Loading...
HomeMy WebLinkAbout170-11 RESOLUTION• • RESOLUTION NO. 170-11 A RESOLUTION APPROVING A CONTRACT AND CHANGE ORDER NO. 1 WITH TIME STRIPING, INC. FOR RUNWAY PAVEMENT REHABILITATION AND RE -MARKING AT DRAKE FIELD, AND APPROVING A BUDGET ADJUSTMENT RECOGNIZING FAA AND ARKANSAS DEPARTMENT OF AERONAUTICS GRANT REVENUE BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby approves a contract and change order no. 1 with Time Striping, Inc. for runway pavement rehabilitation and re -marking at Drake Field. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached as Exhibit "A", recognizing FAA and Arkansas Department of Aeronautics grant revenue. PASSED and APPROVED this 20th day of September, 2011. APPROVED: ATTEST: By: giAlttiL SONDRA E. SMITH, City Clerk/Treasurer • FAYEfTEVILLE • City of Fayetteville, Arkansas Budget Adjustment Form V11.0415 Budget Year 2011 Division: Aviation Department: Transportation Services Request Date 9/20/2011 Adjustment Number BUDGET ADJUSTMENT DESCRIPTION 1 JUSTIFICATION 1) To recognize grant revenue for the Airport Pavement Rehab & Re -marking project. A Grant Agreement for funding in the amount of $239,497 has been approved by the FAA and City of Fayetteville. 2) To restore the Use of Fund Balance portion used previously to finance the plans & specs and bidding necessary for the application of grant funding. Divisio. -ea Bu • get 1 or Departm t Director Finance Director L D-te i/ Date Date Chie ,'f Stiff yor or Date ate Prepared By: James Nicholson Reference: jnicholson Budget & Research Use Only Type: A B C3 General Ledger Date Posted to General Ledger Checked / Verified E P Initial Initial Date Date Account Name TOTAL BUDGET ADJUSTMENT Account Number 228,642 228,642 Increase / (Decrease) Project.Sub Expense Revenue Number �a�tllt�rv.X ZdNA ?.t iAA*L ic, 5550.0955.6820.40 239,497 11023 . 1 State grants on Fed proj Use of fund balance 5550.0955.6803.00 5550.0955.4999.99 11,975 11023 . 1 (22,830) "2V[ iµet4 '-€L, 4 Wtti'` 5550.3960.7820.40 228,642 11023. 1 f:lJames120111Budget\BA2011_11023_Airport Pavement_Rehab_AIP40 Grants 081611 1 a EXHIBIT A 1 of 1 • • City of Fayetteville Staff Review Form • Ray M. Boudreaux Submitted By City Council Agenda Items and Contracts, Leases or Agreements 9/20/2011 City Council Meeting Date Agenda Items Only Aviation Division Action Required: Transportation Department Action Required: a) Approve a Contract with Time Striping for Airport Pavement Rehab and Re -marking. b) Approve Change Order #1 (Reduction). c) Approve a Budget Adjustment recognizing Grant revenue from the FAA and Arkansas Dept of Aeronautics. 228,272.00 5550.3960.7820.40 Account Number 11023 1 Project Number Budgeted Item 23,830.00 $ Category / Project Budget Pavement Rehab & Re -marking Program Category / Project Name 23,753.00 Airport Capital Exp Funds Used to Date Program 1 Project Category Name 77.00 Airport Remaining Balance Fund Name Budget Adjustment Attached X Date Date LI,„ 9- 6.- zs I ( Finance and Internal Services Director Date Chief of 5t. Ma %/ Date ate 126-11 Previous Ordinance or Resolution # 143-11 Original Contract Date: Original Contract Number: • Received in City 09-02-11 A 1 1: 03 R C V D Clerk's Office Comments: The Change Order #1 reduces the Contract scope in order to keep the project cost within the available grant funding. Revised January 15, 2009 • • aye City Council Meeting of: September 20, 2011 Agenda Item Number: evi.ile AVIATION DIVISION ARKANSAS FAYETTEVILLE EXECUTIVE AIRPORT • DRAKE FIELD CITY COUNCIL AGENDA MEMO/STAFF CONTRACT REVIEW MEMO TO: Mayor Jordan THRU: Chief of Staff THRU: Staff/Contract Review Committee THRU: Terry Gulley, Transportation Director FROM: Ray M. Boudreaux, Aviation D' DATE: September 1, 2011 SUBJECT: Approve Contract with Time Striping for the Runway Rejuvenation Project and a budget adjustment. RECOMMENDATION: Approve Contract with Time striping Co, a project Change Order to reduce the scope to within available grant funding and a budget adjustment recognizing the revenue for the project. BACKGROUND: The City Council has approved the project and grant funding has been received from the FAA/AIP program to do the work. The project cleans the runway surface of rubber that accumulates from aircraft using the runway, application of Rejuvaseal, and painting of the runway and taxiway markings. This item requests City Council approval of the contract and Change Order No 1 with Time Striping for the work. The budget adjustment recognizes the grant funds for the project. Change Order No. 1 is required due to the amount of funding received from the FAA to reduce the contract to within the available funding. The 5% match for this project will be paid by the Arkansas Aeronautics Commission. BUDGET IMPACT: This project is funded by the FAA (95%) and Arkansas Aeroanutics Commission (5%). Attachments: Staff Review Budget Adjustment Contract Change Order No. 1 4500 SOUTH SCHOOL AVENUE, SUITE F • AIRPORT TERMINAL BUILDING • FAYETTEVILLE AR 72701 479.718.7642 • 479.718.7646 FAX • www.accesstayetteville.orglgovernment/aviation airport_economic_development@ci.fayetteville.ar.us • • • RESOLUTION NO. A RESOLUTION APPROVING A CONTRACT AND CHANGE ORDER NO. 1 WITH TIME STRIPING, INC. FOR RUNWAY PAVEMENT REHABILITATION AND RE -MARKING AT DRAKE FIELD, AND APPROVING A BUDGET ADJUSTMENT RECOGNIZING FAA AND ARKANSAS DEPARTMENT OF AERONAUTICS GRANT REVENUE BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby approves a contract and change order no. 1 with Time Striping, Inc. for runway pavement rehabilitation and re -marking at Drake Field. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached as Exhibit "A", recognizing FAA and Arkansas Department of Aeronautics grant revenue. PASSED and APPROVED this 20`'' day of September, 2011. APPROVED: ATTEST: By: By: LIONELD JORDAN, Mayor SONDRA E. SMITH, City Clerk/Treasurer • RESOLUTION NO. 143-11 A RESOLUTION AUTHORIZING APPLICATION AND ACCEPTANCE OF A FEDERAL AVIATION ADMINISTRATION 95% PROJECT COST GRANT AND AN ARKANSAS DEPARTMENT OF AERONAUTICS 5% MATCHING GRANT, FOR THE DRAKE FIELD RUNWAY REJUVENATION PROJECT BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby authorizes application and acceptance of a Federal Aviation Administration 95% project cost grant and an Arkansas Department of Aeronautics 5% matching grant for the Drake Field Runway Rejuvenation Project. PASSED and APPROVED this 16th day of August, 2011. APPROVED: By: ATTEST: By: SONDRA E. SMITH, City Clerk/Treasurer Z.-, • ;?� = U� FAYETUEVI LLE • c,•tt • • McCLELLAND 1810N.College Avenue MEECONSULTING72703/72702-1229P.O. Box 1229 TRANSMITTAL Fayertevifle, AR 72703/72702 1 229 ENGINEERS, INC. 479 www.mcdelland-engrs.com DESIGNED TO SERVE TO: Airport Division Fayetteville Executive Airport 4500 S. School Ave., Suite F Fayetteville, AR 72701 DATE: August 31, 2011 Project Number:eel 640 E❑ ATTENTION: Ray Boudreaux SSP Q 1 2011 RE: Airfield Pavement Rehabilitation AIRPORT WE ARE SENDING YOU: ❑ SHOP DRAWINGS ❑ PLANS ❑ CD/DVD ❑ UNDER SEPARATE COVER VIA: ❑ COPY OF LETTER 0 PRINTS ® CHANGE ORDER 0 ATTACHED: O PRODUCT SUBMITTALS ❑ SAMPLES ® Contract ❑ SPECIFICATIONS COPIES DATE NO. DESCRIPTION 3 Time Striping Contract 3 Time Striping Change Order No. 1 PLEASE CHECK AND ADVISE IF ENCLOSURES ARE NOT AS LISTED. THESE ARE TRANSMITTED (AS CHECKED BELOW) ® FOR APPROVAL ® AS REQUESTED 0 REVIEWED FOR GENERAL 0 RESUBMIT COMPLIANCE COPIES FOR APPROVAL ® FOR YOUR USE 0 FOR REVIEW AND ❑ REVIEWED FOR NOTED 0 SUBMIT COMMENT COMMENTS O FOR YOUR 0 0 RETURNED FOR 0 RETURN INFORMATION COPIES FOR DISTRIBUTION REMARKS: CORRECTIONS CORRECTED PRINTS COPY TO: File BY: McClelland Consulting En•'neers, Inc. . ayne Vice Pre nes, P enti P_% ect Manager J:120111112141 - Drake Field Pavement\Correspondence\Boudreaux Transmittal 83111 .doc .14cefettand C'aa5ufting Fngineeto, 9nc. - ". eat bujittaning 3iwm." Qxf#anoaa ; (3uoineoo 20119 d 2010 Cluuvid Recipient CHANGE ORDER Order No. 1 Date: August 10, 2011 Agreement Date: September 20, 2011 NAME OF PROJECT: Airfield Pavement Rehabilitation & Striping (AIP Proi. No. 3-05-0020-39-2011) OWNER: City of Fayetteville (Airport Department) CONTRACTOR: Time Striping, Inc. The following changes are hereby made to the CONTRACT DOCUMENTS: 1. Decrease the quantity for Bid item No. 8: from 67,300 SY to 24660 SY and change the Lump Sum price to a unit price at $0.95/SY. Deduct cost of $ 40,043.00 to the contract.. 2. Decrease the quantity for Bid Item No. 9: from 26,400 SF to 8200 SF and change the Lump Sum price to a unit price at $0.901SF. Deduct cost of $ 17,620.00 to the contract. Justification: 1. The Owner need to reduce the project cost to be within the funding from the FAA and the State Aeronautics Dept.. CONTRACT PRICE prior to this Change Orders: $ 285,935.00 Decrease in Contract Price: ($ 57,663.00) Revised CONTRACT PRICE Including this Change Order: $ 228,272.00 Final Completion Time Prior to This Change Order: 60 Calendar Days Net Time Change Resulting From This Change Order: 0 Calendar Days Change to CONTRACT TIME: The CONTRACT TIME will be (increased) {desr-eased) by 0 calendar days. Approvals Required: To be effective this Order must be approved by the Owner if it changes the scope or objective or the PROJECT, or as may otherwise be required by the GENERAL CONDITIONS. Requested by: Recommended by: Approved by: - ! ' T Striping, nc. lella- Ions i • Engineers, Inc. Date --/H/ Date Cityif Fa eville J:120111112141 - DRAKE FIELD FAVEMENTICONSTRUCTIONICHANGE ORDERSICHANGE ORDER 1.DOC Date Page 1 • CONTRACT c4,? ii1 2011 THIS AGREEMENT, made and entered into on the go -day of September 2011, by and between Time Striping, Inc., herein called the Contractor, and the City of Fayetteville: WITNESSETH: That Time Striping, Inc., for the consideration hereinafter fully set out, hereby agrees with the City of Fayetteville as follows: 1. That Time Striping, Inc., shall furnish all the materials, and perform all of the work in manner and form as provided by the following enumerated Specifications, and Documents, which are attached hereto and made a part hereof, as if fully contained herein and are entitled: Airfield Pavement Rehabilitation and Restriping, Fayetteville Executive Airport, AIP Project 3-05-0020-039-2011 Advertisement for Bids Instructions to Bidders Bid and acceptance thereof Performance Bond Payment Bond General Conditions Supplemental Conditions Specifications Drawings — 3 Sheets 2. That the City of Fayetteville hereby agrees to pay to Time Striping, Inc. for the faithful performance of this Agreement, subject to additions and deductions as provided in the Specifications or Bid, in lawful money of the United States, the amount of the bid $285,935.00 less Change Order #1 for ($57,663.00) for a Contract Amount of Two Hundred Twenty -Eight Thousand, Two Hundred Seventy -Two Dollars ($228,272.00). 3. The Work will be completed and ready for final payment in accordance with the General Conditions within 60 days after the date when the Contract Time commences to run, as provided in the Notice to Proceed. 4. Liquidated Damages: City of Fayetteville and Time Striping, Inc., recognize that time is of the essence of this Agreement and the City of Fayetteville will suffer financial loss if the Work is not completed within the times specified above, plus any extensions thereof allowed in accordance with the General Conditions. They also recognize the delays, expense, and difficulties involved in proving the actual loss suffered by City of Fayetteville if the Work is not completed on time. Accordingly, instead of requiring any such proof, City of Fayetteville and Time Striping, Inc., agree that as liquidated damages for delay (but not as a penalty) Time Striping, Inc., shall pay City of Fayetteville Four Hundred Dollars ($400.00) for each day that expires after the time specified in Paragraph 3 for completion and readiness for final payment. FY112141 Airfield Rehab/Restriping Section 00500 - 1 5. That within 30 days of receipt of an approved payment request, the City of Fayetteville shall make partial payments to Time Striping, Inc., on the basis of a duly certified and approved estimate of work performed during the preceding calendar month by Time Striping, Inc., LESS the retainage provided in the General Conditions, which is to be withheld by the City of Fayetteville until all work within a particular part has been performed strictly in accordance with this Agreement and until such work has been accepted by the City of Fayetteville. 6. That upon submission by Time Striping, Inc., of evidence satisfactory to the City of Fayetteville that all payrolls, material bills, and other costs incurred by Time Striping, Inc., in connection with the construction of the work have been paid in full, final payment on account of this Agreement shall be made within 60 days after the completion by Time Striping, Inc., of all work covered by this Agreement and the acceptance of such work by the City of Fayetteville. 7. It is further mutually agreed between the parties hereto that if, at any time after the execution of this Agreement and the Surety Bond hereto attached for its faithful performance and payment, the City of Fayetteville shall deem the Surety or Sureties upon such bond to be unsatisfactory or if, for any reason such bond ceases to be adequate to cover the performance of the work, Time Striping, Inc. shall, at its expense, within 5 days after the receipt of notice from the City of Fayetteville, furnish an additional bond or bonds in such form and amount and with such Surety or Sureties as shall be satisfactory to the City of Fayetteville. In such event, no further payment to Time Striping, Inc., shall be deemed to be due under this Agreement until such new or additional security for the faithful performance of the work shall be furnished in manner and form satisfactory to the City of Fayetteville. 8. Changes, modifications, or amendments in scope, price or fees to this contract shall not be allowed without a prior formal contract amendment approved by the Mayor and the City Council in advance of the change in scope, cost or fees. 9. Freedom of Information Act. City contracts and documents prepared while performing city contractual work are subject to the Arkansas Freedom of Information Act. If a Arkansas Freedom of Information Act request is presented to the City of Fayetteville, Time Striping, Inc. will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. §25-19-101 et. Seq.). Only legally authorized photocopying cost pursuant to the FOIA may be assessed for this compliance. FY 112141 Airfield Rehab/Restriping Section 00500 - 2 • • IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the day and date first above written, in three (3) counterparts, each of which shall, without proof or accounting for the other counterparts be deemed an original Contract. SEAL: Time Striping, Inc. ATTEST: City Clerk L _1 c n p r" --e Title CITY OF FAYETTEVILLE By i Lioneld J. . • , Mayor FY112141 Airfield Rehab/Restriping Section 00500 - 3 • • • PROPOSAL TO DRAKE FIELD FAYETTEVILLE EXECUTIVE AIRPORT FAYETTEVILLE, ARKANSAS BID No. 11-46 Project No. FY112141 Dated: July, 2011 NOTE TO BIDDER: Please use BLACK ink for completing this Bid form. To: City of Fayetteville Address: 113 W. Mountain Fayetteville, Arkansas 72701 Project Title: Airfield Pavement Rehabilitation & Restriping Engineers Project No.: FY112141 Date: 7fa/i Arkansas Contractor's License No.: Q^,17agp 9/a Bidder: 1 1Y1aQ S` 1:1p1A3 tAC , Address: P.G . ?:1:,X. LASLo. \ckf uten AR 70195 7 Bidder's person to contact for additional information on this Proposal: Name: C \a.r CG.d 1 l Telephone: 479 - t -t71 -Qt.s. .,9, 1. BIDDER'S DECLARATION AND UNDERSTANDING The undersigned, hereinafter called the Bidder, declares that the only persons or parties interested in this Proposal are those named herein, that this Proposal is, in all respects, fair and without fraud, that 111 it is made without collusion with any official of the Owner, and that the Proposal is made without any connection or collusion with any person submitting another Proposal on this Contract. The Bidder further declares that he has carefully examined the Contract Documents for the construction of the project, that he has personally inspected the site, that he has satisfied himself as to the quantities involved, including materials and equipment, and conditions of work involved, including the fact that the description of the quantities of work and materials, as included herein, is FY 112141 Airfield Rehab/Restriping Section 00300-1 • fN,,; tee CONSTRUCTION SPECIFICATIONS 929 p„;,,,Jil Airfield Pavement Rehabilitation and Restriping TO FAYETTEVILLE MUNICIPAL AIRPORT Drake Field FAYETTEVILLE, ARKANSAS BID NO. 11-46 FY112141 JULY, 2011 firEc.oriisuE LTILANN: ENGINEERS, INC. VISIONED TO HIVE McClelland Consulting Engineers, Inc. 1810 North College, P.O. Box 1229 Fayetteville, Arkansas 72702-1229 (479) 443-2377, Fax (479) 443-9241 %% OF AtIlzfifo, f.1• ,t f 04.1 r114 IMEE\ .1 . 'IV• Zs:E0G\ I---'''9 • ADDENDUM NO. 1 Drake Field Airfield Pavement Rehabilitation and Restriping City of Fayetteville Fayetteville, Arkansas Project No. FY112141 July 20, 2011 The Project Manual and the Drawings dated July 2011 for the project this Addendum. Receipt of this Addendum shall be acknowledged on the amendedias noted in Addendum consists of 1 pages. The Project Manual is amended as follows: Item No. 1 PAGE 01/01 gaffer] for each coat of paint. Revise Table 1 of Section P-620 to the following for the correct square feet per TABLE 1. APPLICATION RATES Paint Type FOR PAINT, GLASS BEADS Glass Beads, Pounds per gallon of Type ntl, lb./gal. Item No. 2 Item No. 3. The Special Provisions are hereby modified to change any reference to night time work to only daytime work. The cost of bid Item No 1 for Mobilization and Demobilization shall be not more than 5 percent of the Total Bid Amount. McCLELLAND CONSULTING ENGINEERS, INC. R. Wayne Jones, P.E. Vice President FY112141 Airfield Pavement Rehab Addendum No. 1 1 brief and is intended only to indicate the general nature of the work and to identify the said quantities with the detailed anrequirementser the othe of the Conontract tocuments, and that this ract t Documents, which Documents are hereby made osal is made according to the provisions and under the terms a part of this Proposal. The Bidder states that he has experience in and is qualified to perform herein for spewhich thiscified , if he does not have craftsmen experienced and qualified in any phase of the workProposal is offered, that he will subcontract the work under said phase to a contractor who does have the necessary experience and qualifications. The Bidder further agrees that he has exercised his own judgment and has utilized all data which he believes pertinent from the Engineer, Owner, and other sources in arriving at his own conclusions. 2. CONTRACT EXECUTION AND BONDS The Bidder agrees that if this Proposal is accepted,l ht ewill, rriwithin deliver to the Oer wnerlce of award, the Performance the Contract in the form annexed hereto, an Bondh and Payment apparatus, Bond required emeans of construction and do the work and furnish all the and will, to the extent of his Proposal, furnish all machinery, tools, and other materials necessary to complete all work as specified or 'indicated in the Contract Documents. 3. CERTIFICATES OF INSURANCE, PAYMENT BOND, AND PERFORMANCE BOND The Bidder further agrees to furnish the Owner, before executing the Contract, the certificates of insurance, Payment Bond, and Performance Bond as specified in these Documents. 4. BID BOND Enclosed herewith is a bid bond forGee- dollars ($ ) which we agree the Owner may cash and retain as liquidated damages in the event of our failure to enter into contract for the work covered by this Proposal, provided the Contract is awarded to us within ninety (90) days from the date fixed for the opening of bids and we fail to execute the required bonds as called for in the Specifications within fifteen (15) days after the execution of the Contract. 5. START OF CONSTRUCTION AND CONTRACT COMPLETION TIME The Bidder further agrees to begin work within 10 calendar days after the time stated in the Notice to Proceedects within 150 issued byn the O�annd sher to all l comply with the schedule identified in SPECe Contractor and shall complete the IAL PROVISItion in all ONS. within calendar days 6. LIQUIDATED DAMAGES In the event the Bidder is awarded the Contract and shall fail to complete the work within the time limit or extended time limit agreed upon, as more particularly set forth in the Contract Documents, liquidated damages shall be paid to the Owner for all work awarded under the Contract until the work shall have been satisfactorily completed as provided by the Contract Documents, p any monies paid by the Owner to the Engineer for additional engineering and observation services associated with such delays. Liquidated damages shall be based upon actual cost to be borne by the Owner as a result of the work not being completed within the time stipulated in the Contract and agreed to by the Contractor. Such costs include but are not limited to loss of revenues and additional Fees payable to the Engineer. Section 00300-2 FY 112141 Airfield Rehab/Restriping • 7. ADDENDA The Bidder hereby acknowledges that he has received Addenda Nos. to these Specifications .1 (Bidder insert No. of each Addendum received.) 8. UNIT PRICE BASE BID The Bidder agrees to accept as full payment for the work proposed herein the amount computed amounts, it under p provisions dstf the Contract nit prices es are independent of the ments and based on the following xact quantities involved. The being expressly understood thatp Bidder agrees that the Unit Prices represent a true measure of the labor and materials requireduto perform the work, including all allowances for overhead and profit for each type called for in the Contract Documents. The amounts shall be shown in both words and figures. In case of discrepancy, the amount shown in words shall govern. 9. SALES AND USE TAXES The Bidder agrees that all federal, state, and local sales and use taxes are included in the stated bid prices for the work. 1 rn 7�za 1 1 PROPOSALSCHDULE AIRFIELD PAVEMENT REHABILITATION & RESTRIPING BID ITEMS UNITITEM APPROX. ITEM: PRICE EXTENDED NO. INANITY 1. ,a 1LS Mobilization & Demobilization $ S POO t0 $ 044) rvvc e `%a.! /Dollars/LS (Words) p o8 $ � $ o00 2. 1 LS Runway Rubber Removal (Approx. 50' by 6005' 33,400 SY) 1—‘83 i o s C.J ea° rd1r.l Dollars/LS (Words) 1 LS Pavement Marking Removal � 1 (Approx. 5,000 SF) r µ00S awl 4- °D On `_ / Dollars/LS (Words) $ (00,00°43' $ 0 oa0 L' 00 4. 1 LS Runway Rejuvenation Sealer $ tD3rL1 7O$63,y'70 (Approx. 67,000 SY) as s,i.kj Air$41146 kouf 114+4/4Dollars/LS (Words) FY112141 Airfield Rehab1Restriping Section 00300-3 1 ITEM APPROX. NO. QUANTITY • • [TEM: UNIT EXTENDED PRICE: o"' as 6 1 LS Runway Friction Testing $ (abb $ G l 6 0 5„4. uic ' . out :4.r441+'6/pfDollars/LS (Words) 7. 1 LS Runway Marking Restriping (Approx. White 76,700 F) frrr- Mx.1 C.fKrtisu-tj, J d- I / Dollars/LS (Words) 8. 1 LS Taxiway Rejuvenation Sealer (Approx. 67,300 SY) 5 r jti,1 Tat. (,.,444 Swwr r fi Dollars/LS (Words) 9. 1 LS 10. 1LS 11. 1LS A $ 2T g i i7q( ��� oS co' $ 63,tti0 '" $ 3<<f -e. v Taxiway Marking Restriping $ 9-'Sr6oa ✓ $ )-61 a ba (Approx. Yellow 16,000 SF, Black 12,400 SF) is4e- Ft,/ ilad ootr +-`194o9Dollars/LS (Words) Taxiway ILS Markings �((A,pprox. Red/White 3,600 SF) s44,f 44•3c4 d' b' °Tr aa� / Dollars/LS (Words) Chevron Marking Restriping (Approx. Yellow 300 SF, Black 110 SF) rut. 56,wb f rob"— I Dollars/LS (Words) $ 7-t 006 / as $ $'! Dpa TOTAL SCHEDULE 1 BID (ITEMS 1 THROUGH 11) $ et/35 gvik The Bidder shall attach to this Proposal a copy of his General Liabilities Insurance Coverages in accordance with the requirements stated on page 10 of the Special Provisions. 11. FAA REQUIREMENTS By submitting a proposal under this solicitation, except for those items listed by the officer or below or on a separate and clearly identified attachment to this proposal, the bidder certifies that steel and each manufactured product, is produced in the United States (as defined in the clause Buy American Steel and Manufactured Products or Buy American - Steel and Manufactured Products for FY 112141 Airfield Rehab/Restriping Section 00300-4 • • Construction Contracts) and that components of unknown origin are considered to have been produced or manufactured outside the United States. Bidders may obtain the lists of articles, materials, and supplies excepted from this provision in Appendix of these Documents. (a) The Aviation Safety and Capacity Expansion Act of 1990 provides that preference be given to steel and manufactured products produced in the United States when funds are expended pursuant to a grant issued under the Airport Improvement Program. The following terms apply: 1. Steel and manufactured products. As used in this clause, steel and manufactured products. include (1) steel produced in the United States or (2) a manufactured products produced in the United States, if the cost of its components mined, produced or manufactured in the United States exceeds 60 percent of the cost of all its components and final assembly has taken place in the United States. Components of foreign origin of the same class or kind as the products referred to in subparagraphs (b) (1) or (2) shall be treated as domestic. 2. Components. As used in this clause, components means those articles, materials, and supplies incorporated directly into steel and manufactured products. 3. Cost of Components. This means the costs for production of the components, exclusive of final assembly labor costs. (b) The successful bidder will be required to assure that only domestic steel and manufactured products will be used by the Contractor, subcontractor, materialmen, and suppliers in the performance of this contract, except those - (1) that the U.S. Department of Transportation has determined, under the Aviation Safety and Capacity Expansion Act of 1990, are not produced in the United States in sufficient and reasonable available quantities and of a satisfactory quality. (2) that the U.S. Department of Transportation has determined, under the Aviation Safety and Capacity Expansion Act of 1990, that domestic preference would be inconsistent with the public interest; or (3) that inclusion of domestic material will increase the cost of the overall project contract by more than 25 percent. The bidder shall complete the following statement by checking the appropriate space. The bidder has has not participated in a previous contract subject to the equal opportunity clause prescribed byEx cutive Order 10925, or Executive Order 11114, or Executive Order 11246. The bidder has 's." has not _ submitted all compliance reports in connection with any such contract due under the applicable filing requirements; and that representations indicating submission of required compliance reports signed by proposed subcontractors will be obtained prior to award of subcontractors. If the bidder has participated in a previous contract subject to the equal opportunity clause and has not submitted compliance reports due under applicable filing requirements, the Bidder shall submit a FY 112141 Airfield Rehab/Restriping Section 00300-5 • This certification is a material representation of fact upon which reliance was placed when making the award. If it is later determined that the contractor or subcontractor knowingly rendered an erroneous certification, the Federal Aviation Administration may direct, through the sponsor, cancellation of the contract or subcontract for default at no cost to the Government. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by this provision. The knowledge and information of a contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. This certification concerns a matter within the jurisdiction of an agency of the United States of America and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code, Section 1001. 12. EXPERIENCE OF BIDDER The Bidder states that he is an experienced Airport Contractor and has completed similar projects within the last 5 years. (List similar projects, with types, names of clients, construction costs, and references with telephone numbers. Use additional sheets if necessary.) �eas� See 4-cr1�, fi ^� 13. SURETY if the Bidder is awarded a construction Contract on this Bid, the Surety who provides the Performance and Payment Bond will be 1,,Q r , P.(). RX.W. 3CgCi whose address is RSim') k jft 7,1113 Street City State Zip Code 14. INSURANCE The Bidder acknowledges that he is familiar with the insurance requirements on this Project and, if awarded a construction contract, agrees to furnish the required insurance certificates within fifteen (15) days of the date the award is made. 15. BIDDER The name of the Bidder submitting this Bid is 1 1v.,2 � ` tQ 1 � , F3 C doing business at S9 -M ACiAtick \Ln Fier 1W. 7Q9St, Street . City State Zip Code which is the address to which all communications concerned with this Bid and with the Contract shall be sent. FY 112141 Airfield Rehab/Restriping Section 00300-7 I 1 1 1 1 1 • • The names of the principal officers of the corporation submitting this Bid, or of the partnership, or of all persons interested in this Bid as principals are as follows: a TGCl "Cr'l P t _ CES 101P\ k moon - Wrk-r.er \Acx\-6) -1-cA,YGel\a -Abk\-1-ec 16. BASIS OF AWARD The Contract hereunder will be awarded to the Bidder with the lowest Total Base Bid. In case identical bids are received, the Owner will interview representatives of the competing firms which submitted the bids and select the Bidder deemed best suitable to meet the needs of the Owner. 9t Dated at Fayetteville, Arkansas, this i of day of S v, % : , 2011. Respectfully sub rr - ed, (SEAL, IF CORPORATION) Name e_10, -V-.1\ Business Address \2°.(3 , k oX 1d'�3 a. oBvreA 795 7 by \i t t� ��S ��Q�� Title The Bidder shall complete the following information for that portion of the work proposed to be completed by subcontractors on the following page. SUB- TYPE OF DBE ARKANSAS CONTRACTOR ADDRESS WORK AMOUNT Ki;NO LICENSE NO. qt R- log9.-4393�� Lies E A DliAl 1201 6301- 5rr. Ja i,,, ` 04.1)- 6 0186414-o L# c x tow -4( ZaiE ktusiecvelog cbifrYik FY112141 Airfield Rehab/Restriping Section 00300-8 0 • TIME s-TniPiNNcj: P. O. Box 1236 • Van Buren, Arkansas 72957 Phone (479) 474-0452 • Fax (479) 474-0498 ww.timestri in .com Sir, The following is a list of jobs completed in the last four years. similar in scope. Monticello Municipal Airport, 2006, $147,297.32 Boone County Airport, Harrison AR 2005 $186,567.75 Warren AR Airport, 2006, $41,151.70 Woodruff County Airport, 2008, $95,934.75 Grove Municipal Airport, Grove OK, 2008, $106,000.00 Hampton Municipal Airport, Hampton AR, 2008 $ 82,159.00 Mt Ida Airport, Mt Ida AR, 2008, $75,240.00 Coming Municipal Airport, Coming AR, 2009, $ 100,181.41 North Little Rock Airport, NLR, AR, 2009, $ 101,183.70 Clarksville Municipal Airport, Clarksville, AR, 2009, $ 87,100.25 Marion County Regional Airport, Flippin, AR, 2009, $84,388.10 Izard County Airport, Calico Rock, AR, 2009, $ 47,600.15 Horseshoe Bend Airport, Horseshoe Bend, AR, 2009, $ 74,491.00 Heber Springs Airport, Heber Springs, AR, 2010, $ 82,652.63 Malvern Municipal Airport, Malvern ,AR, 2009 $ 61,750.50 Pocahontas Municipal Airport, Pocahontas, AR, 2010 $ 102,039.47 Melbourne Municipal Airport, Melbourne, AR, 2010 $ 169,178.25 Stuttgart Municipal Airport, Stuttgart, AR, 2010 $ 249,220.00 Springdale Municipal Airport, Springdale, AR, 2010 $ 58,509.64 Springdale Water Utilities, Springdale, AR, 2010 $ 33,200.00 Siloam Springs Airport, Siloam Springs, AR, 2010 $ 288,012.63 CITY OF FAY ETTVILLE BIDDERS LIST FORM All bidders/proposers are required to provide the following information and for all DBE and non - DBE subcontractors, who provided a proposal, bid, or quote on this project and must be submitted with their bid/proposal in order to be considered as a `responsible' bidder/proposer. The purpose of collecting this information is to comply with requirements at federal regulation 49CFR part 26.11(c) to maintain and update a Bidders List to assist in the overall annual goal DBE goal setting process. Firm Name: VA -d( U)drl14) r j 6 Phone: 18 - &S a2. - `�3 9 3 Address: Fax: q(' - 6g a _ 9 3 9'f Email: b lcLS e [MC'. cwt �l r r Contact Person: *('M4 P cx-L- G _ Is the firm currently certified as a DBE with the Arkansas Unified DBE Program? YES O NO Type of work/services/materials provided by firm: , C u- Tk c- C"".tva C- .J- Dej 1`?`y (s -r'9 k 7&L- be�''J What were your firm's Gross Annual receipts for last year? ❑ Less than $1 Million Less. than $5 Million ❑ Less than $10 Million ❑ Less than $15 Million ❑ More than $15 Million This form can be duplicated if necessary to report all bidders (DBEs and non -DBEs) information. a City of Fayetteville Disadvantaged Business Enterprise (DBE) Program I,.... 0 CERTIFICATION OF BIDDER REGARDING EQUAL EMPLOYMENT OPPORTUNITY GENERAL BIDDERS NAME�1f S tpl ^C i.�C• ADDRESS P -O • S>O \Jc ¼Xen S 7 INTERNAL REVENUE SERVICE EMPLOYER IDENTIFICATION NUMBER NONSEGREGATED FACILITIES NOTICE TO PROSPECTIVE FEDERALLY ASSISTED CONSTRUCTION CONTRACTORS: (1) A Certification of Nonsegregated Facilities must be submitted prior to the award of a federally assisted construction contract exceeding $10,000 which is not exempt from the provision of the equal opportunity clause. (2) Contractors receiving federally assisted construction contract awards exceeding $10,000 which are not exempt from the provisions of the equal opportunity clause will be required to provide for the forwarding of the following notice to prospective subcontractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the equal opportunity clause. NOTE:The penalty for making statements in offers is prescribed in 18 U.S.C. 1001. NOTICE TO PROSPE CTIVE SUBCONTRACTORS OF REQUIREMENT FOR CERTIFICATION ON NONSEGREGATED FACILITIES: (1) A Certification of Nonsegregated Facilities must be submitted prior to the award of a subcontract exceeding $10,000 which is not exempt from the provisions of the equal opportunity clause. (2) Contractors receiving subcontract awards exceeding $10,000 which are not exempt from the provisions of the equal opportunity clause will be required to provide for the forwarding of this notice to prospective subcontractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the equal opportunity clause. '"� FYI 12141 Airfield Rehab/Restriping Equal Employment Opportunity -I 9 • NOTE:The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. CERTIFICATION OF NONSEGREGATED FACILITIES: derail assisted construction contractor certifies that he does d thaintain or provide for his at he does not permit his The federally of his establishments, employees any segregated facilities at any employees to perform their services at any location, under his control, where segregated facilities are t ed. The federally assisted construction contractor certifieshiestablishments, he s a � maintain he twill maintain segregated facilities at any o or provide for his employees anylocation, under his control, where not permit his employees to perform their services at any ed n contractor ees a segre gated ated facilities are maintained. The federally assist ioncl useton this contract. used in breach of this certification is a violation of the equal oppo n this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms transportation, and and washrooms, restaurants and other eating recreation or entecks, rtainmenocker t areas, oms d other storage dressing areas, parking lots, drinking fountainS, directive or are in fact housing facilities provided for employees which are segregated by explicit segregated on the basis of race, color, religion, sex oron contractor agrees that (except ional origin, because of habit, local custom, he has or any other reason. The federally assisted constructl certifications from proposed subcontractors for specific time periods) he will obtained identical cerproposed subcontractors prior to the award of subcontracts obtain identical certifications from rovisions of the equal opportunity clause, and exceeding $10,000 which are not exempt from the p that he will retain such certifications in his files. NOTIC E TO PROSFECTNE CONTRACTORS OF REQUIREMENT FOR CERTIFICATION OF NONSEGREGATED FACILITIES: A Certification of Nonsegregated Facilities must be from he submitted prior to the award of a contract or revisions of the Equal Opportty Un subcontract exceeding $10,000 which is not exempt p Clause. Certificati on - The information above is true and complete to the best of my knowledge and belief. U.`tl %J?ro Name d Title of Signer (Please type) Signature Date NOTE:The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. Equal Employment Opportunity -2 FYl 12141 Airfield ttehablRestripuig 9 . __ S SECTION 00350 BID BOND STATE OF ARKANSAS KNOW ALL MEN BY THESE PRESENTS, that we: Time Striping, Inc., P. O. Box 1236, Van Buren, AR 72956 Principal and Contractor, and SureTec Insurance Company, 952 Echo Lane, Suite 450, Houston, TX 77024 hereinafter called Surety, are held and firmly bound unto the City of ['ayettev°ille, hereinafter called Owner, in the sum of FIVE PERCENT OF THE TOTAL AMOUNT BID DOLLARS ($ (5%) lawful money of the United States of America, for the payment of which well -and truly to be made, we bind ourselves, our- heirs; executors, administrators, successors and assigns, jointly and severally, by these presents. WHEREAS, the Principal contemplates submitting or has submitted a bid to the Owner for the .furnishing of al I labor, materials! (except those to be specifically fuunished by the Owner), equipment, machinery, tools, apparatus, means of transportation for, and the performance of the work covered.in the Bid and the detailed Drawings and Specifications, entitled: Airfield Pavement Rehabilitation and Restriping, Fayetteville 4 WHEREAS, ii was a condition precedent to the submission of said bid that a cashier's check rM certified ° check, or bid bond in.the-alnount of 5 percent of the base bid be submitted with said bid as a guarantee, that the Bidder would, if awarded the Contract, enter into a written Contract with the Owner for the performance of said Contract within 15 consecutive calendar days after written notice having been given of the -award of the .Contract. NOW, THEREFORE, the conditions of this obligation, are such that if the Principal within 15 consecutive calendar days after written notice of such acceptance enters into a written Contract with the Owner and furnishes a Contract Surety Bond in an amount equal to 100 percent of the base bid, satisfactory to the Owner, then this obligation shall be void; otherwise the sum herein stated shall be due and payable to the Owner and the Surety herein agrees to pay said sum immediately upon demand of the Owner in good and lawful money of the United States of America, as. liquidated damages for failure thereof of said Principal. FY.112141 Airfield Rehab/Restriping Section 00350-1 0 0 IN WITNESS WHEREOF, the said caused these presents•to be signed in its name by its attested by its as Principal herein, has and under its corporate seal, and the said SureTec Insurance Company as Surety herein, has caused these presents to be signed in its name by its Attorney -in -Fact, Scott R. Clark under its corporate seal, this Signed. sealed and delivered in the presence of: r.� Surety SureTec Insurance Company Jv4_ As to Surety 21st day of . July A.D., 2011. Time Striping, Inc. Principal -Contractor __'J' VIe6l Title Attorney -in -Fact (Power -of -Attorney to be A died) Scott R. Clark B Resident Agent FYI 12141 Airfield Rehab/Restriping Section 00350-2 POA #: 410013 SureTec Insurance Company LIMITED POWER OF ATTORNEY Know All Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents make, constitute and appoint Elizabeth Solomon, Janice A. Butler, Marty C. Clark, Scott R. Clark, Shannon C. Schmidly its true and lawful Attorney -in -fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include waivers to the conditions of contracts and consents of surety for: Three Million and 001100 Dollars ($3,000,000.00) and to bind the Company thereby as fully and to the same extent as if such bond were signed by the President, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney -in -Fact may do in the premises. Said appointment shall continue in force.until 12!31!2013 and is made under and by authority of the following resolutions of the Board of Directors of the SureTec Insurance Company: Be it Resolved, that the President, any Vice -President, any Assistant V ice -President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorneys) -in -Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney -in -Fact may be given full power and authority for and in the name of and of behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or tenninating .the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 20`'' of April, 1999.) In Witness Whereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its President, and its corporate seal to be hereto affixed this 3rd day of September, A.D. 2010. SURETEC INS EC PANY URAAtCF� By: w w D John a Jr., resident State of Texas ss: 7 1 Y County of Hams `--- On this 3rd day of September, A.D. 2010 before me personally carne John Knox Jr., to me known, who, being by me duly sworn, did depose and say, that he resides in Houston, Texas, that he is President of SURETEC INSURANCE COMPANY, the company described in and which executed the above instrument; that he knows the seal of said Company; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said Company; and that he signed his name thereto by like order. a�.•r'r��a JACQUELYN MALDOtfADO f•�' Notary Public, State of Texas �,. My Commission Exp;res acq ely alda ado, Notary Public `�;;!6t N; ` May 18, 2013 y Comm Sion ex ' s May 18, 2013 1, M. Brent Beaty, Assistant Secretary of SURETEC INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Company, which is still in full force and effect; and furthermore, the resolutions of the Board of Directors, set out in the Power of Attorney are in full force and effect. Given under my hand and the seal of said Company at Houston, Texas this 1St day of July 2011 A.D. M. Brent'Beaty, Assistant Secretary Any instrument issued in excess of the penalty stated above is totally void and without any validity. For verification of the authority of this power you may call (713) 812-0800 any business day between 8:00 am and 5:00 pm CST. 0 O �. Q 3 0LL L} N C G1 Z 2 w o o > � 2 a d� v LL 0 0 0 0 0 0 0 0 0 0 O O O O o o o O O O o a 0 o c o o ui o c o o ui Q Q Q N D o) fN Q Q O 61 Q Q O v aD Nr 0 o a Q1 Zj C u) Q Q yepp- C G d9 N r^ (D E+i f0 N 669 co 6f} W 4A 4A b9 C::: .Q N d E u O O O O O O Q a Q o D O Q O Q Q D O O O .` p o 0 O o vi o O 0 0 a Q o o o v Qr v g o C ui O O ( cD O) M u) CO LO 6f} N 69 r 4A (0 4A 4A N 69 CD 6H (V 69 69 U) C (0 U) Cl) (1) (1) co (I) ._I J J J J J J J J J a T T T T T T T a $ LL N o v m Q U. LL fJ7 gyp' o O O D cn D ro ti O �- Q CD cn G o 0 0 M o Fa - N c. O O X o aOXX Q O OO` 2 C .a CO c Q. o r Q o E a o a v �i 11 _d `w �_ ❑ �e a > CO C CO g CU P LL J N N. co as 0 Comments: City of Fayetteville Staff Review Form City Council Agenda Items and Contracts, Leases or Agreements N/A City Council Meeting Date Agenda Items Only Boudreaux Aviation Transportation ,Submitted By Division Department Cost of this request Category I Project Budget Program Category 1 Project Name $ - Designated Unreserved Fund Bal Account Number Funds Used to Date Program / Project Category Name $ - General Fund Project Number Remaining Balance Fund Name Budgeted Item IX Budget Adjustment Attached II - j1}If Previous Ordinance or Resolution # 170-11 Date Original Contract Date: 9/20/2011 �7 0`! r j Original Contract Number: AIP 3-05-0020 Date O_3J . LL - ' Finance and Internal Services Director Date Received in City ENTERED Clerk's Office I� M ,15L - ___________________ Date EDT ED Received in WIA Mayor's Office Date Revised January 15, 2009 City Council Meeting of Agenda Item Number: AVIATION DIVISION ARKANSAS FAYETTEVILLE EXECUTIVE AIRPORT - DRAKE FIELD CITY COUNCIL AGENDA MEMO/STAFF CONTRACT REVIEW MEMO TO: Mayor Jordan THRU: Chief of Staff THRU: Staff/Contract Review Committee THRU: Terry Gulley, Transportation Direct FROM: Ray M. Boudreaux, Aviation ector DATE: October 14, 2011 SUBJECT: Approve Change Order No. 2 with ime Striping, Inc to eliminate the rubber removal portion of the project and increase the amount of pavement to be treated with "Rejuvaseal." This is a no cost Change Order. RECOMMENDATION: Approve Change Order No. 2 with Time Striping, Inc to eliminate the rubber removal and increase the pavement treated with Rejuvaseal. Signature of the Mayor. BACKGROUND: During the Pre -construction meeting with Time Striping and the design engineer, it was determined that there was not enough rubber on the pavement to require the rubber removal portion of the project. If eliminated it was determined that the project could rejuvenate most of the airport taxiways in addition to the runway. This change was agreed to by the engineer and the Airport Administration as a light coating of rubber on the surface will be cut by the rejuvaseal compound. BUDGET IMPACT: This project is funded by the FAA (95%) and Arkansas Aeroanutics Commission (5%). This Change Order does not change the project amount. Attachments: Staff Review Change Order No. 2 e* 4 c1"..�•. N• t 4500 SOUTH SCHOOL AVENUE, SUITE F • AIRPORT TERMINAL BUILDING • FAYETTEVILLE AR 72701 479.718.7642 , 479.71 &7646 FAX - www.acoessfayetteville.org/govemmentfaviation airport economic development@ci.fayetteville.ar.us McCLELLAND 1810 N. College Avenue P.O. Box 1229 IllE&"CONSULTING TRANSMITTAL Fayetteville, AR 72703/72702-1229 479-443-2377. FAX 479-443-9241 ENGINEERS, INC, www.mccielland-engrs.com TO: Fayetteville Executive Airport DATE: October 14, 2011 Project Number: FY1 12141 City of Fayetteville 4500 S. School Ave, Suite F ATTENTION: Ray Boudreaux Fayetteville, AR 72701 RE: Drake Field Pavement Rehab WE ARE SENDING YOU: ❑ SHOP DRAWINGS ❑ PLANS ❑ CD/DVD ❑ UNDER SEPARATE COVER VIA: ❑ COPY OF LETTER O PRINTS ® CHANGE ORDER ❑ ATTACHED: ❑ PRODUCT SUBMITTALS ❑ SAMPLES ❑ ❑ SPECIFICATIONS COPIES DATE NO. DESCRIPTION 4 Change Order No. 2 PLEASE CHECK AND ADVISE II ENCLQ5Ul�E5 ARE NOT A5 LISTED. THESE ARE TRANSMITTED (AS CHECKED BELOW) ® FOR APPROVAL ® AS REQUESTED ❑ REVIEWED FOR GENERAL ❑ RESUBMIT COMPLIANCE COPIES FOR APPROVAL ❑ FOR YOUR USE ❑ FOR REVIEW AND ❑ REVIEWED FOR NOTED ❑ SUBMIT COMMENT COMMENTS COPIES FOR DISTRIBUTION ❑ FOR YOUR ❑ ❑ RETURNED FOR ❑ RETURN INFORMATION CORRECTIONS CORRECTED PRINTS REMARKS: COPY TO: File BY: McClelland Consulting E,pgineers, Inc. P Presid$ht/Prct Manager .:\2011\112141 - Drake Field Pavement\Correspondence\Transmittals\Boudreaux Transmittal 101411.doc .Mceeeel'and eorcauetu g. &zg tem, fl rtc- - " J3eat &rgittenhtg, .Lm" a an ass J�3. uoin oaa 2009 d 2090 Qwa d Elkeipient CHANGE ORDER Order No. 2 Date: October 11, 2011 Agreement Date: September 20, 2011 NAME OF PROJECT: Airfield Pavement Rehabilitation & Striping (AIP Pro'. No. 3-05-0020-39-2011 OWNER: City of Fayetteville (Airport Department) CONTRACTOR: Time Striping inc. The following changes are hereby made to the CONTRACT DOCUMENTS: 1. Delete Bid Item No. 2 from the project. Deduct cost of $ 20,000.00 to the contract. 2. Increase the quantity for Bid Item No. 8: from 24,660 SY to 43,573 SY at $0.95/SY. Add cost of $17,967.35 to the contract. 3. Increase the quantity for Bid Item No. 9: from 8,200 SF to 10,458.17 SF at $0.90/SF. Add cost of $ 2,258.65 to the contract. Justification: The Owner has determined that the amount of rubber and its thickness is not required to be removed and the deletion of Bid Item No. 2. 2. The Owner wishes to proceed with the maximum amount of rejuvenation of Taxiway "B" as possible and the restriping of the rejuvenated Taxiway. CONTRACT PRICE prior to this Change Orders: $ 228,272.00 Decrease in Contract Price: ($ 0.00 Revised CONTRACT PRICE Including this Change Order: $_228,272.00 Final Completion Time Prior to This Change Order: 60 Calendar Days Net Time Change Resulting From This Change Order: 0 Calendar Days Change to CONTRACT TIME: The CONTRACT TIME will be (increased) {decreased} by 0 calendar days. Approvals Required: To be effective this Order must be approved by the Owner if it changes the scope or objective or the PROJECT, or as may otherwise be required by the GENERAL CONDITIONS. Requested by: Recommended by: Approved by: J:12011U 12141 - DRAKE FIELD PAVEMENTICONSTRUCT[ONICHANGE ORDERS\CHANGE ORDER 2.DOG Page 1 CHANGE ORDER Order No. I Date: August 10. 2011 Agreement Date: Setatember 20, 2011 NAME OF PROJECT: Airfield Pavement Rehabilitation & Striping (AlP Proi. No. 3-05-0020-39-2011) OWNER: City of Fayetteville (Airport Department) �T- CONTRACTOR: Time Striping. Inc. The following changes are hereby made to the CONTRACT DOCUMENTS: 1. Decrease the quantity for Bid Item No. 8: from 67,300 SY to 24660 SY and change the Lump Sum price to a unit price at $0.95/SY. Deduct cost of $ 40,043.00 to the contract.. 2. Decrease the quantity for Bid Item No. 9: from 26,400 SF to 8200 SF and change the Lump Sum price to a unit price at $0.90/SF. Deduct cost of $1T.620.00 to the contract. Justification: 1. The Owner need to reduce the project cost to be within the funding from the FAA and the State Aeronautics Dept.. CONTRACT PRICE prior to this Change Orders: $ 285.935 ;00 Decrease in Contract Price: ($_57.663.00) Revised CONTRACT PRICE Including this Change Order: $ 228,272.00 Final Completion Time Prior to This Change Order: 60 Calendar Days Net Time Change Resulting From This Change Order: 0 CalendarDays Change to CONTRACT TIME: The CONTRACT TIME will be (increased) (decreased) by 0 calendar days. Approvals Required: To be effective this Order must be approved by the Owner if it changes the scope or objective or the PROJECT, or as may otherwise be required by the GENERAL CONDITIONS. Requested by: Recommended I Approved by: ti J:120111112141 - DRAKE FIELD PAVEMEN7tCONSTRUGTION1CHANGE ORDER$ CHANGE ORDER 1.OOG � Page 1 CONTRACT THIS AGREEMENT, made and entered into on the day of September 2011, by and between Time Striping, Inc., herein called the Contractor, and the City of Fayetteville: WITNESSETH: That Time Striping, Inc., for the consideration hereinafter fully set out, hereby agrees with the City of Fayetteville as follows: 1. That Time Striping, Inc., shall furnish all the materials, and perform all of the work in manner and form as provided by the following enumerated Specifications, and Documents, which are attached hereto and made a part hereof, as if fully contained herein and are entitled: Airfield Pavement Rehabilitation and Restriping, Fayetteville Executive Airport, AIP Project 3-05-0020-039-2011 Advertisement for Bids Instructions to Bidders Bid and acceptance thereof Performance Bond Payment Bond General Conditions Supplemental Conditions Specifications Drawings —3 Sheets 2. That the City of Fayetteville hereby agrees to pay to Time Striping, Inc. for the faithful performance of this Agreement, subject to additions and deductions as provided in the Specifications or Bid, in lawful money of the United States, the amount of the bid $2$5,935.00 less Change Order #1 for ($57,663.00) for a Contract Amount of Two Hundred Twenty -Eight Thousand, Two Hundred Seventy -Two Dollars ($228,272.00). 3. The Work will be completed and ready for final payment in accordance with the General Conditions within 60 days after the date when the Contract Time commences to run, as provided in the Notice to Proceed. 4. Liquidated Damages: City of Fayetteville and Time Striping, Inc., recognize that time is of the essence of this Agreement and the City of Fayetteville will suffer financial loss if the Work is not completed within the times specified above, plus any extensions thereof allowed in accordance with the General Conditions. They also recognize the delays, expense, and difficulties involved in proving the actual loss suffered by City of Fayetteville if the Work is not completed on time. Accordingly, instead of requiring any such proof. City of Fayetteville and Time Striping, Inc., agree that as liquidated damages for delay (but not as a penalty) Time Striping, Inc., shall pay City of Fayetteville Four Hundred Dollars ($400.00) for each day that expires after the time specified in Paragraph 3 for completion and readiness for final payment. FYI 12141 Airfield Rehab/Restriping Section 00500- 1 5. That within 30 days of receipt of an approved payment request, the City of Fayetteville shall make partial payments to Time Striping, Inc., on the basis of a duly certified and approved estimate of work performed during the preceding calendar month by Time Striping, Inc., LESS the retainage provided in the General Conditions, which is to be withheld by the City of Fayetteville until all work within a particular part has been performed strictly in accordance with this Agreement and until such work has been accepted by the City of Fayetteville. 6. That upon submission by Time Striping, Inc., of evidence satisfactory to the City of Fayetteville that all payrolls, material bills, and other costs incurred by Time Striping, Inc., in connection with the construction of the work have been paid in full, final payment on account of this Agreement shall be made within 60 days after the completion by Time Striping, Inc., of all work covered by this Agreement and the acceptance of such work by the City of Fayetteville. 7. It is further mutually agreed between the parties hereto that if, at any time after the execution of this Agreement and the Surety Bond hereto attached for its faithful performance and payment, the City of Fayetteville shall deem the Surety or Sureties upon such bond to be unsatisfactory or if, for any reason such bond ceases to be adequate to cover the performance of the work, Time Striping, Inc. shall, at its expense, within 5 days after the receipt of notice from the City of Fayetteville, furnish an additional bond or bonds in such form and amount and with such Surety or Sureties as shall be satisfactory to the City of Fayetteville. In such event, no further payment to Time Striping, Inc., shall be deemed to be due under this Agreement until such new or additional security for the faithful performance of the work shall be furnished in manner and form satisfactory to the City of Fayetteville. 8. Changes, modifications, or amendments in scope, price or fees to this contract shall not be allowed without a prior formal contract amendment approved by the Mayor and the City Council in advance of the change in scope, cost or fees. 9. Freedom of Information Act. City contracts and documents prepared while performing city contractual work are subject to the Arkansas Freedom of Information Act. If a Arkansas Freedom of Information Act request is presented to the City of Fayetteville, Time Striping, Inc. will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. §25-19-101 et. Seq.). Only legally authorized photocopying cost pursuant to the FOIA may be assessed for this compliance. FYI 12141 Airfield Rehab/Restriping Section 00500 -2 ATTEST: IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the day and date first above written, in three (3) counterparts, each of which shall, without proof or accounting for the other counterparts be deemed an original Contract. SEAL: Time Striping, Inc. CITY OF FAYETTEVILLE City Clerk _......._ G•G%AY OF?•. S. FAYETTEVILLE* • a. 9sy!RffANSPoJ` FYI 12141 Airfield Rehab/Restriping Section 00500-3 RESOLUTION NO. 170-11 A RESOLUTION APPROVING A CONTRACT AND CHANGE ORDER NO. 1 WITH TIME STRIPING, INC. FOR RUNWAY PAVEMENT REHABILITATION AND RE -MARKING AT DRAKE FIELD, AND APPROVING A BUDGET ADJUSTMENT RECOGNIZING FAA AND ARKANSAS DEPARTMENT OF AERONAUTICS GRANT REVENUE BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby approves a contract and change order no. 1 with Time Striping, Inc. for runway pavement rehabilitation and re -marking at Drake Field. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached as Exhibit "A", recognizing FAA and Arkansas Department of Aeronautics grant revenue. PASSED and APPROVED this 20" day of September, 2011. APPROVED: ATTEST: By: &VJ LD J , Mayor SONDRA E. SMITH, City Clerk/Treasurer City of Fayetteville Staff Review Form City Council Agenda Items and Contracts, Leases or Agreements 9/20/2011 City Council Meeting Date Agenda Items Only Ray M. Boudreaux Aviation Transportation Submitted By Division Department Action Kequirea: .tion Required: Approve a Contract with Time Striping for Airport Pavement Rehab and Re -marking. Approve Change Order #1 (Reduction). Approve a Budget Adjustment recognizing Grant revenue from the FAA and Arkansas Dept of Aeronautics. $ 228,272.00 5550.3960.7820.40 Account Number 11023 1 $ 23.830.00 Category / Project Budget $ 23,753.00 Funds Used to Date 77.00 Pavement Rehab & Re -marking Program Category I Project Name Airport Capital Exp Program I Project Category Name Airport Project Number Remaining Balance Fund Name Budgeted item Budget Adjustment Attached 0 126-11 Previous Ordinance or Resolution # 143143-11 Date Original Contract Date: 1/ Original Contract Number_ Date Finance and Internal Services Director Date Date ate 09-02-j1A11;03 A11;03 RCVD Received in City Clerks Office Received in Mayor's Office Comments: The Change Order #1 reduces the Contract scope In order to keep the project cost within the available grant funding. Revised January 15, 2009 City of Fayetteville, Arkansas V11.0415 Budget Adjustment Form Budget Year Division: Aviation Request Date Adjustment Number 2011 f Department: Transportation Services 9/20/2011 f BUDGET ADJUSTMENT DESCRIPTION 1 JUSTIFICATION 1) To recognize grant revenue for the Airport Pavement Rehab & Re -marking project. A Grant Agreement for funding in the amount of $239,497 has been approved by the FAA and City of Fayetteville. 2) To restore the Use of Fund Balance portion used previously to finance the plans & specs and bidding necessary for the application of grant funding. Budget & Research Use Only I Type: A B C E P General Ledger Date Posted to General Ledger Initial Date Checked I Verified Initial Date Account Name , YtJ ' C State grants on Fed proj Use of fund balance TOTAL BUDGET ADJUSTMENT 228,642 228,642 Increase / (Decrease) Project.Sub Account Number Expense Revenue Number 5550.0955.6820.40 5550.0955.6803.00 5550.0955.4999.99 5550.3960.7820.40 J:uames120111BudgetlBA2011_11023_Airport_Pavement Rehab_A[P40 Grants 081611 228,642 239,497 11023 . 1 11,975 11023 . 1 (22,830) EXHIBIT 1 of 9 City Council Meeting of: September 20, 2011 Agenda Item Number: AVIATION DIVISION 17ayleOi FAYE77EVILLE EXECUTIVE AIRPORT ■ DRAKE FIELD CITY COUNCIL AGENDA MEMO/STAFF CONTRACT REVIEW MEMO TO: Mayor Jordan THRU•. Chief of Staff THRTJ Staff/Contract Review Committee o� THRU Terry Gulley, Transportation Director FROM: Ray M. Boudreaux, Aviation actor DATE: September 1, 2011 SUBJECT: Approve Contract with Time Striping for the Runway Rejuvenation Project and a budget adjustment. RECOMMENDATION: Approve Contract with Time striping Co, a project Change Order to reduce the scope to within available grant funding and a budget adjustment recognizing the revenue for the project. BACKGROUND: The City Council has approved the project and grant funding has been received from the FAA/AlP program to do the work. The project cleans the runway surface of rubber that accumulates from aircraft using the runway, application of Rejuvaseal, and painting of the runway and taxiway markings. This item requests City Council approval of the contract and Change Order No 1 with Time Striping for the work. The budget adjustment recognizes the grant funds for the project. Change Order No. 1 is required due to the amount of funding received from the FAA to reduce the contract to within the available funding. The 5% match for this project will be paid by the Arkansas Aeronautics Commission. BUDGET IMPM1 This project is funded by the FAA (95%) and Arkansas Aeroanutics Commission (5%). Attachments: Staff Review Budget Adjustment Contract Change Order No. 1 4500 SOUTH SCHOOL AVENUE, SUITE F • AIRPORT TERMINAL BUILDING • FAYETTEVILLE AR 72701 479.718.7642 • 479.718.7646 FAX • www.accessfayetteville.orglgovernment/aviat€on airport economic development@ci.fayettevllle.ar.us RESOLUTION NO. 143-11 A RESOLUTION AUTHORIZING APPLICATION AND ACCEPTANCE OF A FEDERAL AVIATION ADMINISTRATION 95% PROJECT COST GRANT AND AN ARKANSAS DEPARTMENT OF AERONAUTICS 5% MATCHING GRANT, FOR THE DRAKE FIELD RUNWAY REJUVENATION PROJECT BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby authorizes application and acceptance of a Federal Aviation Administration 95% project cost grant and an Arkansas Department of Aeronautics 5% matching grant for the Drake Field Runway Rejuvenation Project. PASSED and APPROVED this 16" day of August, 2011. APPROVED: ATTEST: By' _ By: .y J AN, Mayor SONDRA E. SMITH, City ClerWfreasurer — Ib OP ID: TB '4JR K CERTIFICATE OF LIABILITY INSURANCE } DATE(MMrppnvvv) 07113!12 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING iNSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER 479-452-4000 Brown -Hiller -Clark & Assoc. 479 84-5185 5500 Euper Lane COITNAMEACT HON , � }; AX)NC,No E-MAIL ADDRESS: P. O. Box 3529 Fort Smith, AR 72913-3529 Scott R. Clark PRODUCER TIMES -2 CUSTOMER ID #: INSURER(S) AFFORDING COVERAGE NAIC # INSURED Time Striping, Inc.; INSURER A: State Auto Mutual 25135 Time Sandblasting Inc Time Construction Services Inc INSURER B: Time Manufacturing, Inc. INSURER C: P. O. Box 1236 INSURER D : Van Buren, AR 72956 INSURERE: : INSURER F : COVERAGE$ CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT 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 MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TR TYPE OF INSURANCE ADDL UB POLICY NUMBER POLICY EFF MMlDDlYYYY POLICY EXP MMlDDlYYYY LIMITS A GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE OCCUR X Contractual Liab X PBP-2451267 07!17112 07/17/13 EACH OCCURRENCE $ 1,000,00 DXMAGE TO RENTED PREMISES tEa occurrence) $ 100,00 MED EXP (Any one person) $ 5,00 PERSONAL & ADV INJURY $ 1,000,00 GENERAL AGGREGATE $ 2,000,00 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY X PRO• LOC PRODUCTS - COMPIOP AGG $ 2,000,00( Emp Ben. $ 1,000,00 A AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON•OWNEDAUTOS BAP2190799 07117112 07117/13 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,D0 X BODILY INJURY (Per person) 3 BODILY INJURY (Per accident) $ - PROPERTY DAMAGE (Per accident) $ - X X $ $ A X UMBRELLA LIAB EXCESS LIAB L.cJOCCUR CLAIMS -MADE PBP-2451267 07!17!12 07/17/13 EACH OCCURRENCE $ 7,000,00 AGGREGATE $ 7,000,00 DEDUCTIBLE RETENTION $ $ - X $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE Y J N OFFICERIMEMHER EXCLUDED? (Mandatory in NH) If es, describe under DESCRIPTION OF OPERATIONS below N I A _ WCP2117844 07!17/12 07/17/13 X WC STATU- 0TH - TORY LIMITS R E.L. EACH ACCIDENT $ 1,000,00 E.L. DISEASE - EA EMPLOYEE $ 1,000,00 E.L. DISEASE - POLICY LIMIT $ 1,000,00 DESCRIPTION OF OPERATIONS 1 LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space Is required) Re: AIP 3-05-0020-039-2011 Drake Field Airfield Pavement Rehab, Fayetteville Executive Airport. The City of Fayetteville and Mcclelland Consulting Engineers, Inc. are additional insureds with regard to General Liability when required by written contract. CERTIFICATE HOLDER CANCELLATION FAYET01 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Fayetteville 113 West Mountian St. Fayetteville, AR 72701 AUTHORIZED REPRESENTATIVE © 1988-2009 ACORD CORPORATION. All rights ACORD 25 (2009109) The ACORD name and logo are registered marks of ACORD W.tb-17- nY A ,A _—, OP ID: TB YETVI CERTIFICATE OF LIABILITY, INSURANCE DATE (MM/DDIYYYY) 07113/12 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER 479-452-4000rAADDRESS: MECONTACT Brown -5500 EuperLa erk & Assoc. 479-484-5185PHONE P. O. Box 3529 Fort Smith, AR 72913-3529 Scott R. Clark ' EsU; FAX Nol: AIL ODUCER TIME$ -2 STOMER ID e: INSURER(S) AFFORDING COVERAGE NAIC M INSURED Time Striping, Inc.; INSURER A: State Auto Mutual 25135 Time Sandblasting Inc Time Construction Services Inc INSURER B : Time Manufacturing, Inc. INSURER C P. O. Box 1236 INSURER 0: Van Buren, AR 72956 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT 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 MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ABULISUBR XP TR TYPE OF INSURANCE (NSF POLICY NUMBER MM!DDIYYYY MM/ODmYY LIMITS A GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE a OCCUR X Contractual Liab X PBP-2451267 07117112 07117113 EACH OCCURRENCE S 1,000,00 AMAGETOED ER Ocurrence PREMISES c $ 100,00 MED EXP (Any one person) $ 5,00 PERSONALS ADV INJURY $ 1,000,00 GENERAL AGGREGATE $ 2,000,00 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY [ii PRO LOG PRODUCTS - COMPIOP AGO $ 2,000,00 Emp Ben. $ 1,000,00 A AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS X BAP2190799 07/17/12 07117)13 COMBINED SINGLE LIMIT (Ee accident) $ 1,000,00 X BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ X X $ $ A x UMBRELLA LIAR EXCESS LIAR X OCCUR CLAIMS -MADE PBP-2451267 07117/12 07/17/13 EACH OCCURRENCE $ 7,000,00 AGGREGATE $ 7,000,00 DEDUCTIBLE RETENTION $ $ X $ A WORKERS COMPENSATION AND EMPLOYERSLIABILITY N ANYPROPRIETOR/PARTNER/EXECUTIVE Y❑ OFFICER/MEMBER EXCLUDED? (Mandatory In NH) If yes, desenbo under DESCRIPTION OF OPERATIONS below NIA WCP2117844 07117/12 07117!13 X I WC STATU- I 10TH - RY I E.L. EACH ACCIDENT $ 1,000,00 EL, DISEASE - EA EMPLOYEE $ 1,000,00 E.L. DISEASE - POLICY LIMIT $ 1,000,00 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more space Is required) Re: 12 -Olt Construction -Thermal Striping. Certificate Holder is additional insured with reggard to General Liability and Auto Liability when required by written contract. CERTIFICATE HOLDER CANCELLATION FAYET01 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Fayetteville, Arkansas ACCORDANCE WITH THE POLICY PROVISIONS. purchasing Division - Room 306 113 West Mountian St. AUTHORED REPRESENTATIVE Fayetteville, AR 72701 © 1988-2009 ACORD CORPORATION. All rights rest ACORD 25 (2009109) The ACORD name and logo are registered marks of ACORD OP ID: TB 2R LY CERTIFICATE OF LIABILITY INSURANCE Dnr07/13/12' THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER 479-452-4000 Brown -Hiller -Clark & Assoc. 479-484-5185 5500 Euper Lane P. O. Box 3529 Fort Smith, AR 72913-3529 Scott R. Clark NAMCONTACT ALONE Ent FAX g) A!X No): E-MAIL ADDRESS: PRODUCER TIMES -2 CUSTOMER ID C: INSURER(S) AFFORDING COVERAGE NAIC # INSURED Time Striping, Inc., Time Sandblasting Inc Time Construction Services Inc Time Manufacturing, Inc. P. O. Box 1236 Van Buren, AR 72956 INSURER A: State Auto Mutual 25135 INSURER B: INSURER C: INSURER D: INSURER E: INSURER F: CfVFRAIFR CFRTIFICATF NIIMRER- REVISION NUMBER: THIS IS TO CERTIFY THAT 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 MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, INSR I TR IABOL TYPE OF INSURANCE 3UL POLICY NUMBER POLICY EFF MMIDDIYYYY POLICY EXP MM1DDIYYYY LIMITS A GENERAL LIABILITY X COMMERCIAL GENERAL LIABIL1TY CLAIMS -MADE a OCCUR X Contractual Liab PBP-2451267 07/17/12 07/17/13 EACH OCCURRENCE $ 1,000,00 PRMAGETORENTED EMISES Es occurrence) $ 100,00 MED EXP (Any one person) S 5,00 PERSONAL & ADV INJURY $ 1,000,00 GENERAL AGGREGATE $ 2,000,00 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY X PRO fl LOC PRODUCTS - COMPIOP AGG $ 2,000,00 Emp Ben. $ 1,000,00 A AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS BAP2190799 07117112 07/17/13 COMBINED SINGLE LIMIT (Ea I nt) $ 1,000,00 X BODILY INJURY )Per person) __ $ BODILY INJURY )Per accident) $ PROPERTY DAMAGE (Per accident) $ X X $ A X UMBRELLA LIAR EXCESS LIAR X OCCUR CLAIMS -MADE PBP-2451267 07/17112 07/17113 EACH OCCURRENCE $ 7,000,00 AGGREGATE $ 7,000,00 DEDUCTIBLE RETENTION $ $ X $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE YIN OFFICER/MEMBER EXCLUDED? (Mandatory In NH) If yes, describe under DESCRIPTION OF OPERATIONS below N I A �WCP211117844 07/17112 07/17113 XI WC STATU- 10TH - T RY ER EL. EACH ACCIDENT $ 1,000,00 E.L. DISEASE - EA EMPLOYEE S 1,000,00 E.L. DISEASE - POLICY LIMIT $ 1,000,00 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more space Is required) r=DTICIr:ATF 41AI nPP CANCFI I ATIUN FAYET01 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Fayetteville 113 West Mountian St. Fayetteville, AR 72701 AUTHORIZED REPRESENTATIVE U 1935-ZUUU A(:01tu c:UKruKA I IUN. Ali rignts reserves. ACORD 25 (2009/09) The ACORD name and logo are registered marks of ACORO