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