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