Loading...
HomeMy WebLinkAbout135-84 RESOLUTIONi • RESOLUTION ND. 135-84 Y SCANNED A RESOLUTION AUTHORIZING THE MAYOR AND CITY CLERK 1b EXECUTE A CONTRACT WITH STRUCTURAL SYSTEMS INCORPORATED FOR THE CONSTRUCTION OF AN EXECUTIVE, PRE-ENGINEERED METAL MAINTENANCE HANGAR ON THE EAST SIDE OF THE FAYETIEVILLE MUNICIPAL AIRPORT. BE IT RESOLVED BY THE SQUID OF DIRECTS OF THE CITY OF FAYEfTEVILIE, ARKA[SAS• That the Mayor and City Clerk are hereby authorized and directed to execute a contract with Structural Systems Incorporated for the construction of an executive, pre-engineered metal maintenance hangar on the east side of the Fayetteville Municipal Airport. A copy of the contract authorized for execution hereby is attached hereto marked Exhibit "A" and made a part hereof. PASSED AND APPROVED this 20th day of November , 1984. ATTEST rry • APPROVED By.(1iL, / Mayor CONTRACT This Contract executed this p2(1 day of /U4I1-61 1984, between the City of Fayetteville, Arkansas, hereinafter called the City, and Structural Systems, Incorporated ,hereinafter called the Contractor. In consideration df the mutual covenants contained herein, the parties agree as follows: 1. The Contractor shall construct on the East side of the Fayetteville Municipal Airport (Drake Field) one (1) 140' by 60" executive, pre- engineered petal maintenance hangar. 2. The Contractor shall commence work within five (5) calandar days from receipt of a notice to proceed issued by the City and shall complete construction within 120 calendar days (excluding national or state holidays, rainy days, and low tenperture days (below ?"40 degrees Fahrenheit) as evidenced by Contractors daily log) after receipt of said notice to proceed. 3. Time is expressly rade 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 beyondksaid;120 day peroid construction is not completed. Conversely, if the Contractor completes construction called for in the plans and specifications in less tine than said 120 day period, then the City'will pay the Contractor $150.00 for each day less than the 120 days from the date on the 4. The Contractor shall provide all equipment, materials required for the construction of the above EXti Bif A notice to proceed. tools, labor, and described project. 11 5. The City shall pay the Contractor a total sum of $ 154,135.00 one thousand fifty-four one hundred thirty-five dollars and no/100 Said consideration shall be payable to Contractor as follows: On the • 30th day of each calendar month, beginning /1 /9n the Contractor shall be paid for ninety percent (90%) of the percentage of the total work completed. The final payment to the Contractor (ten percent (10%): of the contract price) shall not be paid until construction of the aforesaid maintenance (executive) hangar has been completed in .accordance with the terms of this contract and said maintenance •(executive) hangar has been accepted by the City • 6. The Contract documents which comprise the contract between the City and the Contractor consist of this Contract and the following documents a - attached hereto and made a part herof: (a) Minium Specifications and Conditions, Exhibits "A", "B", "C", and "D". (b) Bidders Proposal dated November 13. 1984 7. 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. 8. The Contractor shall not assign his duties under the terms of this agreement. 9. The Contractor agrccs to hold the City harmless, and indemnify the City, against any and all claims for property damage, personal injury or death, arising from the Contractor's performance of this Contract. .1 -3- IN WITNESS WHEREOF, the parties have executed this Contract on the date first above written. ;i'T:-mi�� b.. ATTESerr' 1.' r 14 ATTEST: CITY OF FAYETTEVILLE, ARKANSAS: CITY -CLERK MAYOR Structural Systems, Incorporated CONTRACTOR By C,QMM.,6 Title U;cc 0 T1t1e L� CITY OF FAYETTEVILLE, ARKANSAS REQUEST FOR PROPOSALS EAST SIDE - DRAKE FIELD AIRPORT PRE-ENGINEERED BUILDING -MAINTENANCE BID NO..604 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 complywith the specified requirements. The metal building shall be as produced by a manufacturer who is regularly 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. Certifications - 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 60' 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. E. Roof slope shall be minimum 1/2:12. F. All interior structure and wood shall be painted with white enamel all around, quick dry type. • • Page 2 Pre -.Engineered Building Minimum Specifications and Conditions Bid No. 604 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 sec- tion 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 con- nections 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 cor- rugation 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 closure as it fits the major corrugation of the roof panel. The bottom of the panels shall be straight cut. 5/8" C.D. Plywood, 8' high all around from floor elevation in both garage areas. 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 beige. D. Panel fasteners shall be the manufacturer's standard furnished 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. Installation of insu- lation under this section shall not occur when the ambient Page. 3 Pre=Engineered Building Minimum Specifications and Conditions Bid No. 604 Warranties temperature is 40 F or less or as per recommendations of manufacturer, whichever is least strict. 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 a 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 East Side of Drake Field, at a specific location as shown on attached Exhibit "A." Staking and elevation control shall be done by the contractor in consultation with the Airport Manager. Location of all utility services shall be determined in consullation with the Airport Manager. This includes location of the force fed sewage tank and pump and piping. 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 60 feet deep. This divider wall shall be load bearing and shall be fabricated with material compatibly 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. The divider wall between the two garage areas shall be separated by a two hour fire rated wall. This wall shall have placed upon it four layers of type X Firegaurd and each sheet of sheetrock being 5/8 inch thick. Two.. layers of 5/8 inch thick type X Firegaurd sheetrock oneach side to provide four full layers, this will provide the necessary two hour fire rating for the fire walls. In regards to the walk-through door and the large door in the divider wall; these doors do not have to be fire rated and may be in-. stalled in accordance to good construction standards.. However, please NOTE: where the divider wall is to be installed all bidders .are to take notice that this wall will eventually require amore strict fire rating, therefore the contractor should dig down below the frost line and pour a footing to support an eventual four hour rated fire wall which will be constructed of cement blocks: After the fire wall is installed;all material;shall-be floated, taped and painted to seal the joints. The..paint:used shali..:be Laytex..wal1 ..- Page 4 Pre=Engineered Building Minimum Specifications and Conditions Bid No. 604 paint with each side of the divider wall receiving two coats of paint. This painting section does not include the painting of other areas specified elsewhere in these specifications specifically the painting of the 5/8 inch C.D. plywood which goes all around the entire area of each garage. Slab: The contractor shall undercut two feet deep throughout the entire slab area and bring in red hillside base material for fill and compact this fill material to 95% of proctor density. After this is performed the contractor should bring in at least two to four inches of SB2 and compact this material to 95% of proctor density. The contractor shall test this soil after compaction and submit the test results for approval of the Building Superintendent. All soil excavated must be removed from the site. -If- any top soil is removed from the site, it.shall-be placed on the Airport grounds at a place to be designated by the Airport Manager for future use by the City. 4. The concrete slab shall meet the following minimum requirements: Size: The 142 feet OD wide X 62 feet OD deep with 142 feet running east to west. 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 require ments of the winning bidder. The size noted above is the minimum acceptable size. Floor Drains: shall be provided according tb the Building Code - copy attached. See Exhibit "B" for Interceptor and "D" for pump. Grease Trap: shall be constructed in accordance with Building Code requirements - copy attached. See Exhibit "B" and "D". Floor Surface: shall be coated with a polyurethane finish (battleship grey) and meet ASTM specifications.. 5. Doors: A. South Side: Each hangar shall have a 60 foot wide X 18 foot clear height from finished floor elevation as shown on Exhibit "C", attached hereto and made a part hereof. These doors shall be electrically operated. A walk through access door,shall be built on the immediate right and left side of the divider wall. Operation of the Bi -fold doors shall be by push button. Electrical service for both Bi -fold doors shall run along the divider wall. B.- North Side: There shall be walk through doors 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. Additionally, an entry and exit door from each office, shall be installed • Page.5 PreLEngineered Building Minimum Specifications and Conditions Bid No. 604 for access to each hangar area, as shown on Exhibit "0". Also, an access door shall be installed for each restroom. Garage Doors - West Side: Garage doors as shown on Exhibit "C", shall be bid - installed. These doors are to permit entry and exit of autos. The doors are to be electrically operated (chain hoist), insulated and operated to raise full vertical, on minimum 2" track if at all possible. Minimum clearance height from finished floor elevation shall be twelve feet high by twelve feet wide. 6. Offices (As shown on Exhibit): East side 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 6 on 12" center, with 6" insulation R-19 and ceiling rafters of 2" X 12" on 16" 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 " ". Ceiling shall be.,decked .with 5/8" C.D. plywood This office shall be fully constructed and ready for use with all utilities in place. Hot water tank is to be 20 gal. Telephone service shall be roughed in and ready for one phone outlet for each office. Contractor shall obtain all necessary permits but will not have to pay the permit fees. However, all of the building con- structionis,subject to full code inspections. Both office bathrooms shall have ventilation as required by code. Also, code approved exit lights shall be installed. 6A. West side office is to be fully constructed as the east side office, however all plumbing fixtures are to be left roughed in with no fixtures installed. 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 thesespecifications, is for the purpose of specifying a minimum quality level of construction below which bids will not be considered. 9-A. Heating and Air Conditioning of each office area shall be provided by con- tractor furnishing and installing an adequately sized heat pump to serve both office areas. The Air handler shall be installed firmly above one of the office areas. The condensate drain shall drain to the outside. The duct work shall be vented from the ceiling to both office areas with pro- visions installed to completely shut off the cooling or heating of either office at any time. The heat pump shall be electric. The size shall meet the approval of the Building Inspector. • Page 6 Pre -Engineered Building • Minimum Specifications and Conditions Bid No. 604 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. The final recommendation 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, East Side - Drake Field Airport, Fayetteville, Arkansas. Bid to be opened at 10:00 A.M. on 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. A11 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 wilt protect him from claims under workmen's compensation acts and other employee benefits and from claims_ for. damages because of bodily injury, including f • Page•7 Pre -Engineered Building • Minimum Specifications and Conditions Bid No. 604 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 authorized 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. Comprehensive General Public Liability with bodily injury limits of 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, professional 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 percent performance and payment bond, shall be posted by the winning bidder within 15 calendar days of contract award. Page 8 Pre -Engineered Building Minimum Specifications and Conditions Bid No. 604 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 15 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 isnot 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 liquidated damages and not in the form of a penalty. See contract form for more details. 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., at which time the proposals will be opened and tabulated at the Purchasing Office, located on the second floor of City Hall, 113 W. Mountain, 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. 1 28. -Questions regarding this Request for Proposals, may be directed to: • .Dale Frederick, Airport Manager at (501) 521-4750 (or if necessary) Sturman Mackey, Purchasing Officer at (501) 521-7700, extension 201 29. The wage rate determination attached shall be used in compiling all bids for this project. Page 9 Pre Engineered Building . Minimum Specifications and Conditions Bid No. 604 30. Saw Service shall be provided by the Contractor at his awn cost and expense. 31. Lighting of each hangar area (bay) shall be by eight (8) Super Metal Halyde (400 Watts each) fixtures evenly spaced in each hangar area to provide the best lighting -possible. 32. How many hangars such as specified herein have you or your bidding company constructed in the last 3 years? Where are they located? 33. Air lines shall be installed 4' above floor elevation along entire west, north and east walls of both hangar bay areas. The pipe shall be 1 inch black pipe to meet minimum 200 P5I. There shall be a minimum .of 12 outlets, evenly spaced throughout with minimum 1/2" female pipe threads. 1 J. • 41 7,. oxfi 9$ tSt9.'. PROC1 R $.. ONstvAVgMPM', piet • S,'d NO. 6 Q y _:c e'.P��e,fi_ W1.._.INF.r.__R,. C. P Th t INTERCEPTOR SIZE The interceptor size should %1 not be less than 6 cubic feet fl capacity. The amount of water ..OPEN $.j run through the interceptor ' -GRATE and the time interval between _ INLET cleaning will be other factors in determining the size of the unit. 0 - Straight pipe (or pipes)at a 45 slant and set so top of pipe (or pipes) will be above water L level in the outlet compartment.; !) SOLID COVER y this distance 10 feet or less for flinch sewer drain • clean out vent • P) r1 8 V!( SOLID PARTITION INLET BETWEEN COMPARTMENTS OPEN GRATE Al SOLID COVER CLEAN OUT rTicr FLOOR LEVEL t PROPER SEWER VENT INSTALLATION I rr F M eer A FLOW TO SEWER S c /OAIA — R PROPER SEWER SOLID PARTITION VENT INSTALLATION INLET BETWEEN COMPARTMENTS OPEN GRATE Y «SOLID COVER CLEAN OUT 4OOR LEVEL ,1 Elbow pipe (or pipes) set so top of pipe (or pipes will be above water level in the outlet com— partment f as sr. .,0.,00 sicr, Mrd 4 , FLOW TO SEWER Seplic• T�a�� r )3;4 ,c 6 ay 1 "6, `r directly into the building drainage system and not through a grease interceptor. 6.11.2. Approval. The Administrative Authority shall determine where and what type of interceptor is necessary, except that interceptors shall not be required for 'private living quarters or residential units. 6.12. Maintenance 6.12.1. Interceptors shall be maintained in efficient operating condition by periodic removal of accumulated grease. 6.13. Oil interceptors 6.13.1. Where required. Oil separators shall be install- ed when required by the Administrative Authority and shall conform to requirements of 6.13.2. 6.13.2. Minimum dimension. Oil separators shall have a depth of not less than two (2) feet below the invert of the discharge drain. 6.13.3. Motor -vehicle storage. Interceptors shall have a capacity of six (6) cubic feet where not more than three vehicles are serviced, and one (1) cubic foot in net capacity shall be added for each additional vehicle up to ten vehicles. When more than ten vehicles are serviced, the Administra- tive Authority shall determine the size of separator required. 6.13.4. Motor -vehicle servicing. Where storage facili- ties are not maintained, as in repair shops, the capacity of the separator shall be based on the net capacity of one (1) cubic foot for each 100 square feet of surface to be drained into the interceptor, with a minimum capacity of six (6) cubic feet. 6.13.5. Special type separator. Before installing any special type of separator, a drawing including all pertinent information shall be submitted for approval of the Admin- istrative Authority. 6.14. Backwater valves 6.14.1. Fixtures subject to backflow. Drainage piping which serves fixtures within a building, and which are 6-4 GENERAL CONTRACTORS ...-•11•2...__ structural systems, inc. December 4, 1984 Mr. Struman Mackey City.of::F.-ayetteville: P _-O:.tDrawer F Fayetteville, Arkansas 72701 Re: FBO Hanger City of Fayetteville Dear Sir; Attached is Arkansas Statutory Performance and Payment Bond for the referenced project. If there are questions, please call S incerely; H elen Weir hw • 'attachment - 5417 SOUTH 29TH P. O. BOX 6372 FORT SMITH, ARKANSAS 72901 501/646-2901 • • AIR VENT '3- 41 tier leen r co. MA� ilO le � W� y 4111/40^-1 [/ SCWe( gttiSSe $ ELECTRICAL RECEPTACLE 4" FROM SEPTIC TANK. HIGH WATER ALARM SWITCH I" PVC PIPE 4"C./. PIPE TO SOLID GROUND . 1, A cross section be desirable to receptacle outs PUMP SWITCH SEAL ENO) /44;) •--.11/2"- 2:: Q�2'. p_ l PVC PIPE .dl - 8"CONCRETE BLOCK view of pumping chamber. It may place the weatherproof electrical ;de the chamber. • BILL CLINTON Govemor I�:e°'�,:�u`; STATE OF ARKANSAS 1 a ARKANSAS DEPARTMENT OF LABOR 1022 HIGH STREET LITTLE ROCK 72202 (501) 375-8442 October 23, 1984 DEWEY D. STILES Director Mr. Sturman Mackey P.O. Drawer F Fayetteville,aArkansas 72702 RE: Bid #604 Maintenance Hangar Drake Field Fayetteville, Washington County Dear Mr. Mackey: Enclosed is Arkansas Prevailing Wage Determination 84-57 establishing the wages to be paid on the referenced project. These rates are adopted pursuant to Section 9(1) of Act 74 of 1969 as amended by Act 275 of 1969, and to Section 5(d) of the Rules Pertaining to the Administration of the Arkansas Prevailing Wage Law In compliance with Section 5 of the law, this scale of wages must be posted in a "prominent and easily accessible place at the site of the work." Once the contract is awarded, we would appreciate being advised of the contractor's business name and address and anticipated beginning and completion dates. If you have any questions or we can be of further assistance, please contact Becky Bryant at 375-8442, Extension 404. DDS:kj Enclosures Sincerely, 1119.9.46tdioLm... Dewey Des " Director