HomeMy WebLinkAbout103-84 RESOLUTION•
•
RESOLUTION No.103-84
A RESOLUTION APPROVING A CHANGE ORDER IN THE CITY'S T -HANGAR
CONTRACT WITH STRUCTURAL SYSTEMS TO PROVIDE FOR THE INSTALLATION
OF A GARAGE DOOR OPENER.
BE IT RESOLVED BY THE BOARD OF DIRECTORS OF THE CITY OF FAYETTEVILS.F,
ARKANSAS:
That the Board of Directors hereby approves a change order in
the City's T -Hangar contract with Structural Systems dated October
14, 1983, to provide for the installation of a garage dbor opener
at a cost of $3,549.00.
PASSED AND APPROVED this
%st ! 6At6)'iFs w
:-n
n ilk i4
\°,17:: F
<JA .44y4 .....
ATTEST:
•
•
•
4th
day of September
APPROVED:
, 1984.
It.
•
TO: JIM McCORD
FROM: STURMAN
MEMORANDUM
DATE: 10-6-83
SUBJECT: LEGAL ASSISTANCE
Please perfect a brief contract for execution by Mayor and City
Clerk between the City and Structural Systems, Inc. of Springdale,
Arkansas for construction of a 140' x 50' executive, pre-engineered
metal T -Hanger to be constructed on the west side of Drake Field
in accordance with the Minimum Specifications and Conditions,
Exhibits "A", "B", and "C", and Addenda No. 1 and 2, Bidders Proposal
dated September 8, 1983 including the optional garage doors on each
end of the building. Other assessory sheets are attached namely,
Bidders Certification of Equal Employment Opportunity and 5% bid bond
and acknowledgment of receipt of addenda. Colors are to be selected
by City at contract execution.
•
11
1
MICROFILMED
RESOLUTION N0.103-84
)k
A RESOLUTION APPROVING A CHANGE ORDER IN THE CITY'S T -HANGAR
CONTRACT WITH STRUCTURAL SYSTEMS TO PROVIDE FOR THE INSTALLATION
OF A GARAGE DOOR OPENER.
BE IT RESOLVED BY THE BOARD OF DIRECLURS OF THE CITY OF FAYETTEVILLE,
ARKANSAS:
That the Board of Directors hereby approves a change order in
the City's T -Hangar contract with Structural Systems dated October
14, 1983, to provide for the installation of a garage door opener
at a cost of $3,549.00.
PASSED AND APPROVED this 4th
A1'1'hST:
day of September
APPROVED:
, 1984.
•
•
CONTRACT
This Contract executed this 14th day of October,
1983, between the City of Fayetteville, Arkansas, hereinafter
called the City, and Structural Systems, Inc., hereinafter
called the Contractor.
In consideration of the mutual covenants contained
herein, the parties agree as follows:
1. The Contractor construct on the west side of the
Fayetteville Municipal Airport (Drake Field),one 140' by f50'
executive, pre-engineered metal T -hangar. The Contractor
shall commence work within 5 calendar days from receipt of a
•
notice to proceed issued by the City and shall colplete
construction within 120 calenda±•days (excluding Saturdays,
' i • , 4 - .S ",.. ,.. .` e
Sundays, national or state holidays and rainy days•as evidenced
by Contractor's daily log) after receipt of said notice,to
f.,
proceed. Time is expressly made of the essence of this -
contract. In the event construction is not completed within
the time prescribed hereby, the Contractor shall pay the
City the sum of $150.00 per day as liquidated damages, and
not as a penalty, for each day beyond said 120 day period
construction is not completed.
2. The Contractor shall provide all equipment, tools,
labor, and materials required for the construction of the
above-described project.
•
•
- 2
3. The City shall pay the Contractor .,a lump -sum of
$104,568.00. Said consideration shall be payable to Contractor
in a lump sum upon completion of the above-described work.
4. The Contract documents which comprise the contract
between the City and the Contractor consists of this Contract
4.
and the following documents attached hereto and made a part
hereof:
(a) Minimum Specifications and Conditions,
Exhibits "A", "B", and "C", and Addenda No. 1 and 2;
(b) Bidder's Proposal dated September 8, 1983.
(Colors are to be selected by City upon
execution hereof.)
5. The Contract documents constitute the entire
agreement between the City and the Contractor and may be
modified only by a duly executed written instrument signed
by the City and the Contractor.
6. The Contractor shall not assign his duties under
the terms of this agreement.
7. The Contractor agrees to hold the City harmless,
and indemnify the City, against any and all claims for
property damage, personal injury or death, arising from
Contractor's performance of this Contract.
IN WITNESS WHEREOF, the parties have executed this
Contract on the date first above written.
CITY OF FAYETTEVILLE, ARKANSAS:
•
•
t
S
GENERAL CONTRACTORS
<L'OeIyMEp
structural systems, inc.
9,p . &, /923
,fie: (.04d-- 4c-60-• - 60-•
b
CP�
0A2.0
ib( iF 3,s 4
1516 WEST SUNSET P. O. BOX 824 SPRINGDALE, ARKANSAS 72764 501/751-3730
r
GENERAL CONTRACTORS
titiseitti
structural systems, inc.
)1414
e. . to--... 4/� din
•
)"� '2 E. s. x q d Ja
�
d e`�
14J r
1516 WEST SUNSET P. O. BOX 824 SPRINGDALE, ARKANSAS 72764 501/751-3730
•
•
NOTICE TO PROSPECTIVE BIDDERS
•
Re: West Side Hangar at Drake Field
Opening: 10:00 a.m., September 8, 1983
ADDENDUM NO. 1
1. The enclosed wage rate determination #83-24, dated August 17, 1983 must
be used in compiling a bid proposal on the referenced project.
2. "Saw Service" throughout the project to completion shall be the sole
responsibility of the Contractor and such cost shall be included in the
lump sum - not to exceed bid proposal.
Sincerely,
C>f</1(-
turman Mackey
Purchasing Officer
cc Ede Hogue, Airport Manager
,pag;_ 1 of 1
DATE:
PROJECT:
ARKANSAS DEPARTMENT OF LABO1
PREVAILING WAGE DETERMINATION-BUILD1?WC-NRATt
August 17, 1983
West Side Hangar Building
Drake Field Airport
Fayetteville
Washington County
DETERMINATION # 83-24
COUNTY Washington
EXPIRATION DATE: 12-17_83
BASIC
HOURLY FRINGE
RATE BENEFITS
BRICKL.1YERS 9.00
CARPENTERS 7.92
CEMENT MASONS 7.67
ELECTRICIANS 9.51
GLAZIERS 7.60
IRONWORKERS - 6.87
LABORERS_
Common 5.23
Mason tenders 5.67
P lasterers tender 7.45
PAINTERS 8.00
PLASTERERS 11.22
PLUMBERS-PIPEFITTERS 11.46
ROOFERS 7.50
SHFET METAL WORKERS 7.51
• TILE SETTERS 10.00
TRUCK DRIVERS 6.05
•
POWER EQUIPMENT OPERATORS:
Asphalt finishing
Asphalt pavers
Asphalt rakers
Asphalt Dist. operators
Bulldozers
B ackhoe
Cranes
Rollers
Motor patrol operator
Foundation drill operator
S crapers
6.15
6.05
6.39
5.82
5.95
6.65
6.87
6.52
6.88
7.29
1.14
12%
12%
11%
16%
WELDERS --receive rate prescribed for craft performing operation to
which welding is incidental.
Addendum #2
FAYETTEIVILLE,
P.O. DRAWER F
August 24, 1983
DEPARTMENT OF
72702
ARKANSAS
FINANCE
CITY OF FAYETTEVILLE, ARKANSAS
Addendum to Specifications
for
West Side Hangar 50' x 140'
Drake Field
OPENING: September 8, 1983
(1) Office ceiling joist shall be 2" x 6" instead of 2" x 4".
(2) Ceiling shall be decked with 5/8" CD plywood.
(3) Lighting of each hangar area shall be with six (6) Super
Metal Halyde (400 watts each) lights evenly spaced in
the hangar area.
Sincerely,
Sturman Mackey
Purchasing Officer
cc: Ede Hogue
Airport Manager
r
(501) 521-7700
•
•
•
NOTICE TO BIDDERS
CITY OF FAYETTEVILLE
RE: West Side Hangar -Drake Field
This sheet must be submitted with each bid proposal.
Receipt of the following addendums are hereby acknowledged:
Addendum No. 1 Yes
X
-Addendum'Not`2 " Yes A/
Yes
Addendum No. 3
Signed c �9
>let pamtat,
Company ame
4A,- Art
Basi
Ad ress
No
No
No
4.
, ale Tr/ 0 /
ity, State, Zip Code
37a0
Phone Number
U: S. DE PAR i..ENT CF HOU :IC L:10 Ca3..:: CEVELOP ENT
CERTIFICATION OF BIDDER REGARDING
ECUAL EMPLOYMENT OPPORTUNITY(
INSTRUCTIONS
mEm
This certificcticn is required pursuant to Executive Order -11246 (30 F. R. 12319-25). The implementing.
•;rulei and-regu`1cNcns`provide that-ony-bidder.or:prospective contrac or _et ony of Their,proposed:3ubcon .: t4
,,,...,rasters, shall state as an,initial pert ()like bid or -negotiations of the contract whether it hos 'portici• 1•
•
•
Ipated in ony previous contract or subcontract subject to the equal opportunity -cause; and, if so, whether?•
•
lit hos filed ell compliance reports due under applicable instructions. •
.Where the certi(icctian indicates that the bidder has not filed a compliance report due under opplicabler
•
instructions, such bidder shall be required to submit a complionce report within seven calendar days
loiter bid opening. enin - , ; -.....
9..No.eontract shall Se�awgrded unless such�r'epoit is 'submitt-ed.
MEI
•
•
'Bidder's Name:
Address:
i
CERTIFICATION BY BIDDER
�. siru , G-c.a 7996 /
Bidder has perticipa:ed in a previous contract or subcentrect subject to the Equal Opportunity
Clause. Yes X] No 0
;�i•2. Compliance reports were required to be filed in connection with such contract ar. subcontract.
Ycs J No
3.
.=
'Bidder hos'(iled.oll. compliance reports due under applicable it%strucftbn's, including'SFX100:
, Ycs No 0 None Required tj
`. 1f answer to item 3 is " No," plcasecexplcin in detail on reverse side of this certification.
•
Lerrification — The information above is true and complete to the best a( my knowledge and belief.
zea-7;kkel
t.AYtl 1 fLE QI SIGNL. 1"LC•SC:.I IVC 1.
/r. e_i
SIGMA r uaE
. fPr?crou Edt•tic^s C sc:e:c
9-7-X3
OAC
3-1
Contract 1 1 (Revised ( 1-1e )
,..,>.. ..,�
,i:.tr.n l+: "n t,(!' t" .. kikt g', ,'n
, 1,;:: R �, attk,� �' .� :: �.
9'4fr'\)zt;rtf '�\r;':?(i7J woreo�y,rzrl 't L?; �" �4`.:::Iroxs.::00 .;J...ee.::"r/M\1\11. .
��S l:� .... fa\\ r .i: �;1. t; :3:1. \. t �f..�,..:. z .�.
UNITED STATES EI®EE
"
COMPANY
ARANTY
, 1
Nt
.
: j
iti>
,ese
IA Stbck-TO any)
J
='w
BID BOND
�'Eea
t
BOND NUMBER
KNOW ALL MEN BY THESE PRESENTS:
�.-.
THAT Structural Systems, Inc.
of Fort Smith, Arkansas
sg_
-- -- --- - as_Brincipal.,_and UNITED STATES FIDELITY AND
?
GUARANTY COMPANY, a Maryland corporation, as Surety, are held and firmly bound unto?
City of Fayetteville, Arkansas
°'"-Five
j
Percent (5%) Total Amount Bid
as Obligee, in the full and just sum of
_:
r
Dollars,
lawful money of the United States, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors,
-'�
administrators, successors and assigns, jointly and severally, firmly by these presents. .
y;
WHEREAS, the said Principal is herewith submitting its proposal for proposed Hangar Bid, wes`tSide,
Drake Field Airport. _
'r
• •c
I
f
-
THE CONDITION OF THIS OBLIGATION is such that if the aforesaid Principal shall be awarded the contract the said Principal will, within the
I
E:-
F>�
time required, enter into a formal contract and give a good and sufficient bond to secure the performance of the terms and conditions of
— the contract, then this obligation to be voidi otherwise the
Principal and
Surety will pay unto the Obligee the difference in money between
::
the amount of the bid of the said Principal and the amount
for which
the Obligee legally contracts with another party to perform the work
,,
if the latter amount be in excess of the former, but in no event shall liability hereunder exceed the penal sum hereof.~,
=
j- 9
_
l`..
' J
Signed, sealed and delivered September 8, 1983
- _
7..r.::
(Date) ,
w
:;
I`Cs.by'
Structural Systems, Inc. '(EAU`
5 _
..
61'i0,'*
ISEAu
TES
-
pp TY AND GUARANTY'COMPANY
.UNITED
4�L
//Fl
fes•
/ 4 Attorney--inn-fact
21
Sa1n B. Hiller
��
:;':--,.:1:::\
la t.
.i
s1i l5..... ...4
ti�•..1u 1. p:..::S:nii':
' r: i •. �v.:._. '.5\L %t.. ,,l..'nr ..:-s�\�1,.. itlli/'s" 15 I. i. _y�;.:,i`� f .... .s✓12 ti..
Contract 1 1 (Revised ( 1-1e )
•
CERTIFIED COPY
GENERAL POWER OF ATTORNEY
No 92513
Know all Men by these Presents:
That UNITED STATES FIDELITY AND GUARANTY COMPANY, a corporation organized and existing under the laws of the
State of Maryland, and having its principal office at the City of Baltimore, in the State of Maryland, does hereby constitute and appoint
P. G. Brown, Gaylon B. Brown, Sam B. Hiller and Larry R. Clark
of the City of Fort Smith .Stated Arkansas
ite true and lawful attorney g in and for the States of
Arkansas and Oklahoma
far the following purposes, to wit:
To sign its name as surety to, and to execute, seal and acknowledge any and all bonds, and to respectively do and perform any and
all acts and things set forth in the resolution of the Board of Directors of the said UNITED STATES FIDELITY AND GUARANTY
COMPANY, a certified copy of which is hereto annexed and made a part of this Power of Attorney; and the said UNITED STATES
FIDELITY AND GUARANTY. -COM -COMPANY: througn us; irs Board'ei-Directors,'hereby Fetifies and counrme elf -and wnatsoeverxP1a]iatd;
anyone of the said P. G. Brown and the said Gaylon B. Brown3'tnd'the
said Sam B. Hiller and the said Larry R. Clark A . "'"?-'4i
t+ sa 4;0
may lawfully do in the premises by virtue of these presents.
a. t. A i."
In Witness Whereat the said UNITED STATES FIDELITY AND GUARANTY COMPANY has cans d�this efiumentrto he
scaled with its corporate seal, duly attested by the signatures of its Vice -President and Assistant Secretary, this Qth L>~day of
November • A. D.19 81 r, �. !
UNITED STATES FIDELITY AND GUARANTY COMPANY.
(SEAL)
STATE OF MARYLAND,
BALTIMORE CITY,
ar:
(Signed) By James A. Mappus
(Signed) .... Ray ..H....Br.itt
Vice -President.
Assistant Secretary.
On dda 20th • day of November , A. D. 19 8l before me personally came
James A. Mappus , Vice•President of the UNITED STATES FIDELITY AND GUARANTY
COMPANY and Ray Z. Britt , Assistant Secretary of said Company, with both of
whom I am personally acquainted, who being by me severally duly sworn, said that they, the said James A Mappus
and Ray H. Britt were respectively the Vice -President and the Assistant Secretary of the said UNITED
IF
SPATES. FIDELITY AND GUA.GNTY. COMPANY.. the corporation described an and which executed the.oregoina Power of Attorney•
that they iaeli knew the seal of said corporation; that the seal affixed to said Power of Attorney was sock corporate seal, that it was
so fixed by order of the Board of Directors of said corporation, and that they signed their names thereto by like order as Vice -President
and Assistant Secretary, respectively, of the Company.
My commission expires the first day in July, A. D. 19.82...
(SEAL) (Signed)
STATE OF MARYLAND
BALTIMORE CITY,
J Set.
Margaret M. Hurst
Notary Public.
I, Charles W. Mackey, Jr. , Clerk of the Superior Court of Baltimore City, which Court is a
Court of Record, and has a seal, do hereby certify that Margaret M. Hurst , Esquire, before
whom the annexed affidavits were made, and who has thereto subscribed his name, was at the time of so doing a Notary Public of the
State of Maryland, in and for the City of Baltimore, duly commissioned and sworn and authorized by law to administer oaths and take
acknowledgment, or proof of deeds to be recorded therein. I further certify that I am acquainted with the handwriting of the said
Notary, and verily believe the signature to be his genuine signature.
In Testimony Whereof, I hereto set my hand and affix the seal of the Superior Court of Baltimore City, the same being a Court
of Record, this 20th dayof November ,A. D.19 81
(SEAL)
FS 3 (6-77)
(Signed)
Charles W. Mackey, Jr
Clerk o/ the Superior Court of Baltimore City.
..Llmaf»S yuaity ni .
/
s r �Y
U%�Y
(nee).......
` £861 `8 .1aVia 3dag uo ANVdHIOo
AINVIIVI1O CNV III'I3QI4 $31V1S C311NII a41 3o Ieos ail pue puny Aw ps mousy aeeq 1 '(oaaaydi auotupsal sq
•2upaam p!es 30 salnulw alp w papaoaai se 3031341 alogm aq1 pue'110911p a:
Pees jo Adoa laaaaoa pue an 1 s! 2uw2alo3 041 1041 pue •ivasa:d SBM Si01O011Q 3o p113011 am 50 wnaonb a 2upaaw y3ryM IC '0161 'A1°1
;o Lep gill aqn 00 'aaowp!eg 3° Aub alp m Auedwv oily 3o a31go aql Ie P3a4 pun paIIs° Alnp 'Auedwoo plus 3o sawaanu 3o pleog
ayi 10 Supaam aeln2al a ie paldope uopn!osai a 3o aavtnsmd in uael2 sem Aauaouy 30 iaMod p!es imp A3lua3 Jatpn; op J puy
'nava pue 93303 fin; u! fins s! put palloea1 uaaq moo sty Aauaone 30 laMod 4314M 442103
ias wan47 se spuoq ugls o1 1IIati1 2uuaModwo pue 2ulzpoglns ' sest e}J.y 6114Ttas q..Iod 30
•
si2eTo •g lfx2BZ pue 2aTTFH •g ores 'unoJg •g uoTReD 'unoag •;D d o2 Auedw03ples Aq
ung Aauaoue jo Jarod Ieu!2uo alp 30 Ado* n3110a pue Ona;';In3 a v! 2u!o2aao3 ayi 1047 AJ!21a3 Minn! °p 'ANVd140o AINVNVfO
QNV AIPI3QLi S31VIS Q311NO a41 30 6ienaaas lueiBissy ue' TTegaflW AaT42aH '1 'I
'OWLS sup ;o Jarmo 3o amino 242 w SuppAae
ao '2appllapun Jo •uope!ndps •uoneWggo 'aaurnuSoaai spuoq sy4na Ate u! Jo] papuold aq Amu 43!4M BuOugluoa Aue to 2u!glAut Jo
2uiop ion as 2wop ail 103 pauop!}$una•°aasosl¢yM san!aedea fp put nue u! aaeaosityM U0R !ue2Jo Jo uopelaossn 13420 Jo Ailledwlunw
'ysaiam! 'sago •Ipoq 'uOdelodioa 'suosaad 10 ub"slad /tie Jo; Jo Aq '30 uopaalold Jo Alpnaa; 041 JoJ paplosa Jo pang •paldaa3t •palapual
'uae!$ •uasen 'apow 'palnoaxa oq o1 panmwnd to pumbal •paM0Jf0 a9 'as!M1ay0 to Ied43lgnm lino! '1a3WWo ao.aa9eo uonez uc io 'Lpoq
'pleoq Aut 3o uopansTP 10 a3paeld ',mum 'enpao •suopineai 'sopa cap Aq Jo 'putlpuno;M3N Jo Auo!op 941 Jo ao epeue3 ;o u0ry!woa
alp 3o saDweold 3ql 30 l0 slams pallup 242 30 Aloniaal ao mug hue 30 Jo saieig paiwn a4i 3o ainm s Aue Aq to 'as!Mlaylo 1O itd!o!unw
'Mt! Aq Amu 10 ale galym 'awes a9l 30 ;aqua 3o amino gap u! 2mylAue ao c$uegtuapun •suoptlndlis 'suope2ggo 's2Duez!u2o3al •Bpuoq
!I9 put Sue 3o suo!ilpuoo gip aaluenn2 pue.alnaixa o1 siva2e ao luau JO '13e3•w-sAauaoue 10 Aavioue su se put 203021 s1! u! 'ospr
put 'Famous Mtn Aq
10 's2uipaaaold 10 suon3e 11e m pa21iuuad 10 pannbal 's2mlleuapun pue spuoq eu!aaiutlen2 10 2unn3axa pue sarilod a3vemsal ucgl
1241° 'memo, 30 saautm °pad sty 2ulaaiunen2 'isiui alteud ao a!Ignd Jo suonlsod 2u!pI0y suomed go Auppy 341 2ula01uentil s13e11
•000 tie pue Aura laellap pus amours 01 '330 su se pue sm00 se! ul 'Ausdwop p!es 3o mac Jo, matte JO lavri-shatuoiie 10 Aauloae se
suosaad Jo uosiad Aug lulodde 01 'leas altlodaoa s71 lapun •saptia/ass 1velsissv s1! 3o auo JO Animas su gum uoil3un[uo3 m s1u3p!sald
-331A si! 30 la4ua ao ivaplsald su laModwa put 021104108 'saop Agony 2! put 'op AutdwoD 6141 lain 'paa,osau J3 39 'aJofaaayl
•pue!puno;Ma3•! 3o Auo!op ail w, pun epeuV3 3o uOunnoQ ay 10
603ale01d alp aI put smug pa2m33 041 JO sapolplal 341 u! pue 'pueIAJEp! =11 131110 Baleis ni awe¢ sii u! ,pee 11 303 lar 01 A]uogine put
iaMod 41M sLaulolle pue slua2e luiodde Auedwop sup 3041 ssau!snq Jo aop3fat11 Ieniaag3 241103 A1O116333a s! 11 4DaJalJdl ivy;
NOLL3110S31I 3O Ad03
CITY;,OF FAYETTEVILLE, ARKANSAS
REQUEST FOR PROPOSALS
WEST SIDE - DRAKE FIELD AIRPORT
PRE-ENGINEERED BUILDING
MINIMUM SPECIFICATIONS AND CONDITIONS
The intent of these specifications is to provide a guide for the design,
fabrication, and erection of the pre-engineered building. The manufacturer's
standard components may be used, provided compon,ents comply with the specified
requirements. The metal building shall be as produced by a manufacturer who
is regulary engaged in the fabrication and erection of pre-engineered metal
structures of the type and quality indicated by the specifications.
Standards
Certification
Data
Structure
- Structural design shall conform to the requirements of the
latest edition of the Southern Building Code Congress
International, Inc., Standard Building Code and provide
for a minimum roof live load of 20 pounds per square foot
and a minimum wind load of 20 pounds per square foot.
Submit written certification prepared and signed by a
Professional Engineer that the building design meets the
indicated loading requirements and the codes of the governing
authorities.
- Submit manufacturer's product data, and color samples with your
bid proposal.
- The building size will be 140' wide by 50' deep with a minimum
building. clear height of 18' above finish floor. Eave height
maximum - 24 feet.
A. Rigid frames shall consist of welded up plate sections,
columns and roof beams with necessary splice members and
plates for bolted field assembly. Interior columns shall
be uniform welded up plate sections, or pipe, with necessary
plates for bolted field assembly.
B. Rear endwall frame shall consist of endwall columns, endwall
roof beams and endwall posts as required by design criteria.
C. Front endwall frame shall be rigid frame type designed for
loads imposed by the hangar door.
D. Secondary structural members shall be manufacturer's
standard components as required by design criteria.
C. Roof slope shall be minimum 1/2:12.
Page 2
Pre -Engineered Building
Minimum Specifications and Conditions
Roof Panels
Wall Panels
Trim & Accessories
Insulation
A. Roof panels shall be roll formed with 1 1/2" deep major
corrugations a minimum 12" on center. The panel side laps
shall overlap one full corrugation. Side laps shall be
continuously sealed. Ridge panels shall be one piece
curved to match the roof slope. Ridge panel cross section
shall match the roof panel.
B. Panel material shall be minimum 26 gage Galvalume coated
steel.
All roof panels to structure and panel to panel connections
shall be made with fasteners recommended by the manufacturer
to insure roof integrity. Self drilling screws will not be
acceptable. The roof system shall carry a U.L. wind uplift
Class 90 rating.
A. Wall panel shall be roll formed with 1 1/2" major corrugations
a minimum 12" on center. Panels shall be one piece from base
to eave. The top of the .panel shall be fabricated with the
major corrugations mitered cut to form 'a closureas it fits
the major corrugation of the roof panel. The bottom of the
panels shall be straight cut.
B. Panel material shall be minimum 26 gage galvanized steel
1.25 ounce coating (G90) conforming to ASTM galvanized
specification A525.
C. The exterior panel finish shall be factory painted to match
the color of the adjacent buildings.
D. Panel fasteners shall be the manufacturer's standard furnish-
ed to match the panel color.
A. Manufacturer's standard rake trim shall be furnished with
metal closures to seal wall panel corrugations.
B. Manufacturer's standard eave gutter shall be furnished with
a minimum of three downspouts per side.
Roof and walls shall be insulated with 3", R-10, .6# density
fiberglass insulation with a white vinyl scrim foil facing.
Insulation shall be furnished with minimum 2" facing tabs on
each side, to be sealed vapor tight.
1
Page 3
Pre -Engineered Building
Minimum Specifications and Conditions
Warranties
A. Manufacturer shall warrant the building to be free from
defective material or workmanship for a period of one
year.
B. Manufacturer shall warrant painted surfaces to be free from
crack, blister, peel, and excessive chalk or fade for a
period of 10 years.
C. Manufacturer and/or Builder shall furnish an unconditional
written guarantee of weathertightness of roofing, siding,
trim and accessories effective for a period of two years.
In addition to the above :specifications, the following items shall be included
in the bid for this building.
1. General: This building is to be installed on the West Side of Drake Field,
along U.S. Highway 71, at a specific location to be determined by field
staking of the building corners at a later date. Generally, the building
will be located immediately south of the Airport Fire Station No. 3.
2. Divider Wall: The building is to be divided in half along the 140 foot
width, so that each side will nominally measure 70 feet wide by 50 feet deep.
This divider wall shall be load bearing and shall be fabricated with material
compatible in strength and design as the rest of the building. The specific
set of plans submitted to the City by the winning bidder, shall show this
divider wall in engineering detail and must meet the approval of the City
Building Inspector. This wall shall have a fire rating to meet code require-
ments.
3. The existing concrete slab, located on site 14, shown on attached Exhibit "A",
attached hereto and made a part hereof, shall be removed from the site and the
entire area graded and smoothed to an elevation ready for forming in the entire
new concrete slab.
4. The concrete slab shall meet the following minimum requirements:
Size: 140 feet OD wide X 50 feet OD deep with 140 feet running north to
south. This shall be 6 inches thick and provide for 4,000 psi mix
concrete and #6 gauge wire mesh throughout.
The perimeter of the slab, shall be insulated under the slab with an
R-3.39 insulation to the satisfaction of the Building Inspector.
The soil where the office slabs are to be poured, shall be treated for
termite protection and a certificate evidencing same shall be filed with
the Purchasing Officer.
NOTE: The actual slab size requirements, may depend on the specific
requirements of the winning bidder. The size noted above is the
minimum acceptable size.
.Page 4
Pre -Engineered Building
Minimum Specifications and Conditions
5. Doors.
A. East Side: Each hangar shall have a 60 foot wide X 18 foot clear
height from finished floor elevation as shown on Exhibit "B", attached
hereto and made a part hereof. These doors shall be electrically
operated and.have a walk through access door built in on the right side
of the left door and on the left side of the right door, so that electrical
service to both doors can be run along the divider wall. Operation of the
doors shall be,by push button.
B. West Side: There shall be a walk through door on each side of the
divider wall as shown on Exhibit "C", attached hereto and made a part
hereof. These doors will permit entry and exit to each office. Addition-
ally, an entry and exit door from each office, shall be installed for
access to each hangar area, as shown on Exhibit "C". Also, an access
door shall be installed for each restroom.
Optional West Side: Garage doors as shown on Exhibit "C", shall be
bid - installed. These doors are to permit entry and exit of autos.
Bid these doors as a separate line item. They are to be electrically
operated, insulated and operated to raise full vertical, if at all
possible.
6. Offices (As shown on Exhibit): Each office is to be fully constructed with
a separate restroom with hot water to a sink (to be electric hot water heater).
This office is to be fully constructed with all walls insulated to meet City
Code and full panelled. The height is to be 8'. Walls are to be constructed
of 2 X 4 on 16" center, with 3 1/2" insulation R-11 and ceiling flat of 2" X 4"
on 24" center and R-19 insulation and 2 flourescent lamps in each office.
There shall be at least one electrical outlet on each wall (110/120 V). Doors
are to be located as shown on Exhibit "C".
Each office shall be fully constructed and ready for use with all utilities
in place. Hot water tank is to be 20 gal. Heating of the office may be by
electric or natural gas, either to meet City Code requirements. Telephone
service shall be roughed in and ready for one phone outlet.
Contractor shall obtain all necessary permits but will not have to pay the
permit fees. However, all of the building construction, is subject to full
code inspections.
7. Heating (Each Hangar Area): Each hangar area shall be heated by a ceiling
hung natural gas heater of at least 300,000 BTU output Modene or equal. Also,
each hangar shall have installed 2 electric paddle ceiling fans, each with -
56 inch blades and move at least 20,000 cubic feet of air per minute.
8. The building plans submitted by each bidder, shall be stamped by a licensed
engineer and/or architect. Also, color pictures of at least 3 separate buildings
constructed elsewhere and presently occupied, shall be submitted with each
bid with the name, address and telephone number for each location.
9. References to trade names in these specifications, is for the purpose of
specifying a minimum quality level of construction below which bids will not
be considered.
r
Page 5
Pre -Engineered Building
Minimum Specifications and Conditions
10. Prospective bidders need not submit an RFP, which proposes to.construct a
"quonset" hut type building. The bids will not be considered.
11. The proposal selected for consideration of bid award, will be the proposal
which:
1. Indicates least cost to the City with the building constructed and
ready for occupancy and use; and
2. The building which indicates the most functional type of structure
and is deemed by the City Board Airport Committee, to be the most
compatible type building for construction at Drake Field and which
would seem to best serve the needs of the Airport in the long run.
12. The proposals will be evaluated by the City Board Airport Committee and
appropriate City Staff and State and Federal Agencies. The final recommend-
ation will be made to the full City Board by the Airport Committee, along
with a recommendation for funding the facility.
13. Each bidder should seal his proposal or (proposals) in separate envelopes,
seal them and clearly mark on the outside of each envelope the;
A. Name of the Bidding Company
B. Address of the Bidding Company;
C. and the words "Proposed Hangar Bid, West Side - Drake Field Airport,
Fayetteville, Arkansas. Bid to be opened at 10:00 A.M. on September 8,
1983."
The exact - not to exceed price of each bid, shall be submitted to the
Purchasing Officer in a separate envelope, sealed to the outside of the larger
envelope. The large envelope is to include a full. description of the proposed
building, color pictures, manufactures literature and other data with pertinent
information necessary for any person to read and gain a full understanding of
the type of building proposed.
If more than one proposal is submitted by the same bidder, each separate bid
proposal envelope shall be marked "Bid A", "Bid B", etc. Both the price
envelope and the large informational envelope, shall be marked clearly, so
that the correct price envelope can easily be matched with the descriptive
literature envelope once the price -envelope has been removed from the larger
envelope.
14. All bidders for this proposed job, shall be licensed under the terms of Act
150 of the 1965 Acts of the Arkansas General Assembly.
15. All bidders on this job, shall carry insurance in the following amounts and -
types: The contractor shall maintain such insurance as will protect him from
claims under workmen's compensation acts and other employee benefits and from
claims for damages because of bodily injury, including death, and claims for
damages to property which may arise out of operations or the work, whether such
operations be by himself or by any sub -contractor or anyone directly or indirectly
employed by either of them. The insurance shall be written by companies authorizes
to do and doing business in Arkansas and for not less than the following limits:
Certificates of such insurance shall be filed with the City before work commences
under any contract or subcontract.
Page 6
Pre-engineered Building
Minimum Specifications and Conditions
Comprehensive General Public Liability with bodily
injury limits. of $100,000 and $300,000 and property
damage limits of $50,000;
Comprehensive Automobile Liability (Owned, hired
and non -owned vehicles) with bodily injury limits
of $100,000 and $300,000 and property damage limit
of $50,000 for each accident;
Standard Workmen's Compensation and Employer's
Liability covering with statutory.,limits;
Contractual liability insurance with bodily injury
limits of $100,000 and $300,000 and property damage
• limits of $50,000.
16. The Contractor, shall adequately protect the work, adjacent property and
public and shall be responsible for any injury due to his or his employee's
(or sub -contractor) act or neglect.
17. The Contractor, shall furnish all materials, labor and equipment required to
execute the project in a competent, prefessional manner. The Contractor, shall
be responsible for workmanship and supervision of his sub -contractors.
18. The work area shall be protected at all times and properly guarded against
intrusion of unauthorized persons.
19. All bid proposals submitted under this invitation, shall be good and firm and
may not be withdrawn for a period of 60 calendar days from the date of bid
opening.
20. All bidders must execute the attached Certification of Bidder, regarding
Equal Employment Opportunity.
21. Women will be afforded equal opportunity in all areas of employment, however,
the employment of women, shall not diminish the standards or requirements for
employment of minorities.
22. A 5% percent bid bond, shall be included with each bid.
23. A 100% performance and payment bond, shall be posted by the winning bidder
within 10 calendar days of contract award.
24. The City's Attorney, will perfect a short contract agreement after bid award
which will incorporate all provisions of the requirements, specifications
and conditions of this Request For Proposals. This formal contract must be
executed by the winning bidder within 10 calendar days after bid award.
25. All work called for herein, shall be completed within 120 calendar days
after the date of execution of the formal contract. If the project is not
completed within this time frame, a fee of $150.00 for each extra day beyond
the specified time frame for project completion, will be deducted from the
total contract award as indicated in the executed contract agreement. Any
such deduction from the contract consideration, will be in the form of
Page 7
Pre Engineered Building
Minimum Specifications and Conditions
liquidated damages and not in the form of a penalty.
26. The City reserves the right to accept or reject any or all bid proposals,
waive formalities in the bidding and make a bid award deemed by the City
Board to be in the City's best interest.
27. This bid (RFP) is subject to the availability of funds.
NOTE AGAIN: All bid proposals are due in the hands of the City Purchasing
Officer, no later than 10:00 A..M., September 8, 1983, at which time the
proposals will be opened and tabulated at the Purchasing Office, located on
the second floor of the Interim City Hall, 115 5. Church Avenue, Fayetteville,
Arkansas.
After bid tabulation, the Chairman of the Airport Committee will then set a
meeting of the City Board Airport Committee, to evaluate the bid proposals
after which a recommendation of bid award will be determined. Bidders may
or may not be called to be present at this bid evaluation. Attendance of
any bidder will be determined at the discretion of the Airport Committee.
If a bidder is called, his (her) presence will be for the purpose of providing
clarification of his (her) bid proposal, answer any questions which the
committee may have, and provide further information regarding his (her)
specific bid proposal.
IMPORTANT NOTE: This evaluation meeting will not be a negotiating session.
28. Questions regarding this Request For Proposals, may be directed to:
Mrs. Ede Hogue, Airport Manager, or
Dale Frederick, Assistant Airport Manager
at 501-521-4750
(or if necessary)
Sturman Mackey, Purchasing Officer
at 501-521-7700, Ext. 345
29. Color - To be selected after bid award.
I) 1 LITT! '
'" 1 ATIO`P
SCALE : IO' 45 Mi.
� I
11
\\ 33'
N / / 16 --_�
SW 1/4 SE 1/4 SEC.33 I 11 /in ; KIJIURF-41•LTOMOBILE PARRiNG \ .\
i (I/ / AREQ__ .
/ / AIR'�REIGMT _NW I/4 NE I/4 S {
— EC.4
RELOCATED >/// / 1 �_/
- GAS LINE L/i/ -$-
N I / T-`---_�..-
\ / •- I _•ARE( RESER\•
I / �' l I (FOR 7LRCRAF7r
� I I• 1 < : BARRIER AND 4, :
J
I/ \) /'� It
1.1 / 1 MAINTENANCE I //1 / /HANGAR_____
' � ": — � ,tf-..4 s � i'I'� 1 I F - w �a I .y _ �_x� /// 41 �1 r .
1 I I_
I i I r-
\\ I I vOYI - OPEO BASE I �/ _ I
\ / I OPERATION I / I HANGAR
\ / / ACCESS ROAVI
D 11j' •
\ I I EMP"
/ I I GATURITY.. iV
—
IIEt::-
- �.
$ /
/ II 1 'I
/1l
ICCOLCUM/ROAD /II I I 6n GAS —_--_J ®. 1 I
—_�f=—__— //
/ — / I.I MAIN - 1
,= -- -----I I t I III 40 i
'i 4/ SE'/4 SW 1/4 SEC.33 I /-
_ II // NE 1/4 WW( 114 SEC.4__----- ��. SE I/4 NW 1/4 •'� it
/ \ FUTURE MLS (EL) 1
I, .
I I %
/ / y-- •.._ _ .-___�\/--_--a.� ^iii\ Q
' / I12�� __ YT ^^._C `ten\ 1• QQ —
_
ii/ �/ .am/ • i_ {
C.
I _ Sofe. Zone cI \\ \•
�\ � `'--- '• 71E-
// \\ .� �� ^I ��
41RCR4FT
DOwry
293'.+,Cr
"`�n��� ,
2502'
U.S. • Hwy. • pRANC ISCO RAILROAD -
SAN
ST LpU15 B - ,,, �vus i
••'. MAGNETIC ��:.; �I
_f.ASTRONOMIC
/
.c "`9, .if�(!k6 .. r - ..o...•
______ .nrrr ttw,+/Y. i1!S `:'Pf f.hlY•'!iiwrNi M.":V r�4:•
f
.__
•'
\.. • YN..tI.. �N N.3Y'�.. i�. .. Ia�l1 M I.
••... ' '. y 4 r
K -v
'f r
)
N
a y
I a
A •n • Pte.H C
�� DC
J.
NYw�H�:-�'�r.m� �. a -•�- - .�} -. _ F.. .r' � v rr-�.r• - �— —a
1 i
io `• ti �
I
I — - 'T! 44 qq VVV . . i
L ](
•
i
ro1Ij '
.
u.Wy
1 •-:1_ •a, i:.r•4,4 .aY.. ..r a. .Qml ..� u.. �:"�N. +RW4iv 5�?n'��1it a#i'!4:�IY ''.^J4i�.r
jl
Cl
CONTRACT
This Contract executed this 14th
0&'7O AIR 8-I4
`\TJ
day of October,
1983, between the City of Fayetteville, Arkansas, hereinafter
called the City, and Structural Systems, Inc., hereinafter
called the Contractor.
In consideration of the mutual covenants contained
herein, the parties agree as follows:
1. The Contractor construct on the west side of the
Fayetteville Municipal Airport (Drake Field) one 140' by ;;950'
executive, pre-engineered metal T -hangar. The Contractor
shall commence work within 5 calendar days from receipt of a
notice to proceed issued by the City and shall complete .
construction within 120 calendar days (excluding Saturdays,
Sundays, national or state holidays and rainy days as evidenced
by Contractor's daily log) after receipt of said notice to
proceed. Time is expressly made of the essence of this
contract. In the event construction is not completed within
the time prescribed hereby, the Contractor shall pay the
City the sum of $150.00 per day as liquidated damages, and
not as a penalty, for each day beyond said 120 day period
construction is not completed.
2. The Contractor shall provide all equipment, tools,
labor, and materials required for the construction of the
above -described project.
2 _
3. The City shall'2pay the Contractor a total sum of
$104,568.00. Said consideration shall be payable to Contractor
as follows: On the 30th day of each calendar month, beginning
November 30, 1983, the Contractor shall be paid for ninety
percent (90%) of the actual work complete. The final payment
to the Contractor (ten percent (10%) of the contract price)
shall not be paid until construction of the aforesaid T -
Hangar has been completed in accordance with the terms of
this contract and said T -Hangar has been accepted by the City.
4. The Contract documents which comprise the contract
between the City and the Contractor consist of this Contract
and the following documents attached hereto and made a part
hereof:
(a) Minimum Specifications and Conditions, Exhibits
"A", "B", and "C", and Addenda No. 1 and 2;
(b) Bidder's Proposal dated September 8, 1983.4
(Colors are to be selected by City upon execution hereof.)
5. The Contract documents constitute the entire
agreement between the City and the Contractor and may be
modified only by a duly executed written instrument signed
by the City and the Contractor.
6. The Contractor shall not assign his duties under
the terms of this agreement.
7. The Contractor agrees to hold the City harmless,
and indemnify the City, against any and all claims for
property damage, personal injury or death, arising from
Contractor's performance of this Contract.
IN WITNESS WHEREOF, the parties have executed this
Contract on the date first above written.
CITY OF FAYETTEVILLE, ARKANSAS:
gy •
MAYOR
ATTEST:
♦. rte.„' /
STRUCTURAL SYSTEMS, INC., CONTRACTOR:
ATTEST:,
i✓�'., Title.;e' 'e`i-
-s—!
CITY OF FAYETTEVILLE, ARKANSAS
REQUEST FOR PROPOSALS
WEST SIDE - DRAKE FIELD AIRPORT
PRE-ENGINEERED BUILDING
MINIMUM SPECIFICATIONS AND CONDITIONS
The intent of these specifications is to provide a guide for the design,
fabrication, and erection of the pre-engineered building. The manufacturer's
standard components may be used, provided components comply with the specified
requirements. The metal building shall be as produced by a manufacturer who
is regulary engaged in the fabrication and erection of pre-engineered metal
structures of the type and quality indicated by the specifications.
Standards - Structural design shall conform to the requirements of the
latest edition of the Southern Building Code Congress
International, Inc., Standard Building Code and provide
for a minimum roof live load of 20 pounds per square foot
and a minimum wind load of 20 pounds per square foot.
Certification - Submit written certification prepared and signed by a
Professional Engineer that the building design meets the
indicated loading requirements and the codes of the governing
authorities.
Data - Submit manufacturer's product data, and color samples with your
bid proposal.
Structure - The building size will be 140' wide by 50' deep with a minimum
building clear height of 18' above finish floor. Eave height
maximum - 24 feet.
A. Rigid frames shall consist of welded up plate sections,
columns and roof beams with necessary splice members and
plates for bolted field assembly. Interior columns shall
be uniform welded up plate sections, or pipe, with necessary
plates for bolted field assembly.
B. Rear endwall frame shall consist of endwall columns, endwall
roof beams and endwall posts as required by design criteria.
C. Front endwall frame shall be rigid frame type designed for
loads imposed by the hangar door.
D. Secondary structural members shall be manufacturer's
standard components as required by design criteria.
C. Roof slope shall be minimum 1/2:12.
Rage 2
Pre -Engineered Building
Minimum Specifications and Conditions
Roof Panels
Wall Panels
Trim & Accessories
A. Roof panels shall be roll formed with 1 1/2" deep major
corrugations a minimum 12" on center. The panel side laps
shall overlap one full corrugation. Side laps shall be
continuously sealed. Ridge panels shall be one piece
curved to match the roof slope. Ridge panel cross section
shall match the roof panel.
B. Panel material shall be minimum 26 gage Galvalume coated
steel.
C. All roof panels to structure and panel to panel connections
shall be made with fasteners recommended by the manufacturer
to insure roof integrity. Self drilling screws will not be
acceptable. The roof system shall carry a U.L. wind uplift
Class 90 rating.
A. Wall panel shall be roll
.a minimum 12" on center.
to eave. The top of the
major corrugations miter
the major corrugation of
panels shall be straight
formed with 1 1/2" major corrugations
Panels shall be one piece from base
panel shall be fabricated with the
ad cut to form a closure as it fits
the roof panel. The bottom of the
cut.
B. Panel material shall be minimum 26 gage galvanized steel
1.25 ounce coating (G90) conforming to ASTM galvanized
specification A525.
C. The exterior panel finish shall be factory painted to match
the color of the.adjacent buildings.
D. Panel fasteners shall be the manufacturer's standard furnish-
ed to match the panel color.
A. Manufacturer's standard rake trim shall be furnished with
metal closures to seal wall panel corrugations.
B. Manufacturer's standard eave gutter shall be furnished with
a minimum of three downspouts per side.
Insulation Roof and walls shall be insulated with 3", R-10, .6# density
fiberglass insulation with a white vinyl scrim foil facing.
Insulation shall be furnished with minimum 2" facing tabs on
each side, to be sealed vapor tight.
Page 3
• Pre -Engineered Building
Minimum Specifications and Conditions
Warranties
A. Manufacturer shall warrant the building to be free from
defective material or workmanship for a period of one
year.
B. Manufacturer shall warrant painted surfaces to be free from
crack, blister, peel, and excessive chalk or fade for a
period of 10 years.
C. Manufacturer and/or Builder shall furnish an unconditional
written guarantee of weathertightness of roofing, siding,
trim and accessories effective for a period of two years.
In addition to the above :specifications, the following items shall be included
in the bid for this building.
1. General: This building is to be installed on the West Side of Drake Field,
along U.S. Highway 71, at a specific location to be determined by field
staking of the building corners at a later date. Generally, the building
will be located immediately south of the Airport Fire Station No. 3.
2. Divider Wall: The building is to be divided in half along the 140 foot
width, so that each side will nominally measure 70 feet wide by 50 feet deep.
This divider wall shall be load bearing and shall be fabricated with material
compatible in strength and design as the rest of the building. The specific
set of plans submitted to the City by the winning bidder, shall show this
divider wall in engineering detail and must meet the approval of the City
Building Inspector. This wall shall have a fire rating to meet code require-
ments.
3. The existing concrete slab, located on site 14, shown on attached Exhibit "A",
attached hereto and made a part hereof, shall be removed from the site and the
entire area graded and smoothed to an elevation ready for forming in the entire
new concrete slab.
4. The concrete slab shall meet the following minimum requirements:
Size: 140 feet OD wide X 50 feet OD deep with 140 feet running north to
south. This shall be 6 inches thick and provide for 4,000 psi mix
concrete and #6 gauge wire mesh throughout.
The perimeter of the slab, shall be insulated under the slab with an
R-3.39 insulation to the satisfaction of the Building Inspector.
The soil where the office slabs are to be poured, shall be treated for
termite protection and a certificate evidencing same shall be filed with
the Purchasing Officer.
NOTE: The actual slab size requirements, may depend on the specific
requirements of the winning bidder. The size noted above is the
minimum acceptable size.
Page 4
PZre-Engineered Building
Minimum Specifications and Conditions
5. Doors:
A. East Side: Each hangar shall have a 60 foot wide X 18 foot clear
height from finished floor elevation as shown on Exhibit "B", attached
hereto and made a part hereof. These doors shall be electrically
operated and have a walk through access door built in on the right side
of the left door and on the left side of the right door, so that electrical
service to both doors can be run along the divider wall. Operation of the
doors shall be by push button.
B. West Side: There shall be a walk through door on each side of the
divider wall as shown on Exhibit "C", attached hereto and made a part
hereof. These doors will permit entry and exit to each office. Addition-
ally, an entry and exit door from each office, shall be installed for
access to each hangar area, as shown on Exhibit "C". Also, an access
door shall be installed for each restroom.
Optional
West Side:
Garage doors as shown on Exhibit "C",
shall be
bid - installed. These
doors are to
permit entry and exit
of autos.
Bid these doors as a
separate line item.
They are to be electrically
operated, insulated
and operated to
raise full vertical, if
at all
possible.
6. Offices (As shown on Exhibit): Each office is to be fully constructed with
a separate restroom with hot water to a sink (to be electric hot water heater).
This office is to be fully constructed with all walls insulated to meet City
Code and full panelled. The height is to be 8'. Walls are to be constructed
of 2 X 4 on 16" center, with 3 1/2" insulation R-11 and ceiling flat of 2" X 4"
on 24" center and R-19 insulation and 2 flourescent lamps in each office.
There shall be at least one electrical outlet on each wall (110/120 V). Doors
are to be located as shown on Exhibit "C".
Each office shall be fully constructed and ready for use with all utilities
in place. Hot water tank is to be 20 gal. Heating of the office may be by
electric or natural gas, either to meet City Code requirements. Telephone
service shall be roughed in and ready for one phone outlet.
.Contractor shall obtain all necessary permits but will not have to pay the
permit fees. However, all of the building construction, is subject to full
code inspections.
7. Heating (Each Hangar Area): Each hangar area shall be heated by a ceiling
hung natural gas heater of at least 300,000 BTU output Modene or equal. Also,
each hangar shall have installed 2 electric paddle ceiling fans, each with
56 inch blades and move at least 20,000 cubic feet of air per minute.
8. The building plans submitted by each bidder, shall be stamped by a licensed
engineer and/or architect. Also, color pictures of at least 3 separate buildings
constructed elsewhere and presently occupied, shall be submitted with each
bid with the name, address and telephone number for each location.
9. References to trade names in these specifications, is for the purpose of
specifying a minimum quality level of construction below which bids will not
be considered.
. i
Page 5 :
Pre -Engineered Building
Minimum Specifications and Conditions
10. Prospective bidders need not submit an RFP, which proposes to construct -a
"quonset" hut type building. The bids will not be considered.
11. The proposal selected for consideration of bid award, will be the proposal
which:
1. Indicates least cost to the City with the building constructed and
ready for occupancy and use; and
2. The building which indicates the most functional type of structure
and is deemed by the City Board Airport Committee, to be the most
compatible type building for construction at Drake Field and which
would seem to best serve the needs of the Airport in the long run.
12. The proposals will be evaluated by the City Board Airport Committee and
appropriate City Staff and State and Federal Agencies. The final recommend-
ation will be made to the full City Board by the Airport Committee, along
with a recommendation for funding the facility.
13. Each bidder should seal his proposal or (proposals) in separate envelopes,
seal them and clearly mark on the outside of each envelope the;
A. Name of the Bidding Company
B. Address of the Bidding Company;
C. and the words "Proposed Hangar Bid, West Side - Drake Field Airport,
Fayetteville, Arkansas. Bid to be opened at 10:00-A.M. on September 8,
1983."
The exact - not to exceed price of each bid, shall be submitted to the
Purchasing Officer in a separate envelope, sealed to the outside of the larger
envelope. The large envelope is to include a full description of the proposed
building, color pictures, manufactures literature and other data with pertinent
information necessary for any person to read and gain a full understanding of
the type of building proposed.
If more than one proposal is submitted by the same bidder, each separate bid
proposal envelope shall be marked "Bid A", "Bid B", etc. Both the price
envelope and the large informational envelope, shall be marked clearly, so
that the correct price envelope can easily be matched with the descriptive
literature envelope once the price envelope has been removed from the larger
envelope.
14. All
bidders
for
this
proposed job, shall be
licensed under the terms of Act
150
of the
1965
Acts
of the Arkansas General
Assembly.
15
All bidders on this job, shall carry insurance in the following amounts and
types: The contractor shall maintain such insurance as will protect him from
claims under workmen's compensation acts and other employee benefits and from
claims for damages because of bodily injury, including death, and claims for
damages to property which may arise out of operations or the work, whether such
operations be by himself or by any sub -contractor or anyone directly or indirectly
employed by either of them. The insurance shall be written by companies authorize(
to do and doing business in Arkansas and for not less than the following limits:
Certificates of such insurance shall be filed with the City before work commences
under any contract or subcontract.
Page 6
Pre -Engineered Building
Minimum Specifications and Conditions
Comprehensive General Public Liability with bodily
injury limits of $100,000 and $300,000 and property
damage limits of $50,000;
Comprehensive Automobile Liability (Owned, hired
and non -owned vehicles) with bodily injury limits
of $100,000 and $300,000 and property damage limit
of $50,000 for each accident;
Standard Workmen's Compensation and Employer's
Liability covering with statutory.limits;
Contractual liability insurance with bodily injury
limits of $100,000 and $300,000 and property damage
limits of $50,000.
16. The Contractor, shall adequately protect the work, adjacent property and
public and shall be responsible for any injury due to his or his employee's
(or sub -contractor) act or neglect.
17. The Contractor, shall furnish all materials, labor and equipment required to
execute the project in a competent, prefessional manner. The Contractor, shall
be responsible for workmanship and supervision of his sub -contractors.
18. The work area shall be protected at all times and properly guarded against
intrusion of unauthorized persons.
19. All bid proposals submitted under this invitation, shall be good and firm and
may not be withdrawn for a period of 60 calendar days from the date of bid
opening.
20. All bidders must execute the attached Certification of Bidder, regarding
Equal Employment Opportunity.
21. Women will be afforded equal opportunity in all areas of employment, however,
the employment of women, shall not diminish the standards or requirements for
employment of minorities.
22. A 5% percent bid bond, shall be included with each bid.
23. A 100% performance and payment bond, shall be posted by the winning bidder
within 10 calendar days of contract award.
24. The City's Attorney, will perfect a short contract agreement after bid award
which will incorporate all provisions of the requirements, specifications
and conditions of this Request For Proposals.. This formal contract must be
executed by the winning bidder within 10 calendar days after bid award.
25. All work called for herein, shall be completed within 120 calendar days
after the date of execution of the formal contract. If the project is not
completed within this time frame, a fee of $150.00 for each extra day beyond
the specified time frame for project completion, will be deducted from the
total contract award as indicated in the executed contract agreement. Any
such deduction from the contract consideration, will be in the form of
• "tPage
7
a
Pre -Engineered
Building
Minimum•Specifications
and
Conditions
y
liquidated damages
and not in the form of
a penalty.
26.
The City reserves
the right to accept or reject
any or all bid proposals,
waive formalities
in the bidding and make
a bid award deemed by
the City
Board to be in the
City's best interest.
27.
This bid (REP) is
subject to the availability
of funds.
NOTE AGAIN: All
bid proposals are due in
the hands of the City
Purchasing.
Officer, no later
than 10:00 A..M., Septembert8,
1983, at which
time the
proposals will be
opened and tabulated at
the Purchasing Office,
located on
the second floor of
the Interim City Hall,
115 S. Church Avenue,
Fayetteville,
Arkansas.
After bid tabulation, the Chairman of the Airport Committee will then set a
meeting of the City Board Airport Committee, to evaluate the bid proposals
after which a recommendation of bid award will be determined. Bidders may
or may not be called to be present at this bid evaluation. Attendance of
any bidder will be determined at the discretion of the Airport Committee.
If a bidder is called, his (her) presence will be for the purpose of providing
clarification of his (her) bid proposal, answer any questions which the
committee may have, and provide further information regarding his (her)
specific bid proposal.
IMPORTANT NOTE: This evaluation meeting will not be a negotiating session.
28. Questions regarding this Request For Proposals, may be directed to:
Mrs. Ede Hogue, Airport Manager, or
Dale Frederick, Assistant Airport Manager
at 501-521-4750
(or if necessary)
Sturman Mackey, Purchasing Officer
at 501-521-7700, Ext. 345
29. Color - Tobe selected after bid award.
Ir
El
,• ��� .�_.. 100 I — �_I 60* 7 1.
/ 1
�IT-
i
LOCATION MAP
♦ SCALE145V W;
♦
16
/I % / / ,/ I FU'TURE_AUT ggFBILE PAR((ING SWI/4 5(1/4 3EC.33
A/
i J/ i AI9 $REIGHT )—-------------
NWI/4N1/4 1•\
RELOCATED//// /" //
G S LINE I ." 1
____�_--7 L.o'i�`.�'✓c.'ia irX}�gV:,✓� i i AREA RE5ERS'
, FOR 'AIRCRAFT
i I ,- I 'I I I BARRIER AND
/ .- III q MAINTENANCE I'I '''�"� • �+' I H4 HTEANGAR
r.
/ 1 FIXED BASE I
OPERATION I HANGAR
EX; i j/
ACCESS ROAD I I I /' � EXF
/ II `_ I '// ' I 1
II r�EGTUHRY —'_ I•I
/ 11 (GATE LL____! ---1 'I
I --I h
% i/ i / I
.
'1/ Iff'llAA .1 1
ICCOLWMµ f/h, B,.�� . R04D I I 1 GAS ' •'
MAIN
V/
% i
J i SEI/4 SW I/4 SEC.33 II 1�-
1
/ / /, / NE 1/4 NW I/O SEC.9._-- -_---- {"1. SE I/9 NW 1/4
i i 11 I /-- 1 1 SEC.4
_/� %/ \\� FUTURE MLS (EL) II 1 `
I II: I
IA, I • I I I
• _ c l 4 ____
` �_____________
__. tea' " "—
• 1
1 AIRCRAFT LIE-pOyN
' _____ 2502 •-
U.S. Hwy.
ST. LOUIS B SAN . rv.
r' MAGNETIC
TTT �. ASTRONOMIC __•
Eynl of / JT
F'
•
I':
_
h
w✓
4...
,.4.
4
N
e
r
]rass C€W F
• . IYy..Al yr.rrPf:M Yt.yPA1wY5F4 .�''}W rl y�ga�tVn i tw*lW11aa(yyj^gl.t•I. reF{: wym Yyry "ado u I-, �.�'� -?Y 1 � i ( N r YN y'i r .4. �t4 1' r ..r. n :Mr... '^,
.. e-....,�.w " r•.r.nN:.:.+iio. r•+'N+TrrYe+..--Vw!w�
' ..t n w n^v. m...... .,...
60'
-, �-- 70'
"- — go,,,p ! !iun&a0. fb'1
� r
Aum
—r_ R_ _ 4_y_
Fr Re PlVG
I
drn33 i $/aakd
1'4.0'
•.
70'
{ !iall&Aut 716"
,,ppe
V. pPIt
K• .(s•. r
- 0 0 0
k . .
G'
ra YlBTk ki&
hard Dr,/t. Ex+<r.rva.
�' T— c ..;.o
T
I <yF ..,
I I- J E I Cc.r tv
rY. 5 p544,11
-7'•n..«pi+-.�
NOTICE TO PROSPECTIVE BIDDERS
Re: West Side Hangar at Drake Field
Opening: 10:00 a.m•, September 8, 1983
ADDENDUM NO. 1
1. The
enclosed wage
rate
determination
#83-24, dated August 17, 1983 must
be
used in compiling
a
bid proposal
on the referenced project.
2. "Saw Service" throughout the project to completion shall be the sole
responsibility of the Contractor and such cost shall be included in the
lump sum - not to exceed bid proposal.
Sincerely,
turman Mackey
Purchasing Officer
cc Ede Hogue, Airport Manager
Pag ' 1__of_1 ARKANSAS
PREVAILING WAGE
DATE: August 17, 1983
PROJECT: West Side Hangar Building
Drake Field Airport
Fayetteville
Washington County
BRICKLAYERS
CARPENTERS
CEMENT MASONS
ELECTRICIANS
GLAZIERS
IRONWORKERS
L.ABC) PERS!
Common
Mason tenders
Plasterers tender
PAINTERS
PLASTERERS
PLUNBERS-PIPEFITTERS
ROOFERS
SHIET METAL WORKERS
TILE SETTERS
TRUCK DRIVERS
DEPARTMENT OF LABOR
DETERMINATION -BUILDING- RATE
DETERMINATION it 83-24
COUNTY hashington
EXPIRATION DATE: 19-17_83
BASIC
HOURLY FRINGE
RATE BENEFITS
9.00
7.92
7.67
9.51
7.60
6.87
S.23
5.67
7.45
8.00
11.22
11.46 1.14
7.50
7.51
10.00
6.05 12%
POWER EQUIPMENT OPERATORS:
Asphalt finishing
6.15
1;:Z
Asphalt pavers
6.05
12%
Asphalt takers
6.39
Asphalt Dist. operators
5.82
11%
Bulldozers
5.95
16%
Backhoe
6.65
Cranes
6.87
Rollers
6.52
Motor patrol operator
6.88
Foundation drill operator
7.29
.
WELDERS --receive rate prescribed for craft performing operation to
which welding is incidental.
u
6
I
FAYETTEV ILLS, ARKANSAS
DEPARTMENT OF FINANCE
P.O. DRAWER F 72702 (501) 521-7700
CITY OF FAYETTEVILLE, ARKANSAS
Addendum to Specifications
for
West Side Hangar 50' x 140'
Drake Field
Addendum #2
ENING: September 8, 1983
August 24, 1983
(1)
Office
ceiling
joist shall be
2"
x 6"
instead of 2" x 4"
(2)
Ceiling
shall
be decked with
5/8"
CD
plywood.
(3) Lighting of each hangar area shall be with six (6) Super
Metal Halyde (400 watts each) lights evenly spaced in
the hangar area.
Since ely,
Sturman Mackey
Purchasing Officer
cc: Ede Hogue
Airport Manager
r
NAME AND ADDRESS OF AGENCY
Brown -Hiller -Clark E Associates
P. 0. Box 3529
Fort Smith, AR 72913
NAME AND ADDRESS OF INSURED
Structural Systems, Incorporated
P. 0. Box 6372
Fort Smith, AR 72906
This is to certify that policies of insurance listed below have been issued to the I
of any contract or other document with respect to which this certificate may
terms. eaclus•ons and conoihcns of such policies.
COPNY If PE OF I NSUR.1NcE POLICY NIJ'.tOER
P
A GENERAL LIABILITY I 603NC6106
jI
X I ( rdPREHE:SIVE. rORk1.
X J rnr\ lSES--OPEP.AT IONS
X I L•1'I-oSICN .);40 COLE APSE
Xj UNDEPGROUN❑ !IAZAen
X
FIN:IWc;e._C•A PL E TED
ISD%,.,NtPI+]-CAL Irtrugdnrr
IX^' ,.>Oi. •O r"1RM PROPERr/
� lA'AGE
X_ •`•PEPENDCNT cO):rRAc"ORSI
I Xi PERSONAL INJURY
1
A AUTOMOBILE LIABILITY f 603NC6106
IX, C:MPPF MENSIVE roRM
• X.. .>oIJ
1a
X� • eEi1
r —
C EXCESS LABILITY j XS006174
jX lI pr,.SRELLA FORM
CGTHEP THAN W,IRRELLA
i eRx i
B WORKERS' COMPENSATION 703NA7237
.Ind
5".IPLOYERS' LIABILITY
_. OTHER
COMPANIES AFFORDING COVERAGES
COMPANY
LETTER A St. Paul Fire $ Ma
COMPANY
LETTEe St. Paul Mercury ]
COMPANY P
LETTER aV Canal Insurance Cc
COMPANY
LETTER P!
COMPANY
LETTER r
red above and are in icice at this time. Notwithstanding any
or may pertain, the insurance afforded by the policies describ
POLICY Limits of Liability
rx.PI.RArnnn DATE I
5/1/84 : DOILY INJURY
'ROPERI V DAMAGE I i
5/1/84
Ilrement, term or condition
herein is subject to all the
& CILY RUUriY AND
.•r?PE RI DAMAGE 5
'C.'.'HINED I 500
.AGCRECATE
t
i tf
500
nEp$C •AL INJURY nl i
Incl. .4
Li.OILY NJCRY
EACH PE tSONI I
BODILY IN IUP'! p
cCH ACCIDENTI I
'�q,'.
.,Ii L'/ IN IU PY A ND I 500
'PCPEPTY ItA`iAGE i nye)4 ?.
iVUll •I INJURY AND
PROPERTY DAMAGE
2,000 : 2,000 a`
E
COI^.eINED
K
DLSCPIPTICN OF OPERATIONS/LOCAIIONSMERICLLS
RE: Job for the construction of West side Hangar at Drake Field.
Cancellation: Should any of the above described policies be cancelled beforethe expiration date thereof, the issuing com-
pany will endeavor to mail 10— days written notice to the below named certificate holder, but failure to
mail such notice shall impose no obligation or liability of any kind upon the company.
NAME AND AI:DRESS OF rLHTIF ICATplOLOER'
City of Fayetteville ATE 15 EO— 10/27/83 cm
Fayetteville, AR 72701 "• ' = 'j t';QC!ATFS
25 {I -7g)
r,c�� Bond
UNITED STATES RDW` ;GUARANTY COMPANY
�Y96'1% Y
(A Stb k Company)
ARKANSAS STATUTORY PERFORMANCE AND PAYMENT BOND
We.......Structural, ,Syste...1.ms Inc. ..................................................................................•1••••••••• ..................,
as Principal, hereinafter called Principal, and UNITED STATES FIDELITY AND GUARANTY COMPANY, a
corporation organized and existing under the laws of the State of Maryland and authorized to do business in the
State of Arkansas, as Surety, hereinafter called Surety, are held and firmly bound unto...........
City.. of •_Fayetteville.,.. Arkansas .............._. ...... .... ......................... ............. ............... ................................
as Obligee, hereinafter called Owner, in the amount of....0ae...hux1Sl.T�d...f.RsIC..S.homBand,,,five hundred„
Q....,....... .............. ..... ..................... ...._.... . ... ........... .......... ....... ..... .............. ......................
Dollars ($..LA.4.,.5b.aAA.Q..........), for the payment whereof Principal and Surety bind themselves, their heirs,
personal representatives, successors and assigns, jointly and severally, firmly by these presents.
Principal has by written agreement dated .............Omtober...11A,...19.83.................. ... entered info a contract
with Owner for
Construction of West Side Hangar at Drake Field
, which contract is by reference made a part hereof, and is
hereinafter referred to as the Contract.
THE CONDITION OF THIS OBLIGATION is such that if the Principal shall faithfully perform the
Contract on his part and shall fully indemnify and save harmless the Owner from all cost and damage which he
may suffer by reason of failure so to do and shall fully reimburse and repay the Owner all outlay and expense
which the Owner may incur in making good any such default, and, further, that if the Principal shall pay all persons
all indebtedness for labor or materials furnished or performed under said Contract, failing which such persons
shall have a direct right of action against the Principal and Surety, jointly and severally, under this obligation,
subject to the Owner's priority, then this obligation shall be null and void; otherwise it shall remain in full force
and effect.
No suit, action or proceeding shall be brought on this bond outside the State of Arkansas. No suit, action
I or proceeding shall be brought on this bond except by the Owner after six months from the date final payment
is made on the Contract, nor shall any suit, action or proceeding be brought by the Owner after two years
from the date on which the final payment under the Contract falls due.
Any alterations which may be made in the terms of the Contract, or in the work to be done under it,
or the giving by the Owner of any extension of time for the performance of the Contract, or any other forbearance
on the part of either the Owner or the Principal to the other shall not in any way release the Principal and the
Surety or Sureties, or either or any of them, their heirs, personal representatives, successors or assigns from their
liability hereunder, notice to the Surety or Sureties of any such alteration, extension or forbearance being
,II'�:• hereby waived.
In no event shall the aggregate liability of the Surety exceed the sum set out herein.
Executed on this..........L4.Ch...................day 0f.............0.C]:A.hex................................., I9..... 1
/�/' r ✓ ,/. `. Principal
UNITED STA1
FIDELITY AND GUARANTY COMPANY
Surety
..:..:.._u ............................................
Hiller Attorney -in -Fact
I ..
.
•
CERTIFIED COPY
GENERAL POWER OF ATTORNEY
No. -..9 2.51.3
.........................
Knott all Men by these Present.:
That UNITED STATES FIDELITY AND GUARANTY COMPANY, a corporation organized and existing under the laws of the
State of Maryland, and having its principal office at the City of Baltimore, in the State of Maryland, does hereby constitute and appoint
P. G. Brown, Gaylon Be Brown, Sam B. Hiller and Larry R. Clark
oftheCityof Fort Smith ,State of Arkansas
its true and lawful attorney in and for the State s of Arkansas and Oklahoma
for the following purposes, to wit:
To sign its name as surety to, and to execute, seal and acknowledge any and all bonds, and to respectively do and perform any and
all acts and things set forth in the resolution of the Board of Directors of the said UNITED STATES FIDELITY AND GUARANTY
COMPANY, a certified copy of width is hereto annexed and made a pan of this Power of Attorney; and the said. UNITED STATES
FIDELITY AND GUARANTY COMPANY, through us, its Board of Directors, hereby ratifies and confirm, all and whatsoeverxtt f &
anyone of the said P. G. Brown and the said Gaylon B. Brown, and the
said Sam Be Hiller and the said Larry R. Clark +'.
may lawfully do in the premises by virtue of these presents. /
In Witness Whereof, the said UNITED STATES FIDELITY AND GUARANTY COMPANY has caused this instrument to be
sealed with its corporate seal, duly attested by the signatures of its Vice -President and Assistant Secretary, this 20th day of
November IA. D. 19 8i
UNITED STATES FIDELITY AND GUARANTY COMPANY.
(Signed)
By.... James.. A Mappus.........................
Fite -President.
(SEAL)
(Signed) .... Bar ..H....Br.i.t.t..............................
Assistant Secretary.
STATE OF MARYLAND,
S.'
BALTIMORE CITY,
On this 20th day of November - , A. D. 19 81 before me personally came
James A. Mappus , Vice -President of the UNITED STATES FIDELITY AND GUARANTY
COMPANY and Ray H. Britt , Assistant Secretary of said Company, with both of
whom tarn personally acquainted, who being by me severally duly sworn, said that they, the said James A. Mappus
end Ray E. Br i t t were reapecti7ely the VicvfrSdent and the Assistant Secretary of the said UNTIED
STATES FIDELITY AND GUARANTY COMPANY, the corporation described in and which executed the foregoing Power of Attorney:
that they each knew the seal of said corporation; that the seal affixed to said Power of Attorney was such corporate seal, that it was
so fixed by order of the Board of Directors of said corporation, and that they signed their names thereto by like order as Vice -President
and Assistant Secretary, respectively, of the Company.
My commission expires the first day in July, A. 0.19.9.?..
(ned) .. Margaret M. Hurst
SEAL) (Sig
..................................................
Notary Public.
STATE OF MARYLAND Sct.
BALTIMORE CITY, 1
I. Charles W. Mackey, Jr. . Clerk of the Superior Court of Baltimore City, which Court is a
Court of Record, and has a seal, do hereby certify that Margaret M , Hurst , Esquire, before
whom the annexed affidavits were made, and who has thereto subscribed his name, was at the time of so doing a Notary Public of the
State of Maryland, in and for the City of Baltimore, duly commissioned and sworn and authorized by law to administer oaths and take
acknowledgment, or proof of deeds to be recorded therein. I further certify that I am acquainted with the handwriting of the said
Notary, and verily believe the signature to be his genuine signature.
In Testimony Whereof, I hereto set my hand and affix the seal of the Superior Court of Baltimore City, the same being a Court
of Record, this 20th day of November , A. D. 19 81
(SEAL) (Signed) ..........Charles..W,...�4,acke.y....Jr,............
Clerk of the Superior Court of Baltimore City.
FS 3 (G77) r• -I•.
u:,
7-
1 H COPY OF RESOLUTION -
That Whereas, it is necessary for the effectual transaction of business that this Company appoint agents and attorneys with power
and authority to act for it and in its name in States other than Maryland, and in the Territories of the United States and in the Provinces
of the Dominion of Canada and in the Colony of Newfoundland.
Therefore, be it Resolved, that this Company do, and it hereby does, authorize and empower its President or either of its Vice -
Presidents in conjunction with its Secretary or one of its Assistant Secretaries, under its corporate seal, to appoint any person or persons
as attorney or attorneys -in -fact, or agent -or agents of mid Company, in its name and as its act, to execute and deliver any and all con-
tracts guaranteeing the fidelity of persons holding positions of public or private trust, guaranteeing the performances of contracts other
than insurance policies and executing or guaranteeing bonds and undertakings, required or permitted in all actions or proceedings, or
by law allowed, and
Also, in its name and as its attorney or attorneys -in -fact, or agent or agents to execute and guarantee the conditions of any end all
bonds, recognizances, obligations, stipulations, undertakings or anything in the nature of either of the same, which are or may by law,
municipal or otherwise, or by any Statute of the United States or of any State or Territory of the United States or of the Provinces of the
Dominion of Canada or of the Colony of Newfoundland, or by the rules, regulations, orders, customs, practice or discretion of any board.
body, organization, office or officer, local, municipal or otherwise, be allowed, required or permitted to be executed, made, taken, given,
tendered, accepted, filed or recorded for the security or protection of, by or for any person or persons, corporation, body, office, interest,
municipality or other association or organization whatsoever, in any and all capacities whatsover, conditioned for the doing or not doing
of anything or any conditions which may be provided for in any such bond, recognizance, obligation, stipulation, or undertaking, or
anything in the nature of either of the same.
1, T. Hartley Marshall ,an Assistant Secretary of the UNITED STATES FIDELITY AND
GUARANTY COMPANY, do hereby certify that the foregoing is a full, true and correct copy of the original power of attorney given
bysaidCompaoyto P. G. Brown, Gaylon B. Brown, Sam B. Hiller and Larry Re Clark
of Fort Smith, Arkansas , authorizing and empowering them to sign bonds as therein set
forth, which power of attorney has never been revoked and is still in full force and effect.
And I do further certify that mid Power of Attorney was given in pursuance of a resolution adopted at a regular meeting of the
Board of Directors of said Company, duly called and held at the office of the Company in the City of Baltimore. on the 11th day of
July, 1910, at which meeting a quorum of the Board of Directors was present, and that the foregoing is a true and correct copy of said
resolution, and the whole thereof as recorded in the minutes of said meeting.
In Testimony Whereof, I have hereunto set my hand and the seal of the UNITED STATES FIDELITY AND GUARANTY
COMPANYon October 14, 1983
(Date)
s
.....................................................
Assistant Secrdrisry.