Loading...
HomeMy WebLinkAbout91-97 RESOLUTIONRESOLUTION NO. 91-97 A RESOLUTION AWARDING BID NO. 97-53 IN THE AMOUNT OF $638,384.70 TO MARINONI CONSTRUCTION COMPANY, INC.; APPROVING A CONSTRUCTION CONTRACT IN SAID AMOUNT, APPROVAL OF FEDERAL GRANT AIP NO. 24 FOR THE RELOCATION OF THE DRAINAGE DITCH AT THE FAYETTEVILLE MUNICIPAL AIRPORT, AND APPROVING BUDGET ADJUSTMENT IN THE AMOUNT OF $58,043. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council hereby awards Bid No. 97-53 in the amount of $638,384.70 to Marinoni Construction Company, Inc., authorizes the Mayor and City Clerk to execute a construction contract in said amount. A copy of the contract is attached hereto marked Exhibit "A" and made a part hereof. Section 2. The City Council hereby approves the Federal Grant AIP No. 24 for the relocation of the drainage ditch at the Fayetteville Municipal Airport. A copy of the grant is attached hereto marked Exhibit "B" and made a part hereof. Section 3. The City Council hereby approves a budget adjustment in the amount of $58,043 increasing Federal Grant Matches, Acct. No. 5550 3960 7820 23, Project No. 97053 by decreasing Use of Fund Balance, Acct. No. 5550 0955 4999 99. A copy of the budget adjustment is attached hereto marked Exhibit "C" and made a part hereof. PASSED AND APPROVED this 16th day of _September , 1997. APPROVED: By: �1 red Hanna, Mayor ATTEST)' • By: Traci Paul, City Clerk EXHIBIT A SECTION 00500 CONTRACT THIS AGREEMENT, made and entered into on the /(.(4day of Sep -ten Aer , 1997, by and between John P. Marinoni Construction Company, Inc., Springdale, Arkansas herein called the Contractor, and the City of Fayetteville, hereinafter called the Owner: WITNESSETH: That the Contractor, for the consideration hereinafter fully set out, hereby agrees with the Owner as follows: 1. That the Contractor shall furnish all the materials, and perform all of the work in manner and form as provided by the following enumerated Drawings, Specifications, and Documents, which are attached hereto and made a part hereof, as if fully contained herein and are entitled ed Runway 34 Extended Safety Area and Drainage Improvements, dated July, 1997, including: Advertisements for Bids; Instructions to Bidders; General Provisions; Special Provisions; Performance and Payment Bonds; Specifications; the Proposal and acceptance thereof; and the Drawings. Sheets 1 through 8 2. That the Contractor shall commence the work to be performed under this Agreement on a date to be specified in a written order of the Owner and shall fully complete all work hereunder in 180 calendar days. 3. That the Owner hereby agrees to pay to the Contractor for the faithful performance of this Agreement, subject to additions and deductions as provided in the Specifications or Proposal, in lawful money of the United States, the amount of: Six Hundred and Thirty Eight Thousand Three Hundred and Eighty Four Dollars and Seventy Cents ($ 638,384.70), based on the Total Bid Price contained herein. 4. That within 30 days of receipt of an approved payment request, the Owner shall make partial payments to the Section 00500 - 1 Contractor on the basis of a duly certified and approved estimate of work performed during the preceding calendar month by the Contractor, LESS the retainage provided in the General Provisions, which is to be withheld by the Owner until all work within a particular part has been performed strictly in accordance with this Agreement and until such work has been accepted by the Owner. 5. That upon submission by the Contractor of evidence satisfactory to the Owner that all payrolls, material bills, and other costs incurred by the Contractor in connection with the construction of the work have been paid in full, final payment on account of this Agreement shall be made within 60 days after the completion by the Contractor of all work covered by this Agreement and the acceptance of such work by the Owner. 6. Liquidated Damages: Owner and Contractor recognize that time is of the essence of this Agreement and the Owner will suffer financial loss if the Work is not completed within the times specified in above, plus any extensions thereof allowed in accordance with the General Provisions. They also recognize the delays, expense, and difficulties involved in proving the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty) Contractor shall pay Owner Three Hundred and fifty dollars ($350.00) for each day that expires after the time specified in paragraph 2 for Completion. 7. It is further mutually agreed between the parties hereto that if, at any time after the execution of this Agreement and the Surety Bond hereto attached for its faithful performance and payment, the Owner shall deem the Surety or Sureties upon such bond to be unsatisfactory or if, for any reason such bond ceases to be adequate to cover the performance of the work, the Contractor shall, at his expense, within 5 days after the receipt of notice from the Owner, furnish an additional bond or bonds in such form and amount and with such Surety or Sureties as shall be satisfactory to the Owner. In such event, no further payment to the Contractor shall be deemed to be due under this Agreement until such new or additional security for the faithful performance of the work shall be furnished in manner and form satisfactory to the Owner. Section 00500 - 2 8. No additional work or extras shall be done unless the same shall be duly authorized by appropriate action by the Owner in writing. The Contractor agrees that only domestic steel and manufactured products will be used by the Contractor, subcontractors, materialmen, and suppliers in the performance of this contract, as defined in (a) below. (a) The following terms apply to this clause: 1. Steel and manufactured products. As used in this clause, steel and manufactured products include (1) those produced in the United States, if the cost of its components mined, produced or manufactured in the United States exceeds 60 percent of the cost of all its components and final assembly has taken place in the United States. 2. Components. As used in this clause, components means those articles, materials, and supplies incorporated directly into steel and manufactured products. 3. Cost of Components. This means the costs for production of the components, exclusive of final assembly labor costs. This Contract shall be binding upon the heirs, representatives, successors, or assigns of the parties hereto, including the surety. Section 00500 - 3 IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the day and date first above written, in four (4) counterparts, each of which shall, without proof or accounting for the other counterpart be deemed an original Contract. John P. Marinoni Construction Co., Inc. Contractor WITNESSES: B-'1 Title ATTEST: Ne D2pu y G /y -Yfrr City of Fayetteville Owner By Mayor Title Section 00500 - 4 as......�.,,.n.e.,:.,.. �.,.� .r�R�. n._.�, "_...,�r... -�.. .....: ..W:..v-s"�. w..a�.,ii.�..ra...,-.L'�. -ir .s..X.sc��.y:�'tx. TN21Novl Lo.� STAFF REVIEW FORM �� ) ' j I�� AGENDA REQUEST CIE xx CONTRACT REVIEW I' GRANT REVIEW { 14 For the Fayetteville City Council meeting of N/A FROM: Dale Frederick Airport General Gvmt. • Name Division Department t•------------------------------------- i ACTION REQUIRED: Request review, approval and the Mayor's signature for a deductive contract change order with John P. Marinoni Construction Co., Inc. for the Runway 34, �•:' Extended Safety Area. The final contract quantities reflect increases in some items V and decreases or elimination of others. The one design change in the project was a • gate located at the low water bridge. The original 12 -foot gate was replaced with a double 8 -foot barbed wire unit. The design change of the gate allows vehicles to break through the gates with little or no damage to the vehicle or gate. This change:. order results in a net deduction of $23,026.01 in the total ap proved contract costs. COST TO CITY: VV V S_(23.026.01) $_698.526.00 Runway 34 Safety Area • Cost of this Request Category/Project Budget Category/Project Name 550-9&55.24 5 629,956.27 Capital VS Account Number Funds used to date Program Name ` £a 97053.0001 $_68,569.73 Airport Project Number Remaining Balance Fund B ET IEW: X Budgeted Item dget Adjustment Attached B get Coordinator ------Admi dstr---ve-ServicesDirector------------ CONTRACT/GRANT/LEASE REVIEW: GRANTING AGENCY: \' a /-//-19 Acc nt' Manager Date A C ordinat Date O �� C e Date I ernal Auditor ���� Date Purchasing Officer Date + sa STAFF;, RECOMMENDATION: Staff recommends approval of this change order.*wt 'ads ----- ----- ----- ------------------------- w Division ead Date fi Cross Reference D art dkrector Date New Item: Yes No yY7 A i St t • Ve Services l r h°' IQ Prey Ord/Res#: ��-�%7 a Director Date �tI'r3 Orig Cont. Date: Mayor V Datek. ; L1 x �z } '1 Y ado �y • z az� • ' M o $ ?O� N O O O N O - O V, C 0-0-00000 () r C.') O LA N O U N lfl Cl) d1 - V) �O W 00000 O in O C W �-- N O ut J O( Cl. O 0 O ON — O O C Cn N W V. uh W W O J C_ i . A N 0 O 0 O O 0 0 A . 'O 0 O 0 In C 0 C _ _ _ —1 C O O O FJ U. C C C a)y�.• - N • Cl, I..) W A 00 N 00 N © L � W (i9 69 b O O N 00 In O (F)).') N Cl) In •,. o%ACO CCin K: .. s ;w Vt O O O 05 O O C U9 • f- v O (n y J O -. N D k'y 000 r) Q2Y 0 O0 U 05 A w W V)00 U) A O Cl) 00 (I) M'Y :-y* V O A Vt O O ,C) O O O O 00 O\ 05 0 O J 0 ut r. L.') Cl) Cl) W A^tsi v r + O 00 OS CO OS V• J A GA O� W O O ut W v 0 0 O�0 ri — d O' 0 0 0 05 A 0 0 (I. r) 0 C) OHvi MH [i �y Cr H n>e add o n y n z ,o • r V CONTRACTOR: John P. Marinoni Construction Co.. Inc. • Contract for Grading & Drainage Improvements Contract Date: September 16, 1997 TO: John P. Marinoni Construction Co.. Inc. Contractor J You are directed to make the changes noted below in the subject Contract: THE CITY OF FAYETTEVILLE Owner Nature of the Changes: 1. Change Bid Item No. 12, from a 12 -foot gate to a double 8 -foot gate. Increase the cost for the gate from $500 to $1,335. ADD ..................................$835.00 2. Adjust the final contract quantities and cost according to the following scheduled items and cost. ITEM UNIT No. DESCRIPTION OF ITEM QTY UNIT PRICE AMOUNT 1 Miscellaneous demolition 1 LS $2,500.00 $2,500.00 2 Unclassified excavation 43000 CY $3.85 $165,550.00 3 Select borrow excavation • 1000 CY $12.50 $12,500.00 4 Topsoil excavation and replacement 16500 CY • $7.00 $115,500.00 o 5 Compacted embankment 35000 CY $3.93 $137,550.00 6 Undercut and embankment backfill 2.9 CY $7.50 $21.75 7 Straw bale barrier 0 LF $5.00 $0.00 8 Filter fabric barrier 0 LF $2.00 $0.00 ki 9 Crushed aggregate base course 829 TN $23.11 $19,146.64 10 Remove existing fence 1280 LF $2.00 $2,560.00 11 7 -foot barbed wire fence 2481 LF $10.06 $24,958.86 12 Double 8 -foot barbed wire gate 1 EA $1,335.00 $1,335.00 13 Adjust ODALS bases and electrical 1-. EA $9,000.00 $9,000.00 • 14 Replace ODALS cables and place in conduit 1 LS $14,350.00 $14,350.00 15 Replace ILS control cable and place in conduit 1 LS $22,350.00 $22,350.00 16 " Creek stabilization 380 SY $28.50 $10,830.00 .17 Trench and excavation safety system 1 LS ' . $21,500.00 $21,500.00 ` 3r 18 Seeding, fertilising, and mulching , 23.8 AC $300.00 ' $7,140.00 19 Sodding 350 SY $18.60 - . $6,51000 G: CHG 0RD19719721371C0-NUM2.WPD:sr. J:!r ITEM UNIT No. DESCRIPTION OF ITEM QTY UNIT PRICE AMOUNT 20 Ditch structure crossing 1 LS $30,000.00 $30,000.00 21 Rip -rap removal and reuse 754.7 SY $9.35 $7,056.44- 22 Third party insurance coverage (rider amount) 1 LS $5,000.00 $5,000.00 • REVISED CONTRACT AMOUNT $615,358.69 . These changes result in the following adjustment of Contract Price and Contract Time: CONTRACT PRICE prior to this Change Order: $ 638.384.70 Decrease Resulting from this Change Order: - $ 23.026.01 ✓ CONTRACT PRICE Including this Change Order: S 615.368.69 Completion Time Prior to This Change Order: 300 Calendar days Current Contract Completion Dates Including This Change Order: 300 Calendar days The Foregoing Changes Are Recommended: McCLELLAND CONSULTING ENGI RS INC. By: 1998 Date: d l�- ZD The Foregoing Changes Are Accepted: / STAFF REVIEW FORM Page 2 Description: Meeting Date: N/A Change Order #1 for John P. Marinoni Construction Co.Inc. Comments:. _ r Budget Coordinator Reference Comments: Accounting Manager Reference Comments: � rr City Attorney Reference Comments: Purchasing Officer Reference Comments: II' ' ADA Coordinator Reference Comments: Internal Auditor • Reference Comments:rs' �kq si�. rK.i SUBJECT CHANGE ORDER #1 FROM JOHN P MARINONI CONSTRUCTION CO a� a CHANGE ORDER No. I Date: March 27. 1998 ENGINEER'S PROJECT NO. FY972137 PROJECT: Runway 34 Extended Safety Area CONTRACTOR: John P. Marinoni Construction Co.. Inc. Contract for Grading & D Improvements Contract Date: _September 13 199 v uaa ��y Drainage �mpra7Ve�itcn�S voinlat.t vala. �i=ULC111UC1 IC). I�y7 TO: John P. Marinoni Construction Co.. Inc. Contractor 1 You are directed to make the changes noted below in the subject Contract: Nature of the Changes: 1.: Increase in the Contract time to complete the Project. Justification: The project site has been extremely wet during the time from December 1997 through March 1998 which prevented the Contractor from proceeding with the work. The next several months should provide more favorable weather conditions for work to proceed. • These changes result in the following adjustment of Contract Price and Contract Time: CONTRACT PRICE prior to this Change Order: $ 638.384.70 Estimated Increase Resulting from this Change Order: $ 0.00 { Estimated CONTRACT PRICE Including this Change Order: $ 638.384.70 • Completion. Time Prior to This Change Order: 180 Calendar days Final Completion Time Prior to This Change Order: 180 Calendar days Net Time Change Resulting From This Change Order: a. Final Completion: 120 Calendar days Current Contract Completion Dates Including This Change Order: a. Final Completion: 300 Calendar days The Foregoing Changes Are Recommended: McCLELLAND CONSULTING E GINEERS, INC. By: C/q 1999 The Foregoing Changes Are Accepted: John P. Marinoni Construction Co.. Inc. By: Date: / — 1999 The Foregoing Changes Are Approved: City of Fayetteville By141 Date: i 1999 ETTEVILLE fEVILLE, ARKANSAS AENTAL CORRESPONDENCE �..Rx.rM..n+.a....+'". ter...,.,..;,. .................,.....: n.,.,s...o. n:-_.+. ...,+.....+•�..�....�.e...:1 . 4 ._ _ __.. .. _ / { FAVETTEVILT F, THE CITY OF FAYETiEVIIIE, ARKANSAS DEPARTMENTAL CORRESPONDENCE January 19, 1999 To: Dale Frederick, Airport From: Heather Woodruff, City Clerk RE: Change order for Marinoni Construction for the Runway 34 Extended Safety Area • Dale, I have attached a copy of the completed staff review form and second change order with Marinoni Construction Co. for the Runway 34 Extended Safety Area for your records. I am also returning four signed change orders for you to distribute to the appropriate people. As a reminder of our conversation earlier today, my records and the Internal Auditor's records are missing the first change order for this contract. It is my understanding that the content of the first change order was to allow the contractor more time to complete the project. Please forward the staff review form and change order to my office as soon as possible. Thank you for your assistance. cc. File Internal Auditor