Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
46-12 RESOLUTION
RESOLUTION NO. 46-12 A RESOLUTION AWARDING BID #12-22 AND AUTHORIZING A CONTRACT WITH PICK -IT CONSTRUCTION, INC. IN THE AMOUNT OF $235,100.00 FOR CONSTRUCTION OF ALTERATIONS AND IMPROVEMENTS TO THE HANGAR AT 4248 S. SCHOOL AVENUE, AMENDING RESOLUTION NO. 12-12 AUTHORIZING APPLICATION FOR AND ACCEPTING AN 80/20 GRANT FROM THE ARKANSAS DEPARTMENT OF AERONAUTICS TO PARTIALLY FUND THE PROJECT, AND APPROVING A BUDGET ADJUSTMENT 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 awards Bid #12-22 and authorizes a contract with Pick -It Construction, Inc. in the amount of $235,100.00 for construction of alterations and improvements to the hangar at 4248 S. School Avenue. Section 2. That the City Council of the City of Fayetteville, Arkansas hereby amends Resolution No. 12-12 and authorizes application for and acceptance of an 80/20 grant from the Arkansas Department of Aeronautics to partially fund the project Section 3. That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached as Exhibit "A". PASSED and APPROVED this 6th day of March, 2012. APPROVED: ATTEST: ONELD J , Mayor By: /01-11YON-1 LISA BRANSON, Deputy City Clerk 0„,itly7114,,„, $11, sic,\IY 0 • 0`..."pS • 0[61:- :FAYETTEVILLE: 11•4„1/,G.7.0.9,,,(3‘`‘ City of Fayetteville, Arkansas Budget Adjustment Form V11.0415 Budget Year 2012 Division: Aviation Department: Transportation Services Request Date 3/6/2012 Adjustment Number BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION To increase the project budget, recognize grant revenue tom the Arkansas Department of Aeronautics, and use a portion of the Airport's reserves in order to Rehab'Itate the former AATC Hangar, 4248 SSchool Ave, for the purpose of preparing the building for an aviation business relocating to Drake Field. • Depa nt Director Fin nce Director Account Name Date Date Dae Date 34 .2— ate repared By: James Nicholson Reference: Type: A jnicholson Budget & Research Use Only C E General Ledger Date Posted to General Ledger Checked / Verified TOTAL BUDGET ADJUSTMENT Account Number Building costs Public notification State grants 5550.3960.5804.00 5550.3960.5301.00 5550.0955.6805.00 Use obi)** Fund Balance 5550.0955.4999.97 . .236,100 . Initial Date Initial Date 236,100 Increase / (Decrease) Expense Revenue 235,100 Project.Sub Number 1,000 12002 2012 12002 . 2012 210,600 12002. 2012 25,500 124042--.%20414 JA..lames120121Capital ProjectslAATC Hangar RehatABAForm_2012_HangarRehab Recognize Grant ADA 1 of 1 Aat:hico,0 hucts.cf 0i4 babslut City of Fayetteville Staff Review Form rhallak Ray M. Boudreaux Submifted By City Council Agenda Items and Contracts, Leases or Agreements 3/6/2012 City Council Meeting Date Agenda Items Only Aviation Division Action Required: Transportation Department Action Required: A Resolution to approve a Construction Contract with Pick -It Construction Inc in the amount of $235,100.00 for construction of alterations and improvements to the hangar at 4248 S School Ave for the purpose of making the building suitable for an aviation business relocating to Fayetteville. Approval of a Budget Adjustment increasing the project budget, including a project contingency amount of $16,750.00 and recognizing grant revenue from the AR Dept of Aeronautics. 252,850.00 Cost of this request 5550.3960.5804.00 Account Number 12002 2012 Project Number Budgeted item I—I 27,150.00 Category / Project Budget 27,150.00 Airport Hangar Rehabilitation Program Category / Project Name Capital Funds Used to Date Program/Project Category Name Airport Remaining Balance Fund Name Budget Adjustment Attached X Depa Director Finance and Internal Services Director —47—'2.— Previous Ordinance or Resolution # 12-12, 13-12 Date Date 2.3 2.0 Date Original Contract Date: Original Contract Number: Received in City() 2-2 - 1 2 PO4: 14 R CV D Clerk's Office Received in Mayor's Office Comments: Grant application to be submitted for approval at the March 14, 2012 meeting of the Arkansas Aeronautics Commission. Revised January 15, 2009 City Council Meeting of: March 6,2012 Agenda Item Number: IllaTetreville AVIATION DIVISION FAYETTEVILLE EXECUTIVE AIRPORT • DRAKE FIELD ARKANSAS 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 Director DATE: March 2, 2012 SUBJECT: Approve Contract for Hangar Remodel Project to Pick -It Construction Inc. in the amount of $235,100.00. Approve a Budget Adjustment. Approve revised Grant Application for $263,250.00 Total Project Cost. RECOMMENDATION: Approve contract with Pick -It Construction, Inc. in the amount of $235,100.00 for the Hangar Remodel Project for South Delta Aviation and a revised grant application to State Aeronautics and a Budget Adjustment. Signature of the Mayor. BACKGROUND: South Delta Aviation has applied to lease the former AATC School Hangar for its business which is the purchase and resale of aircraft. The company has been in business for 30 years in West Helena Arkansas and is moving to Fayetteville. They have asked to occupy the building June 1, 2012 and will pay the Airport $3,000.00 per month rent. They have signed the lease and are ready to move in on the 1st of June. Bids were opened on February 27, 2012 and the low bid was within the estimated cost of the project provided by McClelland Consulting Engineers and Wittenberg, Delony and Davidson Architects. We ask that the City Council consider this item at the March 6, 2012 meeting so that, if approved, the project can be awarded at the Arkansas Aeronautics meeting of March 14 when the grant application will be considered. This will allow the contractor enough time to get the required work done before the scheduled move in date. The City Council approved a grant application for the project at $280,000.00 total with grant proceeds of $224,000.00. The 80/20 grant application has been submitted to the State Aeronautics Department for action by the Aeronautics Commission at their March 14th meeting. Following receipt of bids, we submitted the grant application to the State including the full amount approved in the January 17,2012 City Council meeting itemizing the amount 4500 SOUTH SCHOOL AVENUE, SUITE F • AIRPORT TERMINAL BUILDING FAYETTEVILLE AR 72701 479.718.7642 • 479.718.7646 FAX • www.accessfayetteville.org/government/aviation airport_economic_development@ei.fayetteville.ar.us below the engineering estimate as contingency for the project. Aeronautics will not allow a contingency fund for remodel projects. Thus the need to change the BA and the Grant application previously signed by the Mayor and approved by the Council to the lesser amount. Thanks for your consideration and action on this item. BUDGET IMPACT: The project cost is $263,250.00 with $210,600 in grant revenue from the Arkansas Aeronautics Commission leaving $52,650.00 from the Airport Fund Balance. Attachments: Staff Review Bid Tab Bid from Pick -It Construction Contract with Pick -It Construction Inc. Revised Grant Application Budget Adjustment 4500 SOUTH SCHOOL AVENUE, SUITE F • AIRPORT TERMINAL BUILDING FAYETTEVILLE AR 72701 479.718.7642 479.718.7646 FAX • www.accessfayetteville.org/government/aviation airpoteconomic_development©ci.fayetteville.ar.us RESOLUTION NO. A RESOLUTION AWARDING BID #12-22 AND AUTHORIZING A CONTRACT WITH PICK -IT CONSTRUCTION, INC. IN THE AMOUNT OF $235,100.00 FOR CONSTRUCTION OF ALTERATIONS AND IMPROVEMENTS TO THE HANGAR AT 4248 S. SCHOOL AVENUE, AMENDING RESOLUTION NO. 12-12 AUTHORIZING APPLICATION FOR AND ACCEPTING AN 80/20 GRANT FROM THE ARKANSAS DEPARTMENT OF AERONAUTICS TO PARTIALLY FUND THE PROJECT, AND APPROVING A BUDGET ADJUSTMENT 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 awards Bid #12-22 and authorizes a contract with Pick -It Construction, Inc. in the amount of $235,100.00 for construction of alterations and improvements to the hangar at 4248 S. School Avenue. Section 2. That the City Council of the City of Fayetteville, Arkansas hereby amends Resolution No. 12-12 and authorizes application for and acceptance of an 80/20 grant from the Arkansas Department of Aeronautics to partially fund the project. Section 3. That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached as Exhibit "A". PASSED and APPROVED this 6th day of March, 2012. APPROVED: ATTEST: By: By: LIONELD JORDAN, Mayor SONDRA E. SMITH, City Cleric/Treasurer Page 1 of 1 Kimberly Johnson - Re: Grant Application Hangar Rehab From: Kimberly Johnson To: Boudreaux, Ray Date: 3/9/2012 1:05 PM Subject: Re: Grant Application Hangar Rehab CC: Branson, Usa; Powers, Lou Hi Ray, We have received the signed grant application from the Mayor and I will send the document to you through interoffice mail. I will put your item in the Holding File while you obtain a signature from Pick -It Construction. Once we receive their signature, I will then be able to process the Resolution. Thank you and have a wonderful day. Kiln Johnson City of Tayetteviai 113 W %fountain Tayettevia, AR72701 (479)575-8323 kiohnsonal.vetteville.ar.us TODD Pacommunications Device fir the Deaf): (479) 521-1316 > » Lisa Branson 3/9/2012 9:53 AM >» Thanks Ray, it is currently in the Mayor's office for his signature. Have a great weekend! Lisa >» Ray Boudreaux 3/9/2012 9:51 AM >» Thank you Lisa for your help in this matter: We need the State Grant Application signed so that we can apply for the grant for this project. The project is contingent on receiving a grant for 80% of the project cost which will be considered by Aeronautics Commission on the 14th of this month. Once the Commission approves the grant, I will have the Contractor sign the contract and process it for the mayor's signature. I know it sounds complicated and it is, but not only do I have to comply with the City process, I must comply with the grant approval agency process and the coordination is not easy and very confusing. And, this project was further complicated by the need to get the work done for a new tenant moving to Fayetteville and Drake Field. I really appreciate your help. Thank you, Ray Ray M. Boudreaux, Col. USAF (ret) Director of Aviation Fayetteville Executive Airport, Drake Field 4500 S. School Ave., Suite F Fayetteville, AR 72701 ph. 479.718.7642 fax. 479.718.7646 email: rboudreauxOci.favetteville.ar.us MD (Telecommunications Device for the Deaf) 479-521-1316 file://CADocuments and SettingslIcjohnson\Local Settings\TempaPppwisel4F5A001AFA... 3/9/2012 State Airport Aid Application — Page 1 The City/County of Fayetteville, Washington County Arkansas, herein called "Sponsor", hereby makes application to the Arkansas Department of Aeronautics for State funds pursuant to Act 733 of 1977, for the purpose of aiding in financing a project for the development of a municipal airport located in the city of Fayetteville, Arkansas, Washington County. Date of Request: January, 2012 Name of Airport: Fayetteville Executive Airport, Drake Field Name and address of City/County Commission sponsoring request: Lioneld Jordan, Mayor City Of Fayetteville Phone Number:479-575-8330 Fax Number: 479-575-8257 Person to Contact about project: Ray M. Boudreaux, Director Drake Field Phone Number:479-718-7642 Cell Number: 479-601-3520 Fax Number: 479-718-7646 Name and address of Engineering Firm (if applicable): Contact Person: Wayne Jones McClelland Consulting Engineers 1810 N. College Fayetteville, AR 72703 Phone/Fax Number:479-443-2377/9241 Describe the work to be accomplished: Rehabilitation of hangar for Aviation Business, South Delta Aviation, Inc. Project includes removing modifications made to the building for the former Arkansas Aviation Technical Center, repair and motorization of hangar doors, paint and floor coverings and fire code compliance. State and Local Project Costs: Please indicate: O 50-50% Match • 80-20% Match O 90-10% Match O 100% Total Cost of Project $263,250.00 Local Share/Funds $ 52,650.00 Local Share/In-Kind State Share $210,600.00 Federal A1P Projects: AIP Number: 0 95-5% Match Total Cost of Project: Federal Share: State Share: Local Share: 7-141 State Airport Aid Application — Page 2 Provide the information listed below as it applies to your project: Funding: Source of Funds: Arkansas Department of Aeronautics and Fayetteville Executive Airport, Drake Field Fund Balance Source of In -Kind Services: Estimated starting date of project: March 1, 2012 Estimated completion date of project: May 31, 2012 Project will be for: New Airport Existing Airport Is land to be leased or purchased? No Description of land and cost per acre: Provide the Federal AIP Grant Number (if applicable): State Legislators for your area: State Senator: Senator Sue Madison State Representative: Representative Uvalde Lindsey 7-1-11 State Airport Aid Application — Page 3 The sponsor agrees to finnish the Arkansas Department of Aeronautics a copy of the legal instrument affecting use of the property for an airport. In application for a new landing site or expansion of existing facility, the FAA Form 7480-1, Notice of Landing Area Proposal, must be approved by the FAA before review for grant can be made by the State. Applications for hangar construction or renovation funds must include a signed lease agreement. This agreement must be in compliance with all FAA grant assurances. The application must be based on bids and include a calculated return on investment. No land, hangars, or buildings purchased with State Grant funds may be sold or disposed of without State Aeronautics Commission prior approval. All requests for sale or disposal of property will be considered on an individual case basis. No hangar (funded by a grant from the Department of Aeronautics) shall be used for non -aviation purposes without State Aeronautics Cormnission prior approval. All requests for non -aviation use will be considered on a case-by-case basis. Failure to receive prior approval from A.D.A. concerning land and/or building use could result in the commission requesting grant refund from the Sponsor. Additionally, all hgribuilding grant applications must include proof of insurance coverage. No airport accepting State Grant funding may issue an Exclusive Rights lease. All applications for navigational aids (such as NDB or ILS) must have FAA site approval before a state grant can be approved. All Grant applications involving Federal Airport Improvement Program (A1P) funding must be accompanied by the approved FAA grant agreement with grant number assigned. If this project is approved by the Arkansas Department of Aeronautics, and is accepted by the sponsor, it is agreed that all developments and construction shall meet standard FAA construction practices as outlined in the specifications of this agreement. Runways, Taxiways, Parking Ramps, etc. shall have a base and a thickness that will accommodate the weight of aircraft expected to operate at this airport. All grant applicants (City and/or County) are totally responsible for compliance with all Federal., State, County, and City laws, Statutes, Ordinances, Rules, Regulations, and Executive Orders concerning contracts and purchases for which this grant is approved and issued. It is understood and agreed that the sponsor shall start this project immediately upon award of grant. It is also agreed that this project shall be completed within one year from the date of acceptance of this grant by the Arkansas Department of Aeronautics. Applications for extension will be entertained if circumstances beyond the sponsor's control occur. Amendment requests are to be made only under extraordinary circumstances. Funds will be disbursed according to Department procedures and final inspection of completed project (See payment instruction page). Payment of grant funds are contingent upon the Department's annual appropriation. IN WITNESS WHEREOF, the sponsor has caused this Application for State Airport Aid to be duly executed in its name, this C141)- day of Pro , 20 Title 7-1-11 THE CITY OF FAYETTEVILLE, ARKANSAS AVIATION DIVISION 4500 $ School Ave, Ste F Fayetteville, AR 72701 P (479) 718-7642 www.accessfayetteville.org February 29, 2012 John Knight, Director Arkansas Aeronautics Department 2315 Crisp Dr., Hangar 8 Little Rock, Arkansas 72201 Via email: john.knight®arkansas.gov Greetings Director Knight and Members of the Commission: Thank you for this opportunity to apply for an 80/20 grant for the Remodel of a 17,000 square foot Hangar for South Delta Aviation, Inc. South Delta has leased the Hangar for their business at Drake Field which involves the purchase, resale, maintenance and repair of aircraft. The Hangar was modified in 1996 for the Arkansas Aviation Technology Center to train A&P students, but failed due to lack of student interest in 2007. This project will put the building back into its original form and repair and improve the ,Hangar doors which have become completely unusable. Please find attached a breakout of the project provided by the Engineer, McClelland Consulting Engineers. We advertised and received bids for the project as a lump sum for all the work. We are doing the minimum required to get the building back in shape for a business to be able to use the building to its greatest potential. Picket Construction was the low bidder at $235,100.00 which was below the Engineering estimate of $251,850.00. We humbly request your support of this project. Having this aviation related business on the airport will significantly improve the cash flow to the Airport Operations Budget. The Company wishes to take possession of the building by June 1, 2012 so time is of the essence. McClelland Consulting Engineers along with Whittenberg, Delony and Davidson, Architects and Engineering Elements PLLC designed and engineered the project. The major items associated with the project are: Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain - Fayetteville, AR 72701 THE CITY OF FAYETTEVILLE, ARKANSAS McClelland Consulting Engineers Task Order #7 Project design, engineering, bidding services and Project Administration Demolition Hangar Door Repair Second Floor Restroom Paint and Floor Coverings Electrical, HVAC and Alarm Improvements General Conditions, Profit and Overhead Concrete Repair Total for Hangar Rehab Project $27,150.00 project oversight 1,000.00 22,000.00 90,100.00 12,000.00 44,500.00 25,000.00 34,000.00 7,500.00 $263,250.00 I have attached several items for your information: A copy of the ALP designating the Hangar to be worked on with this grant, The Lease with South Delta Aviation, Inc., The Application for the Grant, Task Order No. 7 with McClelland Consulting Engineers, The Bid Tab which includes all the bids received for the project, and, a copy of the Construction Documents. We will ask the Mayor to sign a contract with Picket Construction, low bidder, once the City Council approves the project and the Aeronautics Commission approves this grant request. Thank you again for your support of Fayetteville Drake field. Should you have questions concerning this request please call. Sincerely, Ray M. Boudreaux, Col AF (ret) Attachments Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain - Fayetteville, AR 72701 RESOLUTION NO. 12-12 A RESOLUTION AUTHORIZING APPLICATION FOR AND ACCEPTANCE OF AN ARKANSAS DEPARTMENT OF AERONAUTICS 80/20 GRANT IN THE AMOUNT OF $224,000.00 FOR IMPROVEMENTS TO THE FORMER AATC HANGAR BUILDING AT DRAKE FIELD BE IT RESOLVED BY THE CITY COUNCIL OF IIIE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council of the City of Fayetteville, Arkansas hereby authorizes application for and acceptance of an Arkansas Department of Aeronautics 80/20 Grant in the amount of $224,000.00 for improvements to the former AATC hangar building at Drake Field. PASSED and APPROVED this 17th day of January, 2012. APPROVED: ATTEST: B :By: /44414U 00414-4UJ r 0 LD J 10$7, Mayor SONDRA E. SMITH, City Clerk/Treasurer dollAtTrikriff, 4c).•°‘-sY C' • S •,zS :FAYETTEVILLE: Vt;'‘:119m19%-"S/ ,4'61,crdv,/ 40„,,,tAltf410 RESOLUTION NO. 13-12 A RESOLUTION APPROVING TASK ORDER NO. 7 TO THE CONTRACT WITH MCCLELLAND CONSULTING ENGINEERS IN THE AMOUNT OF $27,150.00 TO DESIGN THE REHABILITATION OF THE FORMER AATC HANGAR BUILDING AT DRAKE FIELD, AND APPROVING A BUDGET ADJUSTMENT 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 for and acceptance of an Arkansas Department of Aeronautics 80/20 Grant in the amount of $224,000.00 for improvements to the former AATC hangar building 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". PASSED and APPROVED this 17th day ofJanuary, 2012. APPROVED: ATTEST: By: apteeteu.,64 SONDRA E. SMITH, City Clerk/Treasurer AN, Mayor ‘t_witiltpliffIlte , • \,10kY.,./T.Rs.11* 4,..c.i . • ---- i • .,s'e, 4%..... C"‘ (314` '• `PS • ra S. E76-: • 13 1-' • = i : FAYETTEVILLE : i VP67 ,7 kA li,:e; • ,TS Trlye tcYjile BIDDER BID: 12-22 DATE: 02127111 TIME: 2:00 PM CITY OF FAYETTEVILLE Bid 12-22, Construction - Drake Field Hangar Rehab TAL,COBT $278,024.00 1 Boulder Construction, Inc. 2 Heckathorn Construction Company, Inc. $260,227.00 3 Joe Perms Construction $236,400.00 4 Pick -it Construction, Inc. $235,100.00 'NOTICE: Bid award Is contingent upon vender meeting minimum specifications and formal authorization by City officials. CERTIFIED: PQOLQ ICE, PURCH MGR IdbPd#iJw- ( WITNESS oi(g/41Yiz THE CITY OF FAYETTEVILLE, ARKANSAS ARKANSAS www.accessfayetteville.org CONTRACT Reference Bid: 12-22, Construction — Drake Field Hangar Improvements Contractor: Term: Specific Project Only — No Revolving Terms This contract executed this 6— day of March, 2012, between the City of Fayetteville, Arkansas, and Pick -It Construction, Inc. In consideration of the mutual covenants contained herein, the parties agree as follows: 1. Pick -It Construction, Inc at its own cost and expense shall furnish all labor, materials, supplies, machinery, equipment, tools, supervision, bonds, insurance, tax permits, and all other accessories and services necessary to complete items bid per Bid 11-47 as stated in Pick -It Construction, Inc bid proposal, and in accordance with specifications attached hereto and made a part hereof under Bid 12-22. 2. The City of Fayetteville shall pay Pick -It Construction, Inc for work as described in Bid 11-54, not to exceed $235,100, based on Pick -It Construction, Inc submitted bid . Payments will be made after approval and acceptance of work, and submission of detailed invoice. Payments will be made within a maximum 30 days after acceptance of invoice. Pick -It Construction, Inc agrees to make detailed invoicing related documentation available to the City. 3. The Contract documents which comprise this contract between the City of Fayetteville and Pick -It Construction, Inc consist of this Contract and the following documents attached hereto, and made a part hereof: A. Bid form identified as Invitation to Bid 11-54 with the specifications and conditions typed thereon. B. Pick -It Construction, Inc bid proposal, including mark up on materials and hourly rates. C. The Notice to Prospective Bidders and the Bid Tabulation. 4. These Contract documents constitute the entire agreement between the City of Fayetteville and Pick -It Construction. Inc and may be modified only by a duly executed written instrument signed by the City of Fayetteville and Pick -It Construction, Inc. 5. Pick -It Construction, Inc shall not assign its duties under the terms of this agreement. 6. Pick -It Construction, Inc agrees to hold the City of Fayetteville harmless and indemnify the City of Fayetteville, against any and all claims for property damage, personal injury or death, arising from performance of this contract. This clause shall not in any form or manner be construed to waive that tort immunity set forth under Arkansas Law. 7. Pick -It Construction. Inc shall furnish a certificate of insurance addressed to the City of Fayetteville, showing that he carries the following insurance which shall be maintained thrinighout the term of the Contract. Any work sublet, the contractor shall require the subcontractor similarly to provide worker's compensation insurance. In case any employee engaged in work on the project under this contract is not protected under Worker's Compensation Insurance, Pick -It Construction, Inc shall provide and shall cause each Subcontractor to provide adequate employer's liability insurance for the protection of such of his employees as are not otherwise protected. Workmen's Compensation Statutory Amount Bid 12-22, Construction — Drake Field Hangar Improvements Page 1 Of 2 Comprehensive General & Automobile Insurance Bodily Injury Liability $500,000 for each person injured. $1,000,000 for each accident. Property Damage Liability $1,000,000 aggregate. The premiums for all insurance and the bond required herein shall be paid by Pick -It Construction, Inc. 8. Pick -It Construction, Inc shall furnish proof of licensure as required by all federal, state, and local agencies. 9. This contract may be terminated without penalty by the City of Fayetteville or Pick -It Construction, Inc with 30 days written notice. 10. Freedom of Information Act: City of Fayetteville contracts and documents prepared while performing city contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, the contractor 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 photo coping costs pursuant to the FOIA may be assessed for this compliance. 11. Changes in Scope or Price: 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. By: Pick -It Construction, Inc Printed Contractor Name & Title ATTEST: ejk Company Secretary 11) D t•s C Business Address QcL fAv 1e4vlieR --1D9 D 1 City, State & Zip Code Date Signed: CITY OF AYETTEVILLE, ARKANSAS orAtio. _.....,...._,......i... 0 NELD imp. '4 i AN, Mayor Or ATTEST: _%01,\AtI11 INSUalirirtifie#, "ki.• \-N, `" ........ 0_ ,4404 # 14P\ -°0 10 ... • e% = -. L. „„tz ar 0 RI .cr 7: :: -7 •4, •--LIP a e .... LP • ...0 4% V):;1414f. SYR4 4/0 ...... ...• , tON CCO.,,I 'sr .... Ili/MIMI' Sondra Smit 1, C' Date Signed: Bid 12-22, Construction - Drake Field Hangar Improvements Page 2 of 2 L -Q)/ eignILI!ly? ..... jiliki/oZJ:....1"1`...Z'\IY Oi.t...P''' to-• • te,S. ..13S 1 :FAYETTEVILLE: 1 - • • •, -. 1.7:4, ,ip• ,.. .7 $ tP "'• filkttz .*-0,,, ‘15,,,,,,- • .. • -,4) , 40/41rGT014 `-'40` 40/44:unuot Sub Project Maintenance Form Sub Project Request: Project Number Sub Project Number Sub Project Title (40 char) Sub Project Abby (15 char) Sub Project Status Sub Project Division Scheduled Start Date Scheduled Ending Date Actual Start Date Actual Ending Date GLACCOUNT# 5550.3960.5314.00 5550.3960.5804.00 5550.3960.5301.00 5550.0955.6805.00 5550.0955.4999.97 New SubProject 12002 2012 Hanger Rehab Hanger Rehab Pending Aviation 28 Char Le 3 Char Left Account Description <= Double Click Date Cells <= Double Click Date Cells <= Double Click Date Cells <= Double Click Date Cells Professional services Need Setup Add to Add/Delete PCARD Add N/A Building costs Add Public notification Add State grants Add Use of Prior Fund Balance Add Description/Justification of Request This project is requested for the design and rehabilitation of the former AATC Hanger Building at Drake Field. Preliminary engineering and design work will be completed to develop an estimated project cost. Approval to submit a grant application to the State Aeronautics Commission for an 80/20 grant has been requested and if awarded will provide funding to complete the hanger rehab project. J Nicholson Requested By Entered By JAJames120111Capital Projects\Hangar Rehab AATC\Project Accounting Form_Hanger Rehab City of Fayetteville Bid 12-22, Construction Drake Field Hangar Rehab Bid Form Proposal of: ?icy- c 8-firvc."4-r` ca -1/ • (hereinafter called "Bidder's): (Complete the Following and Strike Out inapplicable items) 1. A -.4:ks.fC et Corporation, (State) 2. A Partnership, or 3. An IndividZial doing business as Submitted To: City of Fayetteville, Arkansas Bidder, in compliance with bid solicitation for renovation and construction at the Fayetteville Executive Airport, Drake Remodeling of the Multi -Purpose (Brown) Hangar Building having examined plans and specifications with related documents and site of the proposed Work, and being familiar with all local jurisdictions and conditions surrounding proposed project, including availability of materials and labor, hereby proposes to furnish labor, materials, and supplies, and construct project in accordance with Contract Documents, within time set forth therein, and at prices stated below. Prices are to cover all expenses incurred in performing Work required under Contract Documents, Of which thip proposal is a part. Bidder acknowledges receipt of the following addenda: Addendum No. I Date: Addendum No. g Date: Addendum No. No. 3 Date: 494:73 4'4 -- Addendum No. Date: BASE BID Bidder agrees to perform all Work described in the Project Manual and shown on the Drawings for the sum of: ‘—rtt.to 1A-vivAt-ect- 41.5-cir Dollars and cents Amount written in words ,35--• tee Amount written in n mbers City of Fayetteville, AR Bid 12-22, Construction — Drake Field Hangar Rehab Page 23 of 30 SUBMIT THIS PAGE WITH BID BID CONDITIONS Bidder understands that Owner reserves right to reject any or all bids and to waive any informalities in the bidding. Bidder agrees bid shall be good and may not be withdrawn for period of ninety (90) days after scheduled closing time for receiving bids. Upon receipt of written notice of acceptance of bid. Bidder will execute formal contract within ten (10) days and deliver Surety Bond or Bonds as required by Document 00600. Bid security attached in amount of 5% of base bid is to become property of Owner in event above contract and bond are not executed within time set forth above as liquidated damages and additional expenses to Owner. By: NoriLt (Typed Name) // (Signature) (Title) -fres') loott N. CsAi4yLeit fed, (Business Address) #Gt y le/ Ark -144 .S. -L5 END OF BID FORM 7270% City of Fayetteville, AR Bid 12-22, Construction — Drake Field Hangar Rehab Page 25 of 30 Date: Picil.P.or Contractor License No. 0 1410 1/6 (Seal - If bid is by a Corporation) SUBMIT THIS PAGE WITH BID City of Fayetteville Bid 12-22, Construction — Drake Field Hangar Rehab Vendor References The following Information ' equired from all Bidders so all bids may be reviewed and properly evaluated. COMPANY NAME: ic-'` "T 1+j e BUSINESSADDRESS: oa a `P ?'J. Co+ A( R d . Q � e '�� � t lam 727o( NUMBER OF YEARS IN BUSINESS: HOW LONG IN PRESENT LOCATION: TOTAL NUMBER OF CURRENT EMPLOYEES: 5 FULL TIME __ PART TIME NUMBER OF EMPLOYEES YOU PLAN TO USE TO SERVICE THIS CONTRACT: FULL TIME PART TIME PLEASE LIST LOCAL COMMERCIAL AND/OR GOVERNMENTAL REFERENCES THAT YOU HAVE PREVIOUSLY PERFORMED SIMILAR CONTRACT SERVICES FOR WITHIN THE PAST FIVE (5) YEARS (All fields must be completed): 1.2a y glkv U Le4c G t c e�� �� 2. _£4> o - der- bkJ )qr kqa c4 r_ COMPANY NAME �t f� CO/lMPAN NAME i f 3 w. uv *Glj e#y-41 I9 -, 7i7( &4.+2 O, -J CITY, STATE, ZIP CITY, STATE, ZIP 6 fA -sue$-F Cam- CONTACT PERSON CONTACT PERSON (f??-- 57c- 83C TELEPHONE DATE COMPLETED 3. A L-4eS Orc1 COMPANY NAME T_ Isis - c -. t II ed Rdf re;Gro ae , fry. CITY, STATE, ZIP -y CITY, STATE. ZIP -FreizS tl'lay fc 2ic CONTACT PERSON CONTACT PERSON TELEPHONE a/fi : (( DATE COMPLETED ,jf,4 E-MAIL ADDRESS 4. OS 1b,-1 02-r€d A S ;L �►ftS1� COMPANY NAME q7 9 - Ito `l -- 914P7 7q.��c2.cj79 TELEPHONE � rs~�ao it DATE COMPLETED �J & E-MAIL ADDRESS City of Fayetteville, AR Bid 12-22, Construction — Drake Field Hangar Rehab Page 26 of 30 g79 - 387 -s'3 -9g TELEPHONE DATE COMPLETED !J/ - E-MAIL ADDRESS SUBMIT THIS PAGE WITH BID City of Fayetteville Bid 12-22, Construction — Drake Field Hangar Rehab Debarment Certification Form — THIS FORM SHOULD BE SUBITTED WITH ALL BIDS As A BIDDER on this project, you are required to provide debarmentlsuspension certification indicating that you are in compliance with the below Federal Executive Order. Certification can be done by completing and signing this form. Debarment: Federal Executive Order (E.O.) 12549 "Debarment and Suspension" requires that all contractors receiving individual awards, using federal funds, and all sub -recipients certify that the organization and Its principals are not debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded by any Federal department or agency from doing business with the Federal Government. Your signature certifies that neither you nor your principal is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any federal department or agency. Questions regarding this form should be directed to the City of Fayetteville Purchasing Division. NAME: %vim r -1 deb COMPANY: l'kk— 't Cawr PHYSICAL ADDRESS: _ 'c ;' t2L (Q. � 27o MAILING ADDRESS: (E oZ `�'` o G( At- _V_ ve&,r?l, ` �'. 22?c PHONE: _ 7g FAX: t -f79 —S7! — 374? - EMAIL: il "AL..) Q- f c C o►- vc* 0.-) SIGNATURE: DATE: c'l ?(f ( le' — NOTICE: CAUSE: Debarment by an agency pursuant to FAR 9.4062, GPO Instructions 110.14A, or PS Publication 44, for one or more of the following causes (a) conviction of or civilJudgment for fraud violation of antitrust laws, embezzlement, theft, forgery, bribery, false statements, or other offenses indicating a lack of business integrity;; (b) violation of the terms of a Government contract, such as a willful failure to perform in accordance with its terms or a history of failure to perform; or (c) any other cause of a serious and compelling nature affecting responsibility. (See Code N- Debarment pursuant to FAR 9.406 2(b)(2) Drug Free Workplace Act of 4988) TREATMENT: Contractors are excluded from receiving contacts, and agencies shell not solicit offers from, award contracts to renew or otherwise extend the duration of current contracts, or consent to subcontracts with these contractors, unless the City determines that there Is a compelling reason for such action. Government prime contractors, when required by the terms o€ their contract, shall not enter Into any subcontract equal to or in excess of $23,000 with a contractor that is debarred, suspended, or proposed for debarment, unless there is a compelling reason to do so. Debarments are for a specified term as determined by the debarring agency and as Indicated in the listing. City of Fayetteville, AR SUBMIT THIS PAGE Bid 12-22, Construction — Drake Field Hangar Rehab WITH BTD Page 27 of 30 City of Fayetteville Bid 12-22, Construction — Drake Field Hangar Rehab Statement of Disclosure — To Be Submitted With ALL Bids This page does not count towards page limitations set forth in this request for proposal or bid. Proposer must disclose any possible conflict of interest with the City of Fayetteville, including, but not limited to, any relationship with any City of Fayetteville employee. Your response must disclose if a known relationship exists between any principal or employee of your firm and any City of Fayetteville employee or elected City of Fayetteville official. If, to your knowledge, no relationship exists, this should also be stated in your response. Failure to disclose such a relationship may result in cancellation of a purchase and/or contract as a result of your response. This form must be completed and returned in order for your bid/proposal to be eligible for consideration. PLEASE CHECK ONE OF THE FOLLOWING TWO OPTIONS, AS IT APPROPRIATELY APPLIES TO YOUR FIRM: 1.} NO KNOWN RELATIONSHIP EXISTS 2.) RELATIONSHIP EXISTS (Please explain) PLEASE FILL OUT THE SECTION BELOW AND SUBMIT THIS FORM WITH YOUR BID OR PROPOSAL: 1.) 1, as an officer of this organization, or per the attached letter of authorization, am duly authorized to certify the information provided herein are accurate and true; and 2.) My organization shall comply with all State and Federal Equal Opportunity and Non -Discrimination requirements and conditions of employment. /4c4 QdQJ Printed Name Signature Date City of Fayetteville, AR SUBMIT THIS PAGE Bid 12-22, Construction — Drake Field Hangar Rehab Page 2B of 30 Y`�rY ITH BID7� License No. 414046/212 ID #17368 State of Arkansas Contractors Licensing loard PICK -IT CONSTRUCTION, INC 10024 N CAMPBELL RD FAYETTEVILLE,-AR 72701 PICK -IT CONSTRUCTION, INC. This is to Certify That .xs :duIyr.iicensed under:the rnvis ins of Act 15.0._.of the. Acts as .amc ded and is entitled to practice Contractmg in .the State of Arkansas within the foliowamg classification. BUILDING - (COMMERCIAL & RESIDENTIAL) = with the ibilowilig uggeted4iilam::. Februaiy 10, 2012 Deceinber31.; 24.12 from ut when this Certificate expires. wu.» a n.rr hii v].c of d.o. Raa►d dates[ at North Duk Rack Arkamm: LISTING OF SUBCONTRACTORS I, the undersigned General Contractor, certify that proposals from the following subcontractors were used in the preparation of my proposal. I agree that if I am the successful bidder, and if the following subcontractors are approved by the City, I will not enter into contracts with others for these divisions of the Work without written approval from the City. Name License Number if work is over $20,000.00 • H/ill Name �f G� OVERHEAD DOOR.. Name City of Fayetteville, AR Bid 12-22, Construction — Drake Field Hangar Rehab Page 24 of 30 License Number if work is over License Number if work is over f 2� License Number if work is over $20,000.00 SUBMIT THIS PAGE WITH BID 4 Protect check List Bid 12-22, Construction — Drake Field Hangar Rehab This checklist is for the Bidder's use in preparing & submitting a bid. It is not intended to include all details necessary to prepare a bid and shall not be used as a substitute for the requirements of the bid documents. Information is shown below only as a matter of convenience. Use of this checklist does not relieve the Bidder from the responsibility of meeting all requirements of the Specifications concerning the preparation of an acceptable bid. Bidders are welcome to use this form as a coversheet for a sealed envelope; however, using this form itself is NOT a requirement. y 5% Bid Bond of the amount bid accompanied by required documentation (Power of Attorney, etc.) - In lieu of a bid bond, the bidder may submit a cashier's check for at least five percent (5%) of -the amount bid (inclusive of any deductive alternates) from a bank located in the State of Arkansas. Cashiers checks shall be made payable to the City of Fayetteville, AR. (submitting addenda shall be signed, acknowledged, and submitted on the appropriate forms (submitting the actual addendums or marking acknowledgement on other bid pages). All line items shall be appropriately filled out and extended to reveal the line item price as well as the total bid price. Total base bid should be calculated in the provided space. R�All bidders shall submit the following forms with each bid: Bid Form, any Addenda, Vendor References, Debarment Certification Form, & Statement of Disclosure. All pages provided with signature lines shall be appropriately signed, dated accordingly, and included with submitted bid documents All bid documents shall be delivered in a sealed envelope to the address listed below before the stated deadline on the coversheet of the bid. All bids should be delivered with the name of the bidder (contractor) on the sealed envelope as well as the bidders Arkansas Contractors License Number. City of Fayetteville, AR Purchasing Division — Suite 306 113 W. Mountain Fayetteville, AR 72702 CONTRACTOR NAME: _ kt CT ARKANSAS CONTRACTORS LICENSE NUMBER: OfD 2 2- C Cityof Fayetteville, AR SUBMIT THIS PAGE Bid 12-22, Construction — Drake Field Hangar Rehab 11 \x r �7 Page 3 of 30 YV 11 BID Bid 12-22, Addendum 1 Thursday, February 16, 2012 Faye ARle To: All Prospective Vendors From: Andrea Foren Rasco, CPPB, CPPO, 479.575.8220, aforen(aD.ci.fayetteville.ar.us RE: Bid 12-22, construction — Drake Field Hangar Rehab This addendum is hereby made a part of the contract documents to the same extent as though it were originally included therein. Bidders should indicate their receipt of same in the appropriate blank of the Bid Form. Failure to do so may subject bidder to disqualification. Addendum should be attached to the inside cover of the bidding documents, signed, and dated. Bid 12-22, has the following modifications and clarifications: 1.) The deadline to submit a bid for this project has been extended until Friday. February 24, 2012 before 3:00 PM, local time. All bids shall be turned in to the City of Fayetteville, Purchasing Division, Room 306 in City Hall, 113 W. Mountain, Fayetteville, AR 72701. 2.) A non -mandatory pre -bid meeting has been scheduled for Tuesday, February 21, 2012 at 10:00 AM, local time at Drake Field, Fayetteville Executive Airport, located at 4500 S. School Ave, Fayetteville, AR 72701. 3.) The City anticipates issuing a Notice of Award on Wednesday, March 07, 2012 (so that contractor may order materials). Notice to Proceed will be issued immediately after Contractor has approved final performance and payment bonds submitted to the City of Fayetteville. 4.) Substantial completion date is June 01, 2012 for the office area. Final completion for this project is Friday, June 15, 2012. 5.) Liquidated damages shall apply in the amount $120 per day for every day the project is not completed after Friday, June 15, 2012. City of Fayetteville, Arkansas Bid 12-22, Addendum 1 Pane 1 of I Acknowledge Addendum #1: Printed Name: Signature: Tide: P24i b,A/r Date:!� 1 Company: Telecomownications Device for the Ded TDD(479)521-1316 113 West Mountain -FayettevilleAR72701 Bid 12-2.02, Addendum 2 Date: Wednesday, February 22, 2012 ARKANSAS To: All Prospective Vendors From: Andrea Foren Rasco, CPPB, CPPO, 479.575.8220, aforen ci.fa etteville.ar.us RE: Bid 12-22, Construction - Drake Field Hangar Rehab This addendum is hereby made a part of the contract documents to the same extent as though it were originally included therein. Bidders should indicate their receipt of same in the appropriate blank of the Bid Form. Failure to do so may subject bidder to disqualification. Addendum should be attached to the inside cover of the bidding documents, signed, and dated. Bid 12-22, has the following modifications and clarifications: 1.) The deadline to submit a bid for this project has been extended until Monday, February 27 2012 before 2:00 PM. local time. All bids shall be turned in to the City of Fayetteville, Purchasing Division, Room 306 in City Hall, 113 W. Mountain, Fayetteville, AR 72701. 2.) Refer to the Drawings, Sheet SP -06. Delete Section 09675 in its entirety. There will be no seamless epoxy flooring in this project. 3.) Refer to the Drawings, Sheet SP -07. Add the following clarification to Section 09680, Part 2.01 Products: Replacement carpet shall be or equal to Mannington, Biglow or J+J Invision - 100% Type 6,6 nylon broadloom with minimum 22 oz. per square yard face weight and 1110 gauge and be solution dyed. Use backing shall be or equal to Mannington "Integra HP -RE"_ Provide broadloom carpet in glue -down installation per the manufacturer's written requirements. Prepare substrate floor as need to receive carpet per manufacture's written requirements and installation procedures. Delete specific references to carpet tiles as mentioned in Parts 2.01-A & B and delete specific reference to Shaw carpet in Part 2.01-C. 4.) Refer to Drawings A1.2 Carpet shall be replaced in room 208 in addition to other locations previously designated on Drawings. Notes 11, 12 & 13 apply to room 208. 5.) Refer to Drawings, Sheet D1.1, D1.2, A1.1 and A1.2. Add the following clarification to Note 14. Replace all existing VCT flooring with new VCT. Color to be as selected by City from the manufacturer's standard color line. Typical in rooms 109, 110 & 115. 6.) Refer to Drawings, Sheet SP -04. Clarification to Section 08350. Section title shall read: "Horizontal Sliding Hanger Door Rehabilitation" (not Roll -Up). 7.) Refer to Sheet A1.1. Add the following clarification to Note 20: The horizontal door vendor/sub- contractor shall examine existing conditions at the hanger site and determine the full scope of work required to renovate the existing 340 ft_ tall doors including modifications needed to provide opened and closing of doors by means of electric motor control. Provide work to include (but may not be limited to) installation of new weather-stripping & seals on all side and locations of doors sealing doors to building, repair/replacement of hanger hardware, overhead tracks/accessories and the City of Fayetteville, Arkansas Bid 12-22, Addendum 2 Pagel of 3 TelecommunicationsDevice for the Deaf TOD(479)521-1316 113 west Mountain -Fayetteville, AR72701 repair/replacement of lower wheels, bearings, mounting hardware and base track. Work will include modification and adjustments to concrete and concrete installed track foundations as required to support the renovated door panels and alterations to the door panels as required for installation of the new motor drive and controls. Work will include 240V 3 -phase, 20 amp, electrical service to properly operate renovated doors. The. General Contractor (G.C.) and Vendor/Sub-Contractor shall jointly ensure that the renovated doors will operate properly after renovation/retro-fit is complete. *See attached "Electric Door Operator" specification. 8.) Refer to Drawings, Sheet Al.1. Add the following clarification to Note 21: In addition to work already described, replace the lower 10.5 feet (minimum or to the nearest appropriate girt attachment location) of existing vertical metal panels on the exterior side of all hanger door (total of ten doors) with new pre -finished metal panels in color selected by owner from manufacturer's standard series of Kynar painted colors. New panel profile selection to match, as closely as possible to the shapes and profiles of existing panels. Fasten new panels to existing framing & girts as required making weather tight barrier to the exterior. Provide all pre -finished metal trim and flashing as needed and required to complete door panel installation. Provide trim around existing man -door and other locations as required so that operation of original door is maintained. G.C. to field -verify existing door dimensions and conditions and shall coordinate with hanger door rehabilitation sub -contractor regarding retro-fit of new panels. It is expected that the completed door panel retro-fit shall yield a uniform appearance in color & panel profile and be installed such that there is a constant elevation at the top of the new panels after attachment to the existing hanger doors as seen from the exterior. The upper 20 feet of each door shall retain the original panel material and shall not be changed except where new trim or flashing is required (e.g., at panel splices) in conjunction with installation/interface of new panels. A minimum of six (6) removed panel sections shall be salvaged and returned to the City. 9.) Refer to Drawings, Sheet A1.1. Add the following clarification to Note 21. In addition to work already described; Provide new full -height pre -finished metal liner panels at the interior side of the existing north hanger doors and new panels on the lower portion of the existing south hangar doors. Provide new full -height pre -finished metal liner panels at the interior side of the existing north "door pocket" beside the north hanger doors. 10.) Refer to Drawings, Sheet A1.1. Note 30 has been revised to read as follows: "Clean floors and walls in building as required to rid all spaces of existing organic debris, including animal waste, animal remains or other evidence of pest intrusion. The G.C. shall remove from site all waste material leftover from existing materials, demolition and new construction and shall coordinate with City regarding the use of City of Fayetteville dumpster services for waste collection. Commercial dumpster rates for a 40 yard container are currently $240 per load. Contractors can contact the City of Fayetteville, Solid Waste and Recycling Division at 479-575-8398 for more information on commercial rates. 11.) Refer to Drawings, Sheet D1.1 & A1.1. Add the following clarification. The existing HVAC condensers at the north side of the hanger building shall remain in place and continue to operate. Care must be made to cut out & demolish selected portions of the adjacent sidewalk for concrete replacement as described in Note 3 of Drawings and not damage the existing mechanical equipment. The G.C. shall provide appropriate means to protect the building and HVAC equipment during sidewalk repair and replacement. The existing HVAC equipment & associated exterior ductwork located beside the NE fire escape stair shall remain in place; it is apparent that these units serve the parts of the hanger interior that will be demolished. The G.C. shall field verify HVAC operation and cap interior ductwork as required to seal openings to exterior for ductwork supplied to demolition areas and no longer needed — coordinate termination of service with City & mechanical engineer of record prior to work. The GC and the HVAC Sub -Contractor. shall test and balance the systems after renovation. City of Fayetteville, Arkansas Bid 12-22, Addendum 2 Page 2 of 3 TelecommunkationsDevicefixthe Dear TDD{474)521-1316 113 West Mountain. Fayetteville,AR72701 12.) Refer to Drawings, Sheet SP -01. Add the following clarification: All portions -of the work will be covered by the General Contractors standard one-year construction warranty including the re- installation or re -use of salvaged equipment or building components. Extended warranties, as normally required on such items as fixtures or similar savaged or re -used components, will not apply . to the reuse of existing material, components, equipment, .fixtures or components salvaged and reclaimed from the original building or during the demolition process. 13.) Refer to Drawings, Sheet D1.1. Add the following clarification to Notes 5 & 8. During construction, the existing fire suppression system may be taken "off-line" temporarily in order to reconfigure/modify the existing fire protection system as needed to serve the renovated building. The G.C. shall coordinate with the fire protection sub -contractor and the City of Fayetteville Fire Marshal to ensure that all City and State safety requirements will be implemented during the "off-line" (temporary interruption of fire protection) period. G.C. shall contact the City of Fayetteville Fire Marshall or designated assigns and obtain necessary permits and/or authorization to temporarily disable fire protection to building prior to work. 14.) All concrete specified shall be 3000 PSI air entrained concrete. 15.) Budget range for this project is approximately $240,000. 16.) After contract award, contractor shall provide builder's risk insurance in the amount of $1,000,000.00 along with other insurance as specified in the bid documents. 17.) Refer to the Drawings, Sheet A1.1. Add the following clarification: Remove existing rubber base and wood base in office areas and install new 4 inch rubber cove base in all office areas (hallways, old & new restrooms, break -rooms and offices. — exclude mechanical closets and ramp to north exit door). Do not install wood base as described on Note 13. Exception: Existing wood base shall remain at Interior stair and beside ramp at west entry. Paint wood base brown or color as selected by owner. 18.) Attached is the sign -in sheet from the pre -bid meeting held on Tuesday, February 21, 2012. 19.) included with this Addendum is an added specification for the hangar door operator equipment. Acknowledge Addendum #2: Printed Name: Signature: Title: i Date: 7l City of Fayetteville, Arkansas Bid 12-22, Addendum 2 Company: Pa e 3 of 3 Telecommunications Device for the Deaf 100(479)521-1316 113 West Mountain - Fayetteville, AR 72701 1) Drive System: Designed to move powered leaf at a minimum speed of 45 feet per minute at zero wind load conditions, operable at full speed to and including a maximum wind load of eight (8) pounds per square foot. 2) Drive Unit: Unitized assembly, consisting of a total enclosed fan cooled motor, right angle helical -bevel gearbox, emergency disconnect, integral holding brake and necessary roller chain and sprockets. 3) Motor: Single speed, squirrel cage type of sufficient size to operate the leaves at no more than 75 percent of rated capacity. 4) Drive Base: Drive base to be adjustable and be design to rigidly support drive components without deflection or torsional rotation under operating loads. 5) Control Panel: Control panel will have a main lockable disconnect switch, 24v DC power supply for the. control circuit, circuit breakers, numbered terminal, surge arrestors, line reactors and relays. 6) Variable Frequency Drive: (VFD) shall produce an adjustable- frequency, adjustable -voltage, Pulse With Modulated (PWM) three phase, 480v, sine wave output when powered from a three- phase, 480v sine wave output when powered from a three-phase, 480v 60Hz input. The drive shall be suitable for use with NEMA Design B, ac induction motors with a 1.25 service factor. 7) Limit Switches: Polarized reflex sensors which have both a light source and detector in the same unit. The sensors feature visible red sources to aid in alignment of the sensor with its retro-reflector. 8) PLC or Smart Relay: A programmable relay which will allow the hangar doors to start from a full closed position and run at half speed for 2.5 feet, then ramp up to full speed. At 2.5 feet from full open position, doors are to ramp down and run at half speed before stopping. 9) Warning System: A horn with a volume of not less than 90db to be installed on the powered leaf of the door system. A xenon strobe light also to be provided. The warning system will activate for three (3) second before moment of the doors and will sound while doors are being operated. 10) Control Panel Enclosure: All control panels shall be NEMA 12 or better. (1) 11) Interlock Switches: Pass door to be interlocked with the drive door. If pass door is open or ajar the drive will not function. If pass door is open or ajar, a (yellow) indicating light will be lit on the control panel. 12) Push-button Stations: Interior station shall be NEMA 12, exterior stations to be NEMA 4X 13) Push -buttons: To be constant pressure type, mushroom head, NEMA 4X. 14) Electrical Feed: An overhead feed rail system (Trolley Duct) or S.O. Wire will bring power to the drive door. 15) Electrical Service: To be Three-phase power. 16) Leading Edge Stopping Device: Provide manufacturer's leading edge stopping device. To stop leading doors upon encountering an obstacle. (2) Bid 1 2-22, Addendum 3--' ale Date: Thursday, February 23, 2012 ARKANSAS To: All Prospective Vendors From: Andrea Foren Rasco, CPPB, CPPQ, 479.575.8220, aforenCc ci.fayetteville.ar.us RE: Bid 12-22, Construction — Drake Field Hangar Rehab This addendum is hereby made a part of the contract documents to the same extent as though it were originally included therein. Bidders should indicate their receipt of same in the appropriate blank of the Bid Form. Failure to do so may subject bidder to disqualification. Addendum should be attached to the inside cover of the bidding documents, signed, and dated. • Bid 12-22, has the following modifications and clarifications: 1.) Revise Item 14, Addendum 2: All concrete specified shall be 3500 PSI air entrained concrete. Acknowledge Addendum #3: Printed Signature: Title. Eb Date: 1 City of Fayetteville, Arkansas I Company: - 1€, Bid 12-22, Addendum 3 page 1 of 1 Telecommunications Device for the Deaf TDD(479}521-1316 913 West Mountain - Fayettevilfe, AR 72701 THE AMERICAN INSTITUTE OF ARCHITECTS ACA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, that we Pick -It Construction, Inc. (Here insert full name and address or legal title of Contractor) 10024 N Campbell Road, Fayetteville, AR 72701 as Principal, hereinafter called the Principal, and American Safety Casualty Insurance Company (Here insert full name and address or legal title of Surety) 100 Galleria Parkway SE, Suite 700, Atlanta, GA 30339 a corporation duly organized under the laws of the State of OK as Surety, hereinafter called the Surety, are held and firmly bound unto (Here insert full name and address or legal title of Owner) City of Fayetteville Arkansas, 113W Mountain Fayetteville, AR 72701 as Obligee, hereinafter called Obligee, in the sum of( 5%MAs ) Percent of total amount bid Dollars (S 5% MAB Percent of attached bid ). For the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for Project No.: 12-22 (Here insert full name, address, and description of project) Drake Field Hangar Remodel and Tenant Improvements, City of Fayetteville, Arkansas NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof; or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. day of February ,20 12 Pick -It Cortstruclon, Inc. (see) f FJt% Nathan Ogden American Safety Casualty Insurance Company (shy) (sew) Galt A naw;za TtNEY-1N-FACT AIA DOCUMENT A310 *BID BOND * AIA * Feb, 1970 ED. * THE AMERICAN INSTITUTE OF ARCHITECTS 1735 N.Y. AVE, N.W., WAS)INGTON, D.C. 20006 Esc:"-. ( xw*� e sta: 3 .-zs.v rcr. vo rS€ a R tom, a£3;.. 't&, VzI +y r't'e '.« """�' ;9'vt. . `is `v �Y �� ri x"a ,,''8� �.4 :�+` OKC615189 VOiP 4,: A Vuiii a. _ _ .Y - AU- 'MEN it: $� that iEty � Insuura Cain B �cOnsugned .., 4 ' n G %aiI Sara i 1 Its true Find lawhd alyin-tact it and ibnae. Place and stead to execute on bqbaifo1 Me said. Company, as suety bes uidettakng:andV&%v; A t�reracis orsu�ety� 6a �e gnrenlo . �L$k - OMII LIOl�*** (4.40) bOS* vo r,.av rv,rwr w r-wve 7 r,„- ', oR! "' �' F� ,• 7 �$A„, P AEIS. r A►rDus4 UiEO. uniA slant �efi a I(net in the nsh ument:stilder ap the 3appoinkuent h each Case, ,tor and On belalFof Iha CanPany la exeQite an delnyee and attar use aeal.oitiurC ie baY dsf , Aimn zpnw and aureCystup a0 luttds. aiid sail iiS It €axe any's_A el ney E hqr wed Y trte 00,e'. and d artd s�Fed' [ $ aeat.is Ott y r or:Assratant Se ery rnen snedby the dentgra e andeenl Wear* ssis t s co into nwJnd ife seaffis re ed� bjr a ub RESOLVED ThER. that the elgne eof an offic and the se aE Crihe Company maybe aftb lit andme tawny pratlon ..etorttfiersarauUsora�naiheaaec�tioe.� �1d'n�er�dEa�:ticmi..undeitatat�.e�iee=or'olt�^sur�x�P9a.crttoe�ompanl� VH4 vo vu y VU .����.,'�>,�,': i:_YF i F��s :°"$:. it3:a ' $$��'lcs';,x'.% 4r� �:Yi� rrqq%�. wr VOID q�+ $S';Pb II£Tn�S VOID tt .` +� Y I £&,X ,' '�^' k tx92 4 Bjiiri 3 - 3 .ea ..: vi/ rove .rnvs.� E �ss'� -≥ki"4vim"' VOMII RESOLUTION NO. 1242 A RESOLUTION AUTHORIZING APPLICATION FOR AND ACCEPTANCE OF AN ARKANSAS DEPARTMENT OF AERONAUTICS 80120 GRANT IN THE AMOUNT OF $224,000.00 FOR IMPROVEMENTS TO THE FORMER AATC HANGAR BUILDING AT DRAKE FIELD 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 for and acceptance of an Arkansas Department of Aeronautics 80/20 Grant in the amount of $224,000.00 for improvements to the former AATC hangar building at Drake Field. PASSED and APPROVED this 17" day of January, 2012. APPROVED: ATTEST: By: QI'1t1 O LD J ,Mayor SONDRA E. SMITH, City Clerk/Treasurer t`�`t��trttEtrtr�r 3r; `�G��FtKITRs �c,\Y :FAYETTEVILLE 6 • ��1�-7!T�iASSS�ys\�wd�v RESOLUTION NO. 13-12 A RESOLUTION APPROVING TASK ORDER NO. 7 TO THE CONTRACT WITH MCCLELLAND CONSULTING ENGINEERS IN THE AMOUNT OF $27,150.00 TO DESIGN THE REHABILITATION OF THE FORMER AATC HANGAR BUILDING AT DRAKE FIELD, AND APPROVING A BUDGET ADJUSTMENT 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 for and acceptance of an Arkansas Department of Aeronautics 80/20 Grant in the amount of $224,000.00 for improvements to the former AATC hangar building 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". PASSED and APPROVED this 17" day of January, 2012. APPROVED: ATTEST: Z1 &I4By. By: SMITH, Ci T LD J AN, Mayor SONDRA Ety Clerk/Treasurer ye aevie V ARKANSAS® CONTRACT Reference Bid: 12-22, Construction - Drake Field Hangar Improvements Contractor: Pick -It Construction Inc. Term: Specific Project Only — No Revolving Terms THE CITY OF FAYETTEVILLE, ARKANSAS This contract executed this day of _ , 2012, between the City of Fayetteville, Arkansas, and Pick -It Construction Inc . In consideration of the nintual covenants contained herein, the parties agree as follows: 1. Pick -It Construction Inc a its own cost and expense s all furnish all labor, materials, supplies, machinery, equipment, tools, supervision, b nds, insurance, tax permi s, and all other accessories and services necessary to complete items bid per Bid 11-4 s stated in Pick -It Co struction Inc's bid proposal, and in accordance with specifications attached hereto and ade a part hereof and r Bid 12-22. 2. The City of Fayetteville shall pay Pi k -It Constructn Inc for work as described in Bid 12-22, not to exceed $235,100.00. based on Pick -It Cons •uction Inc bmitted bid. Payments will be made after approval and acceptance of work, and submission of d ailed invoi e. .Payments will be made within a maximum 30 days after acceptance of invoice. Pick -It Constr coon In agrees to make detailed invoicing related documentation available to the City. 3. The Contract documents which comprise t1 id contract between the City of Fayetteville and Pick -It Construction Inc consist of this Contract and le following documents attached hereto, and made a part hereof 4. 5. 6. 7. A. Bid form identified as Invitation to B. Pick -It Construction Inc bid p C. The Notice to Prospective Bidders These Contract documents constitute Construction Inc and may be mod Fayetteville and Pick -It Constructio Pick -It Construction Inc shall Fayetteville, against any and all this contract. This clause shall i Arkansas Law. showing that he carries the Any work sublet, the cony insurance. In case any ei Worker's Compensation Ins to provide adequate employ protected. Workmen's Compensation 3id 11-4 with the specifications and conditions typed thereon. osal, ' eluding mark up on materials and hourly rates. rid the Bi Tabulation. entire afire ment between the City of Fayetteville and Pick -It only by a d ly executed written instrument signed by the City of no.: assign its duties unde the terms of this agreement. ees to hold the City of ayetteville harmless and indemnify the City of Ems for property damage, pe onal injury or death, arising from performance of in any form or manner be co trued to waive that tort immunity set forth under Lshall furnish a certificate of ins an owing insurance which shall be maikt, or shall require the subcontractor s' )yee engaged in work on the project• ice, Pick -It Construction Inc shall liability insurance for the protection of Bid 12-22, Construction — Drake Field Hangar Improvements Page 1 of 2 addressed to the City of Fayetteville, d throughout the term of the Contract. rly to provide worker's compensation er this contract is not protected under 'ide and shall cause each Subcontractor h of his employees as are not otherwise Statutory Amount Comprehensive General & Automobile Insurance Bodily Injury Liability Property Damage L The premiums for all insurance and 8. id required herein furnish proof of li 9. This contract may be terminated wth 30 days written notice. 10. Freedom of Information Act: Cit3 contractual work are subject to the . request is presented to the City of documents in a prompt and timely ma 19-101 et. Seq.). Only legally autho compliance. penalty by $500,9P0 for each person injured. $1,0000 for each accident. $3'000)00 aggregate. be paid by Pick -It Construction Inc sure as required by all federal, state, and local agencies. City of Fayetteville or Pick -It Construction Inc with of Fayett lle contracts and documents prepared while performing city kansas 1reedom of Information Act. If a Freedom of Information Act yette " le, the contractor will do everything possible to provide the n as escribed in the Arkansas Freedom of Information Act (A.C.A. 25- ze p oto coping costs pursuant to the FOIA may be assessed for this 11. Changes in Scope or Price: Changes, i not be allowed without a prior formal advance of the change in scope, cost or I� Printed Contractor Name & Title ATTEST: Company Secretary Business Address City, State & Zip Code Date Signed: ons, or amendments in scope, price or fees to this contract shall amendment approved by the Mayor and the City Council in Bid 12-22, Construction Drake Field Hangar Improvements Page 2 of 2 CITY OF FAYETTEVILLE, ARKANSAS LIONELD JORDAN, Mayor ATTEST: Date Sondra Smith, City Clerk City of Fayetteville Staff Review Form City Council Agenda Items and Contracts, Leases or Agreements 3/6/2012 City Council Meeting Date Agenda Items Only Ray M. Boudreaux Aviation Transportation Submitted By Division / Department Action Required: Approval of Construction improvements to the hangar at 4248 S Sol business relocating to Fayetteville. Cost of this request Action Required: itract with for construction of alterations and Ave for the purpose of making the building suitable for an aviation Category 5550.3960.5804.00 $ Account Number Funds 12002 1 $ Project Number Re a Budgeted Item I Budget djut / Airport Hangar Rehabilitation Budget Program Category I Project Name - Capital ]ate Program 1 Project Category Name Airport Balance II 2-/7—/ 2 Previous Departm !rector Date Original Ste Z"-" Original t#nmav Date Fund Name or Resolution # 12-12, 13-12 Date: Finance and Internal Services Director Date Received in City Clerk's Office /ai roc,4n • 9Y Date Received in Mayor's Office �a� /�. Dae Revised January 15, 2009 City Council Meeting of March 6, 2012 Agenda Item Number: 1tt\T lie AVIATION DIVISION ARKANSAS FAYETTEVILLE EXECUTIVE AIRPORT • DRAKE FIELD TO: Mayor J, THRU: Chief of Staff TIIRU: Staff/Contract Revil4w Committee THRU: Terry Gulley, Transpoitation Director FROM: Ray M. Boudreaux, Aviatkn Director DATE: February 17, 2012 SUBJECT: Approve award of Contract fe tie remodel of the former AATC Hangar. RECOMMENDATION: Approve award of trae with the lowest responsive bidder for the remodel of the former AATC Hangar Building or Sout Delta Aviation. Signature of the Mayor on the Contract. BACKGROUND: South Delta Aviation as applied to lee The which is the purchase and renal of aircraft. e co in West Helena Arkansas and is moving Fayetteville. They June 1, 2012 and will pay the Airport $$,000.00 per month. T ready to move in on the 1St of June. \� will open bids for the i have the City Council to consider the -project award at the me( project can be awarded following tl Arkansas Aeronautics m, application will be considered. This will allow the contractor E done before the scheduled move 'in date. the former AATC School Hangar for its ipany has been in business for 30 years ave asked to occupy the building iy have signed the lease and are eh bon February 24, 2012 and wish to tin of March 6, 2012 so that the yetink of March 14 when the grant nough time to get the required work The City Council approved a grant application for the project at $280,0C.00 total with grant proceeds of $224,000.00. The//grant application must be submitted to the Late prior to the end of February to be considered by the Commission at the March 14' meeting. iould the bids come in higher than estimated by the engineer and architect, we will ask the Council to approve application for the higher amount at the March 6, 2012 meeting. BUDGET IMPACT: Project estimated to cost $280,000.00 with $224,000 in grant revenue from the Arkansas Aeronautics Commission leaving $56,000.00 from the Airport Fund Balance. Attachments: Staff Review Grant Application 4500 SOUTH SCHOOL AVENUE, SUITE F • AIRPORT TERMINAL BUILDING • FAYETTEVILLE AR 72701 479.718.7642 • 479.718.7646 FAX • www.accessfayetteville.org/governmentlaviation airport_economic_deveIopment@ci.fayetteviIle.ar.us RESOLUTION NO. A RESOLUTION AWARDING BID #12- AND AU ORIZING A CONTRACT WITH IN THE AMOUNT OF $ FOR CONS RUCTION OF ALTERATIONS AND IMPROVEMENTS TO THE HAN AR AT 4248 S. SCHOOL AVENUE BE IT RESOLVED BY T CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council of the 'ty of Fayett 4ville, Arkansas hereby awards Bid #12- and authorizes a contract with in the amount of $ for construe on of terations and improvements to the hangar at 4248 S. School Avenue. PASSED and APPROVED this 20th day of Ma h, 2012. APPROVED: BY: LIONELD JORDAN, Mayor ATTEST: By: SONDRA E\ SMITH, City Clerk/Treasurer City Council Meeting of: March 6, 2012 Agenda Item Number: lttUtlllU••T1 AVIATION DIVISION A R K N S A S FAYETTEVILLE EXECUTIVE AIRPORT TO: Mayor J THRU: Chief of Staff THRU: Staff/Contract Review Committee THRU: Terry Gulley, FROM: Ray M. Boudreaux, A DATE: February 27, 2012 SUBJECT: Approve Contract for Haiar Rerhodel Project to Pick -It Construction Inc. in the amount of $235,100.0� an I a contingency in the amount of $16,750.00. Approve a Budget Adjustme t./ RECOMMENDATION: Approve contract xyith ck-It Construction, Inc. in the amount of $235,100 and a contingency in the amount of,$16,750 he Hangar Remodel Project for South Delta Aviation and a Budget Adjustment. Signature of the Mayor. BACKGROUND: South Delta Aviation/has applied to 1 se the former AATC School Hangar for its business which is the purchase and resale of aircraft. The mpany has been in business for 30 years in West Helena Arkansas and is moving to Fayetteville. The have asked to occupy the building June 1, 2012 and will pay the Airport $3,000.00 per month ren . They have signed the lease and are ready to move in on the 1g of June. lids were opened on Febru��y 27, 2012 and the low bid was within the estimated cost of the prof ct provided by McClelland Cnsulting Engineers and Wittenberg, Delony and Davidson $rchitects. We ask that the City ouncil consider this item at the March 6, 2012 meeting so that, if approved, the project can be ewer d at the Arkansas Aeronautics meeting of March 14 when the gi�nt application will be considered. Thiswill allow the contractor enough time to get the requiredork done before the scheduled move i date. The City Council approved a grant application ffr the project at $280,000.00 total with gr t proceeds of $224,000.00. The 80/20 grant application has been submitted to the State Aeronautics tpartment for action by the Aeronautics Commissioi/at their March 14th meeting. BUDGET IMPACT: The/project is estimated to cost $280,000.00 with $224,00 in grant revenue from the Arkansas Aeron utics Commission leaving $56,000.00 from the Airport d Balance. Should we not need the cIntingency fund the project total will be $263,250 with a t tal expense to the Airport Fund of $52,650.00. Attachments: Staff Review Bid Tab Bid from Pick -It Construction Contract with Pick -It Construction Inc. Budget Adjustment 4500 SOUTH SCHOOL AVENUE, SUITE F • AIRPORT TERMINAL BUILDING • FAYETTEVILLE AR 72701 479.718.7642 479.718.7646 FAX - www.accessfayetteville.orgtgovernment/aviation airporteconomic development@ci.fayetteville.ar.us RESOLUTION NO. A RESOLUTION AWARDING BID #12-22 AND AUI1ORIZING A CO......... . NT CT WITH PICK -IT CONSTRUCTION, INC. IN T AMOUNT OF $23S,l00.Q FOR CONSTRUCTION OF ALT TIONS AND IMPROVE NTS TO THE HANGAR AT 4248 S. CHOOL AVENUE, APPROVING PROJECT CONTINGENCY OF $16,7 0.00, RECOGNIZING AND ACCEP G GRANT REVENUE FRO THE ARKANSAS DEPARTMENT O AERONAUTICS TO PARTIA Y FUND THE PROJECT, AND APPROVING A.BUDGET ADJUSTMENT BE IT RESOLVED Y THE CIT COUNCIL OF THE CITY OF FAYETTEVILLE$ ARKANSAS: Section 1. That the City Counci of the ity of Fayetteville, Arkansas hereby awards Bid #12-22 and authorizes a contract with Pic -It onstruction, Inc. in the amount of $235,100.00 for construction of alterations and improve nts to the hangar at 4248 S. School Avenue and approves a project contingency of $16,75 .0 Section 2. That the City Counil of the'�ity of Fayetteville, Arkansas hereby recognizes and accepts a grant from the Arkan s Departmei of Aeronautics to partially fund the project. Section 3. That the CitVCounci1 of the City f Fayetteville, Arkansas hereby approves a budget adjustment, a copy of hich is attached as Ex it "A". PASSED and A APPROVED: By: VED this 6`h day of March,\012. JORDAN, Mayor ATTEST: By: SONDRA E. S11TH, City Clerk/Treasurer City of Fayetteville, Arkansas Budget Adjustment Form Budget Year Division: Aviation Request Date 2012 Department: Transportation Services 3/6/2012 BUDGET ADJUSTMENT DESCRIPTION 1 JUSTIFICATION To increase the project budget, recognize grant revenue from the Arkansas Department of portion of the Airport's reserves in order to Rehabiltate the former AATC Hangar, 4248 S S of preparing tke building for an aviation business relocating to Drake Field. Account Name Building costs Public notification State grants Use of Prior Fund B ance VI 1.0415 Adjustment Number fautics, and use a Ave, for the purpose Z77/ Z Prepared By: ames Nicholson Date Jnicholson Reference: 7 2 x`' Date Budget & Research Use Only -Z7/Z- Type• A B C D E P 4ae eneral Ledger Date Posted to General Ledger Initial Date hecked / Verified TOTAL UDGET ADJUSTM T 252,850 252,850 Increase / (Decrease) Project.Sub Account Number Expense Revenue Number 5550.3960.5804.00 251,850 12002 . 2012 5550.3960.5301.00 1,000 12002 2012 5550.0955.6805.00 224,000 12002 2012 5550.0955.4999.97 28,850 12002 . 2012 EXH IT A J:1James120121Capital Projects\AATC Hangar Rehab\BAForm 2012_HangarRehab Recognize Grant ADA 1 of 1 4(0-12 PERFORMANCE BOND Any singular reference to Contractor, Surety, Owner, or other party shall be considered plural where applicable. CONTRACTOR (Name and Address): Pick -It Construction, Inc. 10024 N. Campbell Road Fayetteville, AR 72701 OWNER (Name and Address): City of Fayetteville 113 W. Mountain St. Fayetteville, Arkansas 72701 CONTRACT Effective Date of Agreement: Amount: $235,100 Description (Name and Location): SURETY (Name, and Address of Principal Place of Business): American Safety Insurance 909 S Meridian Ave, Suite 700 Oklahoma City, OK 73108 Drake Field Hangar Improvements Fayetteville Executive Airport BOND Bond Number: OKC6152 03 Date (Not earlier than Effective Date of Agreement): March-, 2012 Amount:$235,100.00 Two Hundred Thirty -Five Thousand One Hundred & No/100 Modifications to this Bond Form: None aoa �aoxv I-. mmmmra - ,4w�OO m 0CL Surety and Contractor, intending to be legally bound hereby, subject to the terms set forth below, do each cause this Performance Bond to be duly executed by an authorized officer, agent, or representative. CONTRACTOR AS PRINCIPAL Pick -It Construction, Inc. (Seal) Contractor`s Name nd Co rate Seal By: Si a ure Nathan Ogden Print Name Attest: Witness Title SURETY • American Safety Casualty Insuranceon iii„ (Seal) Surety's Name and Corporate Seal By: Signature (Attach Power of Atio i 'y). Gail A. Barraza Print Name Attorne-Fact Title " Attest: Signat Witness Title Note. Provide execution by additional parties, such as joint venturers, f necessary.. EJCDC O-610 Performance Bond Prepared by the Engineers Joint Contract Documents Committee. Pace I of 3 .,._.....�.....�..._.-..-----._-_.-. . 1;X112192 Drake Field Hangar Improvements Performance Bend Contractor and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors, and assigns to Owner for the performance of the Contract, which is incorporated herein by reference. 1. If Contractor performs the Contract, Surety and Contractor have no obligation under this Bond, except to participate in conferences as provided in Paragraph 2.1. 2. If there is no Owner Default, Surety's obligation under this Bond shall arise after: 2.1 Owner has notified Contractor and Surety, at the addresses described in Paragraph 9 below, that Owner is considering declaring a Contractor Default and has requested and attempted to arrange a conference with Contractor and Surety to be held not later than 15 days after receipt of such notice to discuss methods of performing the Contract. if Owner, Contractor, and Surety agree, Contractor shall be allowed a reasonable time to perform the Contract, but such an agreement shall not waive Owner's right, if any, subsequently to declare a Contractor Default; and 2.2 Owner has declared a Contractor Default and formally terminated Contractor's right to complete the Contract. Such Contractor Default shall not be declared earlier than 20 days after Contractor and Surety have received notice as provided in Paragraph 2.1; and 2.3 Owner has agreed to pay the Balance of the Contract Price to: 1. Surety in accordance with the terms of the Contract; or 2. Another contractor selected pursuant to Paragraph 3.3 to perform the Contract. 3. When Owner has satisfied the conditions of Paragraph 2, Surety shall promptly, and at Surety's expense, take one of the following actions: 3.1 Arrange for Contractor, with consent of Owner, to perform and complete the Contract; or 3.2 Undertake to perform and complete the Contract itself, through its agents or through independent contractors; or 3.3 Obtain bids or negotiated proposals from qualified contractors acceptable to Owner for a contract for performance and completion of the Contract, arrange for a contract to be prepared for execution by Owner and contractor selected with Owner's concurrence, to be secured with performance and payment bonds executed by a qualified surety equivalent to the bonds issued on the Contract, and pay to Owner the amount of damages as described in Paragraph 5 in excess of the Balance of the Contract Price incurred by Owner resulting from Contractor Default; or 3.4 Waive its right to perform and complete, arrange for completion, or obtain a new contractor, and with reasonable promptness under the circumstances: 1. After investigation, determine the amount for which it may be liable to Owner and, as soon as practicable after the amount is determined, tender payment therefor to Owner; or 2. Deny liability in whole or in part and notify Owner citing reasons therefore. 4. If Surety does not proceed as provided in Paragraph 3 with reasonable promptness, Surety shall be deemed to be in default on this Bond 15 days after receipt of an additional written notice from Owner to Surety demanding that Surety perform its obligations under this Bond, and Owner shall be entitled to enforce any remedy available to Owner. If Surety proceeds as provided in Paragraph 3.4, and Owner refuses the payment tendered or Surety has denied liability, in whole or in part, without further notice Owner shall be entitled to enforce any remedy available to Owner. 5. After Owner has terminated Contractor's right to complete the Contract, and if Surety elects to act under Paragraph 3.1, 3.2, or 3.3 above, then the responsibilities of Surety to Owner shall not be greater than those of Contractor under the Contract, and the responsibilities of Owner to Surety shall not be greater than those of Owner under the Contract. To the limit of the amount of this Bond, but subject to commitment by Owner of the Balance of the Contract Price to mitigation of costs and damages on the Contract, Surety is obligated without duplication for: EJCDC C-610 Performance Bond Prepared by the Engineers Joint Contract Documents Committee, Page 2 of 3 FY112192 Drake Field Hangar improvements Performance Bond 5.1 The responsibilities of Contractor for correction of defective Work and completion of the Contract; 5.2 Additional legal, design professional, and delay costs resulting from Contractor's Default, and resulting from the actions of or failure to act of Surety under Paragraph 3; and 5.3 Liquidated damages, or if no liquidated damages are specified in the Contract, actual damages caused by delayed performance or non-performance of Contractor. 6. Surety shall not be liable to Owner or others for obligations of Contractor that are unrelated to the Contract, and the Balance of the Contract Price shall not be reduced or set off on account of any such unrelated obligations. No right of action shall accrue on this Bond to any person or entity other than Owner or its heirs, executors, administrators, or successors. 7. Surety hereby waives notice of any change, including changes of time, to Contract or to related subcontracts, purchase orders, and other obligations. S. Any proceeding, legal or equitable, under this Bond may be instituted in any court of competent jurisdiction in the location in which the Work or part of the Work is located, and shall be instituted within two years after Contractor Default or within two years after Contractor ceased working or within two years after Surety refuses or fails to perform its obligations under this Bond, whichever occurs first. If the provisions of this paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. 9. Notice to Surety, Owner, or Contractor shall be mailed or delivered to the address shown on the signature page. 10. When this Bond has been furnished to comply with a statutory requirement in the location where the Contract was to be performed, any provision in this Bond conflicting with said statutory requirement shall be deemed deleted herefrom and provisions conforming to such statutory requirement shall be deemed incorporated herein. The intent is that this Bond shall be construed as a statutory bond and not as a common law bond. 11. Definitions. 11.1 Balance of the Contract Price: The total amount payable by Owner to Contractor under the Contract after all proper adjustments have been made, including allowance to Contractor of any amounts received or to be received by Owner in settlement of insurance or other Claims for damages to which Contractor is entitled, reduced by all valid and proper payments made to or on behalf of Contractor under the Contract. 11.2 Contract: The agreement between Owner and Contractor identified on the signature page, including all Contract Documents and changes thereto. 11.3 Contractor Default: Failure of Contractor, which has neither been remedied nor waived, to perform or otherwise to comply with the terms of the Contract. 11.4 Owner Default: Failure of Owner, which has neither been remedied nor waived, to pay Contractor as required by the Contract or to perform and complete or otherwise comply with the other terms thereof. FOR INFORMATION ONLY — (Name, Address and Telephone) Surety Agency or Broker: The Bond Exchange, Pb Box 23407, Little Rock, AR 72205 501-954-2117 Owner's Representative (Encineer or other ,arty): EJCDC C.410 Performance Bond Prepared by the Engineers Joint Contract Documents Committee. Page 3 of 3 FY1I2192 Drake Field Hangar Improvements Performance Bond PAYMENT BOND Any singular reference to Contractor, Surety, Owner, or other party shall be considered plural where applicable. CONTRACTOR (Name and Address): Pick -It Construction, Inc. 10024 N, Campbell Road Fayetteville, AR 72701 OWNER (Name and Address): City of Fayetteville 113W. Mountain St. Fayetteville, Arkansas 72701 CONTRACT SURETY (Name, and Address of Principal Place of Business): American Safety Insurance 909 S Meridian Ave, Suite 700 Oklahoma City, OK 73106 Effective Date of Agreement: March , 2012 Amount: $ 235,100 Two Hundred Thirty -Five Thousand One Hundred & No/100 Description (Name and Location): Drake Field Security Improvements Fayetteville Executive Airport BOND Bond Number: OKC615203 Date (Not earlier than Effective Date of Agreement): March , 2012 Amount: $235,100 Two Hundred Thirty -Five Thousand One Hundred & No/100 Modifications to this Bond Form: None Surety and Contractor, intending to be legally bound hereby, subject to the terms set forth below, do each cause this Payment Bond to be duly executed by an authorized officer, agent, or representative. CONTRACTOR AS PRINCIPAL ,,,Constructign. Inc. (Seal) Contractor's Name n Corporate Seal By: Signature Nathan Ogden Print Name SURETY Jnertcan Safety casualty ce Comaa Seal) Surety's Name and Corporate Seal. By: Signature (Attach Power of Attorr ' Gail A. Barraza Print Name President 1 Attorney -In -Fact Title Title Attest: Attest: � Signatur M Signa r Witness Witness Title Title Note: Provide execution by additional parties, such as joint venturers, f necessary. {MWOO1504;1} EJCDC 0-610 Payment Bond March 2008 Prepared by the Engineers Joint Contract Documents Committee. Page 1 of 3 FY112192 Drake Field Hangar Improvements Payment Bond 1. Contractor and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors, and assigns to Owner to pay for labor, materials, and equipment furnished by Claimants for use in the performance of the Contract, which is incorporated herein by reference. 2. With respect to Owner, this obligation shall be null and void if Contractor: 2.1 Promptly makes payment, directly or indirectly, for all sums due Claimants, and 2.2 Defends, indemnifies, and holds harmless Owner from all claims, demands, liens, or suits alleging non-payment by Contractor by any person or entity who furnished labor, materials, or equipment for use in the performance of the Contract, provided Owner has promptly notified Contractor and Surety (at the addresses described in Paragraph 12) of any claims, demands, liens, or suits and tendered defense of such claims, demands, liens, or suits to Contractor and Surety, and provided there is no Owner Default. 3. With respect to Claimants, this obligation shall be null and void if Contractor promptly makes payment, directly or indirectly, for all sums due. 4. Surety shall have no obligation to Claimants under this Bond until: 4.1 Claimants who are employed by or have a direct contract with Contractor have given notice to Surety (at the address described in Paragraph 12) and sent a copy, or notice thereof, to Owner, stating that a claim is being made under this Bond and, with substantial accuracy, the amount of the claim. 4.2 Claimants who do not have a direct contract with Contractor: 1. Have furnished written notice to Contractor and sent a copy, or notice thereof, to Owner, within 90 days after having last performed labor or last furnished materials or equipment included in the claim stating, with substantial accuracy, the amount of the claim and the name of the party to whom the materials or equipment were furnished or supplied, or for whom the labor was done or performed; and 2. Have either received a rejection in whole or in part from Contractor, or not received within 30 days of furnishing the above notice any communication from Contractor by which Contractor had indicated the claim will be paid directly or indirectly; and 3. Not having been paid within the above 30 days, have sent a written notice to Surety (at the address described in Paragraph 12) and sent a copy, or notice thereof, to Owner, stating that a claim is being made under this Bond and enclosing a copy of the previous written notice furnished to Contractor. 5. If a notice by a Claimant required by Paragraph 4 is provided by Owner to Contractor or to Surety, that is sufficient compliance. 6. Reserved. 7. Surety's total obligation shall not exceed the amount of this Bond, and the amount of this Bond shall be credited for any payments made in good faith by Surety. 8. Amounts owed by Owner to Contractor under the Contract shall be used for the performance of the Contract and to satisfy claims, if any, under any performance bond. By Contractor furnishing and Owner accepting this Bond, they agree that all funds earned by Contractor in the performance of the Contract are dedicated to satisfy obligations of Contractor and Surety under this Bond, subject to Owner's priority to use the funds for the completion of the Work. 9. Surety shall not be liable to Owner, Claimants, or others for obligations of Contractor that are unrelated to the Contract. Owner shall not be liable for payment of any costs or expenses of any Claimant under this Bond, and shall have under this Bond no obligations to make payments to, give notices on behalf of, or otherwise have obligations to Claimants under this Bond. 1MW00I504;1) EJCDC C-610 Payment Bond March 2009 Prepared by the Engineers Joint Contract Documents Committee. Page 2 of 3 FYI 12192 Drake Field Hangar Improvements Payment Bond 10. Surety hereby waives notice of any change, including changes of time, to the Contract or to related subcontracts, purchase orders, and other obligations. 11. No suit or action shall be commenced by a Claimant under this Bond other than in a court of competent jurisdiction in the location in which the Work or part of the Work is located or after the expiration of one year from the date (1) on which the Claimant gave the notice required by Paragraph 4.1 or Paragraph 4.2.3, or (2) on which the last labor or service was performed by anyone or the last materials or equipment were furnished by anyone under the Contract, whichever of (1) or (2) first occurs. If the provisions of this paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. 12. Notice to Surety, Owner, or Contractor shall be mailed or delivered to the addresses shown on the signature page. Actual receipt of notice by Surety, Owner, or Contractor, however accomplished, shall be sufficient compliance as of the date received at the address shown on the signature page. 13. When this Bond has been furnished to comply with a statutory requirement in the location where the Contract was to be performed, any provision in this Bond conflicting with said statutory requirement shall be deemed deleted herefrom and provisions conforming to such statutory requirement shall be deemed incorporated herein. The intent is that this Bond shall be construed as a statutory Bond and not as a common law bond. 14. Upon request of any person or entity appearing to be a potential beneficiary of this Bond, Contractor shall promptly furnish a copy of this Bond or shall permit a copy to be made. 15. Definitions 15.1 Claimant: An individual or entity having a direct contract with Contractor, or with a first -tier subcontractor of Contractor, to furnish labor, materials, or equipment for use in the performance of the Contract. The intent of this Bond shall be to include without limitation in the terms "labor, materials or equipment" that part of water, gas, power, light, heat, oil, gasoline, telephone service, or rental equipment used in the Contract, architectural and engineering services required for performance of the Work of Contractor and Contractor's subcontractors, and all other items for which a mechanic's lien may be asserted in the jurisdiction where the labor, materials, or equipment were furnished. 15.2 Contract: The agreement between Owner and Contractor identified on the signature page, including all Contract Documents and changes thereto. 15.3 Owner Default: Failure of Owner, which has neither been remedied nor waived, to pay Contractor as required by the Contract, or to perform and complete or otherwise comply with the other terms thereof. FOR INFORMATION ONLY — (Name, Address, and Telephone) Surety Agency or Broker: The Bond Exchange, PO Box 23407, Little Rock, AR 72221 501-954-2117 Owner's Representative (Engineer or other)_ _ _ {MW00150411 . . EJCDC C-610 Payment Bond Prepared by the Engineers Joint Contract Documents Committee. Page 3of3 FY112192 Drake Field Hangar Improvements March 2008 Payment Bond iUR OKC615203 ATTORNEY t S KNOW ALL MEN BY THESE PRESENTS, that Amencan Safety Casualty Insurance Company has made, constituted and appointed, and by these " f es [its does ntake cOnstltpteodapPdnts: sz Mason Grahpt,Axict, Gall Bat iCaaa oTt1e&ock R r -, its true and lawful attorneys -in fact, for it and its name place, and stead to executeon behalf of the said Company as surety bonds, undedatdng and contracts of suretystup to be given to ALA. OBLIGEES provided that ns and v�uru rtatrirag arapritract of sw tysMp e c d u@tfertfus aulhisrity shad ex m o4int the Surat of * TWO Arr17 LION.** OOO 000 00) DOLLARS** ` This Power of Attorney. is granted and is signed and sealed by facsimile under and by the authoritr.otihe.fol1ow1rig Resolution adopted by the Boats of anyctors of ih Cotn'tha$� ti August 209 RESOLVED that the Pre dent n conjunction with`Se cretary% or any Assistant Secretary eRP'fltieys in -tact oageflt5dtth?adlhol s defined or limited in the instrumentevidencing the appointmentin each case, for and" on. behalf of the Company; to execute and deliver and affix the seal of Company to bands undertakings,;recognrzances and suretyship obligations of all kinds-, and said ot3icers may r.ernnve any such attorney -in - G ent aci Kauoka �srd9rney AAu,g� ref to sti¢t1 tons i,t SOLVED FtJ HERtar taci undertaking,' cogrii e, su ys p obriga sh ( f inrring upont comp yywhe G RESOLVED °< (1) when signed' by the: President or Vice -President and attested and sealed fd a seat is required) by any Secretary or Assistant Secretary or (HI when signed by the President or any Vice -President or Secretary or Assistant Secretary, and counter signed and seated (if a seal is regtdrad) by a duty f n W prized attomsy t-iaatpt a etat rrr r }when eci ed t aealed if a seal l Qn •r attorney er►ts � R by the t; a rc ,acrd rrEhin the xt of �x Par�J by awe a RESOLVED FURTtif:R, that the signature of any authogzedofficer and the seal of the Company may be.affuced by facsimile to any power of attorney died such Sign re acrd Yrhen :S!. ttea @ ttt�a.saat rc as ateugr r asuY >�► gary�,etteas 11 1 i17tVES55Ilt1 RIEO! rnetl�it « ety Gasualt tnsti o puny has causes`Its dfkc.sl tatlnlo affixes na t€t r, ►ls lee 5igned.by its "President .anrt,attested t y its Secretary this V' day of August 2049 r '2 3ih y. 5x ♦ «s��/� 6� t * 3 C S:- a '� d'''` �". �, ixl Y ; $ `� Ambuj Jain -�- ) � Joseph D ; r STAlE OF GEO G1A E 3 4 COUNTY OF COBS ) C ` d d Ja this 6"` da&' Aog4 �, Ff a Persona a�o r. J[ to ;�; a y dul+� tita su r ► ; : t��Psti" }#he Presiuf6atetartai��asualty Irs�nc�orratraa,carporation:. Rltlttttaa8aited meows r„ 4s the seat o ftre a rperttttonat the e.seal axed to e. said ihs metlt is suclaz�aorpora eeaJabw� se Directors of said corporation and that he signed his name thereto by like order, aff+ }y oMe th of a. 2<ff7 GJ 1ltlrl"Ervfresltr,1 Jams itey, Notary Public C n an a h ma din HEREBY grrci, e ofri safety triaity y p9,rra,. CSCl ttxatt �4tfre ,; and attached Power oftAtto"rney remak s in lull force and has net been revoked; and kutliermore f if at fhe Resolubo'n'cf `. .6 the 13oatd of biectovs, se in the said Power of Attorney, is now in force, •�aY-^u fit.. `r' Datedthis In tta8 Coy the Ste of i ets a Da�� �(goed'and seated t' sera y k - An,a in�T� '+t• .5 ;-_ _ :,. Y 7.3Y :.`.r :. r;c - CC r..: a 3- • OR�GiI ALS OF THIS PT)-i ER flrA 11DR BEY ARE PRINTED iYITH'RBD Ndi vIER'ICAL NUMB DUPLICATES SHALL HAVE THE SAME FORCE AND FFPECC, AS AN ORIGINAL ONLY WHEN ISSUED IN CONJUNCTION LS WITH THE ORIGINAL ' • 4. t Yty �- 4 5.. „r r z 3 X .4 <- X� 4. y (- l2. PICKI-1 OP ID: SC CERTIFICATE OF LIABILITY INSURANCE ©AT03/19DIYYYY) a311911z 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,AN D THE CERTIFICATE HOLDER. - .. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the'pollcy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions oft he policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsements . PRODUCER 479-756.6330 Farris Insurance Agency Inc 479-756-9262 PO Box 345 Springdale, AR 72765 Jeff Jech CT NOAME: PHONE FAX No): E' pI INSURER(S) AFFORDING COVERAGE NAIL # INSURER A: Union Standard Insurance 31325 INSURED Pick -It Construction, Inc 10024 N Campbell Rd. Fayetteville,A R 72701 INSURER B:Western Surety Company INSURER C: INSURER D: INSURER E: rnvFRA(FS 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. ifJS TYPE OF INSURANCE GBL B P LICY POLICY EFF POLICY EXP LIMITS A GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE a OCCUR X CNA4573856 } 12109/11 12!09112 EACHOCCURRENCE $ 1,000,00 GAM TO RENTED PREMISES lEa occurrence $ 100,00 MED EXP (Any one person) s 5,00 PERSONAL & AOV INJURY $ 1,000,00 GENERAL AGGREGATE $ 2,000,00 GEN'L AGGREGATE LIMIT APPLIES PER: POLICYEl PRD- LOC PRODUCTS - COMPIOP AGO $ 2,000,00 $ A AUTOMOBILEUABIUTY ANY AUTO ALLOWNED SCHEDULED AUTOS X AUTOS NON -OWNED X HIREDAUTOS X AUTOS CAA437237711 12!09111 12/09112 COMBINED SINGLE LIhU Ea accident $ 1,000,00 ' BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE Paracc,denl $ - A X UMBRELLALIAB EXCESS UAS X F OCCUR CLAIMS -MADE CUA4573860 12/09/11 12109112 EACH OCCURRENCE $ 1,000,00 AGGREGATE $ 1,000,00 OED X RETENTION $ 10000 $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETORIPARTNERIEXECUTIVE Y� OFFICER/MEMBER EXCLUDED? (Mandatory in NH) Aes, describe under =SCRIPTION OF OPERATIONS below NIA WCA437340712 12/09111 12109/12 WCSTATU- I L 0TH - TRY LIMITS ER E.L. EACH ACCIDENT $ 1,000,00 E.L. DISEASE -EA EMPLOYEI $ 1,000,00 E.L. DISEASE - POLICY LIMIT $ 1,000,00 B AR Contractor License Bond 61204606 01/05112 01/05/13 bond 10,00 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101 Additional Remarks Schedule, H more space Is required) The City of Fayetteville is listed as an additional insured m regards to general liability. CERTIFICATE HOLDER CANCELLATION CITYFAY 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 Attn: Inspection Division 575-8202 AUTHORIZED REPRESENTATIVE Jeff Jech 113 West Mountain iFavetteville.AR.12701 © 1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010105) The ACORD name and logo are registered marks of ACORD PDF created with pdfFactory trial version www.pdffactary.com �� Lj EVIDENCE OF PROPERTY INSURANCE I DATE IMMIDDfYYYY) 03119/2012 THIS EVIDENCE OF PROPERTY INSURANCE IS ISSUED AS A. MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE ADDITIONAL INTEREST NAMED BELOW. THIS EVIDENCE OF PROPERTY INSURANCE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. AGENCY I PHONEIJA!c No. ,479-756-6330 COMPANY FARRIS INSURANCE AGENCY INC American Zurich Insurance Company PO BOX 345 SPRINGDALE, AR 72765-0345 F NoI:47759262 758 9262 E-MAILDDRSS: sonja@fanisinsurance.com CODE: 14612048 SUB CODE: AGENCY INSURED LOAN NUMBER POLICY NUMBER Pick -It Construction, Inc. BR70948643 10024 N Campbell Rd. Fayetteville, AR 72701 EFFECTIVE DATE 03/16/2012 EXPIRATION DATE 09/16/2012 CONTINUED UNTIL TERMINATES F CHECKED THIS REPLACES PRIOR EVIDENCE DATED: IIYYUKNIA I IUIY LOCATI0NDESCRIPTION 428 S. School Ave Fayetteville, AR 72701 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 EVIDENCE OF PROPERTY INSURANCE MAY BE ISSUED OR MAY PEgTAIN, 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. COVFRAGF INFORMATION COVERAGE! PERILS IF ORMS AMOUNT OF INSURANCE DEDUCTIBLE Builders Risk Coverage Form $1,000 Renovations and Improvements $235,100 All Covered Property at all Locations $235,100 CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE ADDITIONAL INTEREST NAMED BELOW,BU T FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. ADDITIONAL INTEREST NAME AND ADDRESS City of Fayetteville 113W. Mountain; Attn: Purchasing, Room 306 MORTGAGEE I LOSS PAYEE X ADDITIONAL INSURED LOAN# Fayetteville, AR 72701 AUTHORIZED REPRESENTATIVE ACORD 27 12006107) © ACORD CORPORATION 1993-2006. All rights reserved. The.ACORD name and logo are registered marks of ACORD PDF created with pdfFactory trial version www.pdffactory.com City of Fayetteville Staff Review Form Ray M. Boudreaux Submitted By City Council Agenda Items and Contracts, Leases or Agreements NA City Council Meeting Date Agenda Items Only Aviation Division I � I Transportation Department Action Kequirea: Action Required: Signature of the Mayor to approve Change Orders #1 & #2 with Pick -It Construction for necessary modifications to the Hangar Rehabilitation project construction. There is no cost to these Change Orders. Cost of this request 5550.3960.5804.00 Account Number 12002 2012 Project Number Budgeted Item $ - Airport Hangar Rehabilitation Category 1 Project Budget Funds Used to Date $ Remaining Balance Budget Adjustment Attached Date Date F ace and Inte al ervices Director ate Chief of taff Date Mayor Da e Program Category I Project Name Airport Capital Exp Program 1 Project Category Name Airport Fund Name Previous Ordinance or Resolution # 46-12 Original Contract Date: 3/6/2012 Original Contract Number: 2236 Received in City 06-13--1 2 A10:46 RCVD Clerk's Office , Received in Mayor's Office 1 Revised January 15, 2009 17ayeltevilleNa City Council Meeting of: N/A Agenda Item Number: AVIATION DIVISION 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"1 FROM: Ray M. Boudreaux, Aviation Di or DATE: June 11, 2012 SUBJECT: Approve No Cost Change Orders Number 1 and 2 for the Hangar Rehab Project. Signature of the mayor. RECOMMENDATION: Approve No Cost Change Orders Number 1 and 2 for the Hangar Rehab Project at Drake Field. Signature of the Mayor. BACKGROUND: This project is to Rehabilitate the Hangar once used for AATC. The Hangar been extensively modified with classrooms. During the project, extensive water damage was discovered on the ground floor. In order to repair the water damage, we eliminated some work in the break room to cover the cost. Later we discovered that the project did not include filling penetrations in the hangar block wall where HVAC ducts were removed. Both changes to the contract were at no cost. The tenant has taken occupancy of the building. BUDGET JMPACT: This is a no cost change order. Attachments: Change Orders Number I and 2 Staff Review 4500 SOUTH SCHOOL AVENUE, SUITE F - AIRPORT TERMINAL BUILDING • FAYETTEVILLE AR 72701 479.718.7642 • 479.718.7646 FAX- www.accessfayetteville.org/govemmentlaviaton airport_economicdevelopment@ci.fayetteville.ar.us McCLELLAND 1810 N. College Avenue P.O. Box 1229 IllE&"'0N5ULTING Fayetteville, AR 72703/72702-1229 479-443-2377. FAX 479-443-9241 ENGINEERS, INC. www.mcclelland-engrs.com June 7, 2012 RECEIf9D 12 Mr. Ray Boudreaux Airport Manager, Fayetteville Municipal Airport 4500 S. School Suite F Fayetteville, AR 72701 RE: Drake Field Hangar Rehabilitation Fayetteville Executive Airport Dear Mr. Boudreaux: Enclosed please find three (3) copies of Change Orders No. 1 & 2 for Pick -It Construction, Inc. for execution by the City. Please return one (1) signed copy to the Contractor and to our office. If there are any questions regarding this project, please contact us. Sincerely, SULTING ENGINEERS, INC. Enclosures: Change Order No. 1 (3 copies) Change Order No. 2 (3 copies J:\2011\112192 - Drake Hangar\Correspondence\bourdreaux-1-6-7-12.doc . Kd?l.ei&znd C'aneudting inginee o, 3nc. - ,2e6t &iginee%ing. ,Ti'rne." QxFanaao Buaineoo 2009 & 2010 1wwtd Jtecipient Pick -it Construction Inc. 10024 N. Campbell Rd. Fayetteville, AR 72701 Change Order # I Job # 4795 Owner: City of Fayetteville Contract Date: March 12, 2012 Project: Drake Field Hangar Rehab, 4248 South School Fayetteville, Ar. 72701 The contract is changed as follows: # Cost Description 1 0 3' x 4' white vinyl window in hallway upstairs. 2 0 Water damaged drywall removed and replaced in downstairs hallway and large room in rear of first floor 24" high. 3 Credit Revision to original drawings and specifications: Removal of Cabinets and counter top in break room. Breakdown: The original contract sum was $ 235,100.00 Net change by previously authorized change orders $ 0 The contract sum prior to this change order was $ 235,100.00 The contract sum will be increased by this change order in the amount of $ 0 The new contract sum including this change order will be $ 235,100.00 The contract time will be increased by ................................................ ( 1 ) days Accepted By: Pick -It Construction Co. Inc. City of Fayetteville Engineer Pick -it Construction Inc. 10024 N. Campbell Rd. Fayetteville, AR 72701 Change Order #2 Job # 4795 Owner: City of Fayetteville Contract Date: March 12, 2012 Project: Drake Field Hangar Rehab, 4248 South School Fayetteville, Ar. 72701 The contract is changed as follows: # Cost Description I 0 Frame in 11 holes in block wall from previous HVAC penetrations. North wall of Hangar using uniform pieces of Plywood and framing holes to support block. Breakdown: The original contract sum was S 235,100.00 Net change by previously authorized change orders $ 0 The contract sum prior to this change order was $ 235, 1 00.00 The contract sum will be increased by this change order in the amount of $ 0 The new contract sum including this change order will be $ 235,100.00 The contract time will be increased by ................................................ ( 1 ) days Accepted By: Pick -It Construction Co., Inc. City of Fayetteville Engineer