CEO, and/or Assistant Secretary, respectively, of each of The Companies above; that the seals affixed to this instrument are the seals of said corporations; that said instrument was signed and sealed on behalf of each of the Companies by authority of their respective Boards of Directors; and that the said Bruce G. Kelley and Donald L. Coughennower, as such officers, acknowledge the execution of said instrument to be the voluntary act and deed of each of the Companies. My Commission Expires Sep(emper 30, 2000. , CERTIFICATE I, David L. Hixenbaugh, Vice President of the Companies, do hereby certify that the foregoing resolution of the Boards of Directors by each of the and this Power of Attomey issued pursuant thereto on Apnl 28, 1999 Notary Public in and for the State of Iowa Knirht Cashion, Benson A. Cashion, Matthew Knight Cashion, Jr., Judy Schoggen, William R. Plegge, William H. Griffin, char II force and effect. �@ e if i 1°� bscribed my name and affixed the facsimile seal of each Company this of Vice -President Form 7832 15 991 "For verification of the authenticity of the Power of Attorney you may call (515) 280-2689.” Employers Mutual Casualty Company NOM[ OPRICS • Ott MOINES PAYMENT BOND Bond No 5'`41211 KNOW ALL MEN BY THESE PRESENTS: That We Gray Construction. Inc. (hereinafter called "Principal"), es Principal, and the EMPLOYERS MUTUAL CASUALTY COMPANY, a corpo- ration organized and existing under the laws of the State of Iowa and authorized to transact business in the State of Arkansas (hereinafter called "Surety"), es Surety, an held and firmly bound unto the City of Fayetteville. Arkansas (hereinafter called "Obligee"), in the penal sum of Two Hundred Sixty—Four Thousand Three Hundred Sixty—Four & 50DOLURS, ($ 264, 364.50 ), good and lawful money of the United States of America. for the payment of which, well and truly to be mode, we bind ourselves. our heirs, adminis- trators, executors. successors and assigns. jointly and severally, firmly by these presents. SEALED with our seals and dated this day of A.D 19 WHEREAS The above bounden Principal has entered into a certain written contract with tho above named Obligee, dated the - - day of 19 Fayetteville Municipal Airport (Drake Field) 8—Bay T—Hangar Which contract a hereby referred to and made a pert hereof as fully end to the same extent es if copied et length herein. NOW, THEREFORE, IF the Principal shall promptly meke payment to all persons supplying labor and material in the prosecution of the work provided for in said contract then this obligation to be void: otherwise to remain in full force and virtue. Signed end Sealed this WITNESS: day of 19 Gray�nstr�tion, Inc. (If Individual or Finn) c [Soil] ATTEST: (Soil] / i• (If Corporation) EMPLOYERS MUTUAL CASUALTY COMPANY alb Suety William H. Griffin Atfomay+o-:act THE FACE OF THIS DOCUMENT HAS A COLORED BACKGROUND ON WHITE PAPER • BACK OF THIS DOCUMENT HAS A SIMULATED WATERMARK - HOLD AT AN ANGLE TO VIEW. • EMC Insurance Companies P.O. Box 712 • Des Moines, Iowa 50303 CERTIFICATE OF AUTHORITY INDIVIDUAL ATTORNEY-IN-FACT KNOW ALL MEN BY THESE PRESENTS, that 1. Employers Mutual Casualty Company, an Iowa Corporation 5. Dakota Fre Insurance Company, a North Dakota Corporation 2. EMCASCO Insurance Company, an Iowa Corporation 6. EMC Property & Casualty Company, an Iowa Corporation 3. Union Insurance Company of Providence, an Iowa Corporation 7. The Hamilton Mutual Insurance Company, an Ohio Corporation 4. Illinois EMCASCO Insurance Company, an Illinois Corporation hereinafter referred to severally as "Company" and collectively as "Companies", each does, by these presents, make, constitute and appoint: KNIGHT CASHION, BENSON A. CASHION, MATTHEW KNIGHT CASHION, JR., JUDY SCHOGGEN, WILLIAM R. PLEGGE, WILLIAM H. GRIFFIN, CYNTHIA L. WADLEY, INDIVIDUALLY, LITTLE ROCK, ARKANSAS No. 384551 its true and lawful attomey-in-fact, with full power and authority conferred to sign, seal, and execute its lawful bonds, undertakings, and other obligatory instruments of a similar nature as follows: IN AN AMOUNT NOT EXCEEDING TEN MILLION DOLLARS ($10,000,000.00) and to bind each Company thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of each such Company, and all of the acts of said attomey pursuant to the authority hereby given are hereby ratified and confirmed. The authority hereby granted shall expire April 1, 2002 unless sooner revoked. AUTHORITY FOR POWER OF ATTORNEY This Power-of-Attomey is made and executed pursuant to and by the authority of the following resolution of the Boards of Directors of each of the Companies at a regularly scheduled meeting of each company duly called and held in 1999: RESOLVED: The President and Chief Executive Officer, any Vice President, the Treasurer and the Secretary of Employers Mutual Casualty Company shall have power and authority to (1) appoint attomeys-in-fact and authorize them to execute on behalf of each Company and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and (2) to remove any such attomey-in-fact at any time and revoke the power and authority given to him or her. Attomeys-in-fact shall have power and authority, subject to the terms and limitations of the power-of-attomey issued to them, to execute and deliver on behalf of the Company, and to attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and any such instrument executed by any such attomey-in-fact shall be fully and in all respects binding upon the Company. Certification as to the validity of any power-of-attorney authorized herein made by an officer of Employers Mutual Casualty Company shall be fully and in all respects binding upon this Company. The facsimile or mechanically reproduced signature of such officer, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power-of-attomey of the Company, shall be valid and binding upon the Company with the same force and affect as though manually affixed. IN WITNESS WHEREOF, the Companies have caused these presents to be sigged for each by their officers as shown, and the Corporate seals to be hereto affixed this 28th day of April 1999 . Seals ``,p,INSUgq' s,, ti•,, nt SEAL F's �pPN;E CO 0 ".,� ciPP OR - 1863T_ SEAL s /awP ▪ 'F.P; 11 B,�4 • 0 c• pPPOgI/ ,G t a. ▪ 1953 a /0 YO 02 ` S o ::. _pi 0 g1j:16 : % SEAL `: T-ty o '• M• OINES \0•.` RUTA KRUMINS MY COMMISSION EXPIRES September 30, 2000 Bruce G. Kelley, Chairman of Companies 2, 3, 4, 5 & 6; President of Company 1; Vice Chairman and CEO of Company 7 Jo Donald L. Coughennwer Assistant Secretary On this 28th day of April AD 1999 before me a Notary Public in and for the State of Iowa, personally appeared Bruce G. Kelley and Donald L. Coughennower, who, being by me duly sworn, did say that they are, and are known to me to be the Chairman, President, Vice Chairman and CEO, and/or Assistant Secretary, respectively, of each of The Companies above; that the seals affixed to this instrument are the seals of said corporations; that said instrument was signed and sealed on behalf of each of the Companies by authority of their respective Boards of Directors; and that the said Bruce G. Kelley and Donald L. Coughennower, as such officers, acknowledge the execution of said instrument to be the voluntary act and deed of each of the Companies. My Commission Expires Sepjemper 30, 2000. , CERTIFICATE 1, David L. Hixenbaugh, Vice President of the Companies, do hereby certify that the foregoing resolution of the Boards of Directors by each of the Companies, and this Power of Attomey issued pursuant thereto on Apnl 28, 1999 Notary Public in and for the State of Iowa on behalf of Kni h Cashion, Benson A. Cashion, Matthew Knight Cashion, Jr, Judy Schoggen, William R. Plegge, William H. Griffin, are true and cpRa p prr t4 j(pll force and effect. In Testimon ereo 1 hive ysuubscribed my name and affixed the facsimile seal of each Company this of Vice -President Form 783215 991 "For verification of the authenticity of the Power of Attorney you may call (515) 280-2689.” XX AGENDA REQUEST XX CONTRACT REVIEW GRANT REVIEW For the Fayetteville City Council meeting of STAFF REVIEW FORM July 20. 1999 FROM: Dale Frederick Name Airport General Govt. Division Department ACTION REQUIRED: Airport staff requests approval of the contract for the construction of an Eight -Bay T -Hangar with Gray Construction, Inc. for a bid amount of $264,364.50. A project contingency of 10% ($26,436.00) to cover unforeseen project expenditures and $1,000.00 for materials testing is requested. A budget adjustment is requested to cover the project contingency and the increased cost over the original project estimate. Garver Engineers, the engineers for this project, have recommended the award of this project to Gray Construction, Inc. COST TO CITY: $ 291.801.00 Cost of this Request 5550-3960-5804.00 Account Number 98056 Project Number $ 223 000 00 Category/Project Budget $ 26,695.00 Funds used to date $ 196,305.00 Remaining Balance Eight -Bay T -Hangar Category/Project Name Fixed Assets Program Name Airport Fund B71GRE/ Budget Coord or X Budgeted Item Administrative Services Director X Budget Adjustment Attached C 1 NTRACT/G /LEASE REVIEW: Accoanting City Att mey PR Purchasing Officer teitz Date 7-1-99 Date GRANTING AGENCY: Dili f, n al Auditor Date rdinai� STAFF RECOMMENDATION: Airport staff recommends approval. Division Head ct • d • istr. ti Services Director ..i� Ma 0 Date Cross Reference New Item: Prev. Ord/Rest Orig Cont. Date: No • • • STAFF REVIEW FORM Page 2 Description: Meeting Date: July 20. 1999 Approval of a contract with Gray Construction, Inc. for the Construction of an 8 -Bay T -Hangar Comments: Budget Coordinator Reference Comments: Accounting Manager Reference Comments: City Attorney Reference Comments: Purchasing Officer Reference Comments: ADA Coordinator Reference Comments: Internal Auditor Reference Comments: FAYETTEVILLE AIRPORT DEPARTMENT THE CITY OF FAYETTEVILLE, ARKANSAS TO: Fayetteville City Council THRU• Fred Hanna, Mayor FROM: Dale Frederick, Airport Manage DATE: July 6, 1999 SUBJECT: CONTRACT APPROVAL WITH GRAY CONSTRUCTION, INC. FOR AN 8 -BAY T -HANGAR CONSTRUCTION Airport staff requests approval of the contract for the construction of an Eight -Bay T -Hangar with Gray Construction, Inc. for a bid amount of $264,365.00. A project contingency of 10% ($26,436.00) to cover unforeseen project expenditures and $1 000.00 for materials testing is requested. A Budget Adjustment is requested to cover the project contingency and the increased cost over the original project estimate. This project will be funded with Airport funds but will generate revenue for the airport. The demand from general aviation for this project is apparent by the waiting list for hangar space kept by Airport Administration. Garver Engineers, the engineers for this project, have recommended the award of this project to Gray Construction, Inc. who was the second lowest bidder The lowest bidder, Phase I Turnkey, Inc., did not sign or complete their proposal and was not recommended by the engineers. The Airport Board at their July 1, 1999, meeting did recommend that the award go to the second lowest bidder, if the lowest bidder did not qualify. DF/bjm Attachments: Contract Review Form Letter of Recommendation Specifications and Contract Documents Bid Tabulation Budget Adjustment 4500 SOUTH SCHOOL AVENUE, SUITE F • AIRPORT TERMINAL BUILDING • FAYETTEVILLE, AR 72701 PHONE 501-521-4750 Ext.6 • FAX 501-521-1735 • Garver Inc. 1111in,,. ".. :TOW lnuq 1.1it, tir11Ip 1:1 1 :11.1.111:-•:111:• pl1 i.•,01 '•111 9IIVI 1 A\': :'.YET ntnl WWWIIVVi",IT I OA July 2. 1999 Mr. Dale Frederick Airport Manager Fayetteville Municipal Airport 4500 S. School Avenue, Suite F Airport Terminal Building Fayetteville, AR 72701 Re: Fayetteville Municipal Airport 8 -Bay T -hangar Construction Recommendation of Contract Award Dear Dale: GARVER1ENGINEERS Four bids for the "8 -Bay T -I langar Construction" project were received on June 29, 1999, The low bid vas from Phase 1 Turnkey, Inc- in the amount of $256,708.00. However, Phase 1 Turnkey. Inc. did not sign the Proposal or complete the Proposal -farms." I'hey also did not complete the "Statement of Bidder's Qualifications" section. For these reasons, according to Peggy Vice, Phase 1 Turnkey's bid is disqualified. The second lowest bid was from Gray Construction, Inc. in the amount of $264,364.50. This amount is less than the City's Certified Funding Amount and the Engineer's Estimate. We believe the amount bid by Grey Construction represents a good value to the airport and recommend that the City award the contract to Gray Construction, Inc. If you have any questions, please call me. Sincerely yours, GARVER 1 ENGINEERS Brock F.. Hoskins, P.E. Vice President/ Project Manager BE}I/kf Cc: Rick McKinney Aleft Little 1:W rojecls\ 11p4\9R11130\Adminlcunespd\reenmmrnd-IIr02.doe 11' i nnOrl DJ • r1111.111:%911' • AH • MIs'Isvil lg Al • Mei1R.;c. MS • Lit!: IIIrd.. Ali • 1 •wr:'JIC k • • O 40 9 N N 0 N 0 0 VI n P 'V.` 9 9 5 9 9 9 "'i 0 0 u u _ _ t1.• - c w _ L 0 rto, tn ip rap r r i N T T K T N N C y 3 a r V cr. o o :74 .\' u u o-N-u.\\.c. 0 in N N '0 L « « 0 N Al -.N A 2 o t.Jtiton=.] o « i N o o 0 0- 00 U m o o 0 o 0 0 o 0 0 o N «n 4. «4«-03 �� 0 AtACO 00- .140 o y 00 0 0 0 0 'O o N o -.0 m O 0 0 0 0 0 0 0 0 0 uoqulnqul PIA 31YIVI.S3 S U33NIJN3 « bLA O N 0 o CO 0 o 0 0 fin O o O 0 44. O 0 44. O to nd 03 4-1 a La 0 0 0 LA O O ta O 0 0 o o 4.4 0 0 V 0 Y 0 O 00 0 « 00 co 0 La La Q O 00 0 0 0 04O b 0 CO O 0 b O 0 P m 0 P b 0 an 0 0 LA O O O La kab 0 b 0 o 0 O ij M 71 No m r C r m a n a a' m r - (21 m r 0 • Garver, Inc. Engineers 3810 Front Street. Suite 10 Fayetteville, AR 72703 501-527-9100 FAX 501.527-9101 ..sv, garverinc com July 7, 1999 Ric Gray, President Gray Construction, Inc. 2271 Dawn Hill Road Siloam Springs, AR 72761 Re: Fayetteville Municipal Airport (Drake Field) 8 -Bay T -Hangar GARVER ENGINEERS Dear Mr. Gray: The Fayetteville Municipal Airport Board has approved a recommendation for the City Council to award the construction contract for the "8 -Bay T -Hangar" project at Drake Field to your company. Award is subject to approval by the Fayettteville City Council. Four sets of "Specifications and Contract Documents" are hereby submitted with the proper information included. In each of the four (4) sets of "Specifications and Contract Documents," please execute the contract on Page C-4. Do not enter any dates on the contract. Also, please provide separate performance and payment bonds (either using the forms on Pages PEB-1, -2, and PAB-1, -2, or forms provided by your surety) with a power-of-attorney for surety's attorney-in-fact for each of the two bonds. Do not enter dates on the bonds or power-of- attomey certifications. Please provide General Liability and Third Party Insurance coverage in accordance with the specifications (reference Page SC -2, Section SC -04, "Insurance"). Please return all four sets of the "Specifications and Contract Documents" to me on or before July 13, 1999. If you have any questions, please call me. Thank you for your cooperation. Sincerely yours, GsARVERIENGINEERS Brock Hoskins, P.E. Vice President / Project Manager Enclosures cc: Dale Frederick 98-6230 Brentwood. TN • Fayetteville. AR • Huntsville. AL • Madison. MS • Little Rock. AR • Louisville. KY • Tulsa, OK • FAYETTEVILLE THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE To: Dale Frederick, Airport Manager From: Heather Woodruff, City Clerk Date: July 26, 1999 Attached is a copy of the resolution and the contract awarding Bid 99-66 to Gray Construction. I am also returning four originals for you to distribute. Your purchase requisition has been forwarded to the Internal Auditor for a contract number. The original resolution and one contract will be microfilmed and filed with the City Clerk. cc: Yolanda Fields, Internal Auditor Steve Davis, Budget and Research faeoG/C /Vogtbs/6-.?,apo)c. r Cnieu /Dice/0 Gd0 FRAM : Mike MoSS Insurance FAX NO. : 501 524 8943 Jul. 15 1999 10:04AM P1 ACORE. CERTIFICATE OF LIABILITY INSURANC GSRYCiil PRODUCER Mike Mesa Agency, Inc. 803 S. Dogwood St. P. O. Box 220 Siloam Springs AR 72761 9hone:501-524-5111 Fax:501-524-8943 DATE (WAIDOIYY) 07/15/99 THIS CERTIFICATE IS ISSUED ASA MATTER OF INFORMATION ONLY AND CONFERS NO R GHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURED Gray Construction, Inc. P.O. Box 457 Siloam springs An 72761 INSURERS AFFORDING COVERAGE U SURER A American States Insurance INSURER B: Calcomp Insurance Company wsURER0 Allstate Insurance Company INSURER D INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR POUCIEDS DESCRIBED BY EDD HEREAID IN SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDmoNs OF SUCH MAY PERT�HE AFFORDED BYAHAVE GATE WAITS tAAY IN91TType OF INSURANCE POLICY NUMBER DATE BAWD DIYY) DA (IALIIDONY) WARS LR EACH OCCURRENCE 5 500 , 000 GENERAL LIABIIm Ne) 1200,000 010E56612410 05/02/99 05/02/00 PIREDMAAGE(Myw A X rOMIFROAL GENERALW&BUTY MED EJP (Any w ppcen) 510 , 000 CLAIMS MADE X OCCUR PERSONAL SADVINAJRY 1500,000 GENERAL AGGREGATE $1,000,000 PER PRODUCTS-COMPIDP AGO 1500,000 ''-GEENII AGGREGATE LIMIT APPLIES POLICY II ECTT n LOC AUTOMOERE LIABILITY COMBINED SINGLE LIMIT (E°dent) Pc $100,000 ANY AUTO 050572445BAP 04/10/99 04/10/00 C X_ ALL OWNED AUTOS BODILY INJURY 1 SCMFDULED AUTOS (Per person) HIRED AUTOS BODILY INJURY 1 NON -OWNED AUTOS Far Accident) PROPERTY DAMAGE S . (Pm 1ccomS GARAGE UABLRY AUTO ONLY• EA ACCIDENT 5 ANY AUTOOTNDITNAN EA ACC 1 AUTO ONLY: AGG 1 EXCESS LIBNTY EACH OCCURRENCE 1 Occur. CLNAT9 MADE AGGREOATE 1 1 OEOUCDS2E 5 RETENTION 5 MPSHSATON AND YY{. BIATLL TORY LIMBS OIH- ER B EMPLOs warnwarnRSfLf' EMPLOYERS' W988161804 08/01/98 08/01/99 ELEACHACCIDEM 1100000 E.L OISEASE.EAEMROYEE 1100000 E.L DISEASE.POUCYUWT S500000 DRIER DESCRIPTION OF OPERATONSILOCATIONSNOIICLSS€KCLUSONS ADDED BY ENDORSEMENT?SPEEDAL PROVISIONS Certificate Holder is Additional Insured with regards to Insured's property CERTIFICATE HOLDER N I ADDITIONAL INSURED. INSURER LERER CANCELLATION GREBE -1 Garver Engineers, Inc. Fax 501-527-9101 Brock E. Hoskins, P.E. 3810 Front Street, Suite 10 Fayetteville AR 72703 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLW BEMIRE THE GYPIRARON DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MM. 10 DAYS WRITTEN NOTICE TO THE CERTIRCATE MOLDER NAMED TOTE LER, RUT FAILURE TO DO SO SMALL IMPOSE NO OBLIGATION OR UABLm OF ANY KIN Q�3 ORTTEPRESENTATVES. O UPON . E�`� • ACORD 255 (7/97) " ACORD CORPORATION1Ia88 r • AIL FRAM : Mike MoSS Insurance FAX N0. : 501 524 8943 • Jul. 14 1999 04:00PM P2 ACORD,. CERTIFICATE OF LIABILITY INSURANC PCNJCIFR REQUIREMENT. PERTAIN. OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO TRE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWONSTANDING TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN W SUBJECT TO ALL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH LIMITSCIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAMS. TYPE OF INSURANCE POLICY NUMBER DATE MM DOA Y) 07/14/99 CSR EW YC -1 HMUUM !like Moss Agency, Inc. 803 S. Dogwood St. P. O. Box 220 Siloam Springs AR 72761 Phone:501-524-5111 Fax2501-524-8943 THIS CERT FICATE IS ISSUED ASA MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND. EXTEND ALTER THE COVERAGE AFFORDED BY THE POLICIES OR BELOW. INSURERS AFFORDING COVERAGE NSURED Gray Construction, P.O. Box 457 Siloam Springs AR I Inc. 72761 INSURER A: American States Insurance INSURER E: Calcomp Insurance Company Company 05/02/00 INSURER C: Allstate 1500 000 Insurance INSURER D: - INSURER E: COVERAGES THE ANY MAY POU LDA! PCNJCIFR REQUIREMENT. PERTAIN. OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO TRE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWONSTANDING TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN W SUBJECT TO ALL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH LIMITSCIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAMS. TYPE OF INSURANCE POLICY NUMBER CE LIMBS DATE iWDIVY DATE A GENERAL URBILITY cOUMEROALGENERALLUEIITV I XL) OCCUR 010E56612410 05/02/99 05/02/00 EACH OCCURRENCE 1500 000 X FIREDAMAGE(AnyonoSo) 5200,000 !CLAMSMADE MED EXP (Any ono Forman) f 10,000 —_.. PERSONAL &ADV IWURY f 500,000 GENERAL AGGREGATE 51,000,000 GENL AGGREGATE LIMITAPPLIES PER: 7Parrnm r 'LDC RO PDUCES-COMPOP AGG 5500,000 C AUTOMOBILE UABILIiV 0505724458AF 04/10/99 04/10/00 COMBINED SINGLE LIMIT �Bamder0 1100/000 0 X ANYAUTo ALL OWNED AUTOS BODILY ()HURT (Per PArmA) 5 SCHEDULED AUTOS NRW AUTOS PH PROPERTY IP-aea-eM) LY INJURY LY $ NON -OWNED AUTOS DAMAGE GARAGE WBLITY ANY AUTO AUTO ONLY. EA ACCCQR f OTHER THAN AUTO ONLY. EA ACC f AGO $ O(CGBS LIABRRY OCCUR ❑ CLAIMS MADE DEDUCTIBLE RETENTION $ EACH OCCURRENCE $ AODREGATE $ 1 $ H WORKERS COMPENSATION AND EYMItovERe LIABILITYW988161604 08/01/98 OLDSIA t$ 71N ER 08/01/99 SL.EACHAcabea 1100000 EL DISEASE - EA EMPLOYEE t 100000 EL DISEASE- PODGY waft 1500000 OTHER DESCRIPTION OF OPERAUQNSIIOCATIONGIVEMW7EDFXCLUSIONS ADDED BY ENDORSEMENUSPECYIL PROVISIONS Certificate Holder is Additional Insured with regards to Insured's property ADO INSURED; INSURER LEITER; CANCELLATION City of Fayetteville 113 W. Mountain Fayetteville AR 72701 ACORD 25-S (7/97) CITYF-1 SHOLAO ANY OF THE ABOVE DESCRIBED POUCIES 0E CANCELLED BEFORE THE EXPIRATION DATE THEREOF. THE ISSUING INSURER WILL ENDEAVOR TO MAIL 10 DAY$ WHIZ IkN NOTICE To CERTIFICATE HOLDER NAMED TO THE LEFT. ENT FAILURE TO 0050 SHALL IU POSE NO OBUGATION OR LIABILITY OF ATNES. ANY W ACORD CORPORATION 1988 • • STAFF REVIEW FORM _ AGENDA REQUEST X CONTRACT REVIEW GRANT REVIEW For the Fayetteville City Council meeting of N/A ees 78-97 ch'-eao 2e/ t Vaa? to. A/e MICROFILMED FROM: Dale Frederick Name Airport General GMT. Division Department ACTION REQUIRED: The Airport staff requests approval of and the Mayor's signature for Contract Change Order No. 1 in the amount of $3,500.00 to the contract with Garver Engineers, Inc. for the engineering for the construction of an 8 -Bay T -Hangar. The need for extra services became necessary after all of the first bids were at least 20% over the amount of the Airpdrt's Certification of Funds. Modifications to the plans and specifications were necessary to lower costs for the re -bid of the project. The cost of this change order is budgeted with an approved project contingency. COST TO CITY: $3.500.00 Cost of this Request 5550-3960-5804.00 Account Number 98056 Project Number udget Coordinator $ 318.496.00 Category/Project Budget $ 291.060.00 Funds used to date $ 27.436.00 Remaining Balance Administrative Services Director Eight -Bay T -Hangar Category/Project Name Fixed Asset Program Name Airport Fund Budget Adjustment Attached C 1 NTRACT/GRA�N T/LEASE 1. t / ., 4' Acte ' :':er %C jty114.�tt►,P4gmeyJ U REVIEW: d -a6 -99 Date -27-9 Date Snarl'CM Purchasing Officer STAFF RECOMMENDATION: Date GRANTING AGENCY: Ai /A . -rn.. . :�tor 1012 - Dr -07-t7 Date 012- Staff recommends approval of this change order. to Date Cross Reference New Item: Yes Pre. Ord/Res#: 98-99 Orig Cont. Date: 7-20-99 Date No 4 STAFF REVIEW FORM Page 2 Description: Meeting Date: N/A Change Order #1 for Garver Engineers, Inc. for an 8 -Bay T -Hangar Design Modification Comments: Budget Coordinator Reference Comments: Accounting Manager Reference Comments: City Attorney Reference Comments: Purchasing Officer Reference Comments: ADA Coordinator Reference Comments: Internal Auditor Reference Comments: • FAYETTEVILLE AIRPORT DEPARTMENT THE CITY OF FAYETTEVILLE, ARKANSAS TO: FRED HANNA, MAYOR FROM: DALE FREDERICK, AIRPORT MANAGE DATE: AUGUST 25, 1999 SUBJECT: CHANGE ORDER #1 FOR DESIGN MODIFICATIONS FOR AN 8 -BAY T -HANGAR The Airport staff requests approval of and the Mayor's signature for Contract Change Order No. 1 in the amount of $3,500.00 to the contract with Garver Engineers, Inc. for the engineering for the construction of an 8 -Bay T -Hangar. The need for extra services became necessary after all of the first bids were at least 20% over the amount of the Airport's Certification of Funds. Modifications to the plans and specifications were necessary to lower costs for the re -bid of the project. The cost of this change order is budgeted with an approved project contingency. DF/bjm Attachments: Contract Review Form Three originals of Change Order 1 4500 SOUTH SCHOOL AVENUE, SUITE F • AIRPORT TERMINAL BUILDING • FAYETTEVILLE, AR 72701 PHONE 501-521-4750 Ext.6 • FAX 501-521-1735 1 • RESOLUTION NO 98-99 A RESOLUTION AWARDING BID NO. 99-66 IN THE AMOUNT OF $264,364.50, TO GRAY CONSTRUCTION, INC.; APPROVING A PROJECT CONTINGENCY IN THE AMOUNT OF $26,436 AND $1,000 FOR MATERIALS TESTING; AND APPROVAL OF A BUDGET ADJUSTMENT IN THE AMOUNT OF $95,496. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1 That the City Council hereby awards Bid No. 99-66 in the amount of $264,364.50, to Gray Construction, Inc.; approving a project contingency in the amount of $26,436 and $1,000 for materials testing; and authorizes the Mayor and City Clerk to execute a contract for said amount. A copy of the contract is attached hereto marked Exhibit "A" and made a part hereof. Section ? The City Council hereby approves a budget adjustment in the amount of $95,496 increasing Building Costs, Acct. No. 5550 3960 5804 00, Project No. 980561 by decreasing Use of Fund Balance, Acct. No. 5550 0955 4999 99. A copy of the budget adjustment is attached hereto marked Exhibit "B" and made a part hereof. PASSED AND APPROVED this 20th day of July , 1999. Heather Woodruff, City Cl APPROVED: By. Fred anna, Mayor • CHANGE ORDER No. 1 Date: 7/16/99 ENGINEER'S PROJECT NO. 986230 PROJECT: Fayetteville Municipal Airport - 8 -Bay T -Hangar Construction AIP 3-05-0020-26 CONTRACTOR: Garver Engineers, Inc. Contract for: 8 -Bay T -Hangar Design, Bidding Services and Construction Observation Contract date: June 15, 1998 TO: Garver Engineers, Inc. You are directed to make the changes noted below in the subject Contract: THE CITY OF FAYETTEVILLE Owner Nature of the Changes: 1. Following receipt of high bids, revise design of T -hangar project to bring bids to within the City and Airport budget for the project. Modify plans and specifications as needed, conduct bidding services for re -bid of the project. These changes result in the following adjustment of Contract Price and Contract Time: CONTRACT PRICE prior to this Change Order Increase Resulting from this Change Order: CONTRACT PRICE Including this Change Order Completion Time Prior to This Change Order: Current Contract Completion Dates Including This Change Order: Page 1 of 2 $26,300.00 $3,500.00 $29,800.00 N/A N/A