HomeMy WebLinkAbout23-92 RESOLUTION•
•
RESOLUTION NO. 23-92
A RESOLUTION AUTHORIZING THE MAYOR AND CITY
CLERK TO EXECUTE A CONTRACT WITH MERIT
ELECTRIC, AS LOW BIDDER FOR AIRFIELD LIGHTING
RENOVATION IN THE AMOUNT OF $202,942.50 ALONG
WITH CHANGE ORDER NO. 1 FOR $2,067.30, FOR A
TOTAL AMOUNT OF $205,009.80.
BE IT RESOLVED BY THE BOARD OF DIRECTORS OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1. That the Mayor and City Clerk are hereby
authorized and directed to execute a contract with Merit Electric,
as low bidder for airfield lighting renovation in the amount of
$202,942.50 along with Change Order No.1 for $2,067.30, for a total
amount of $205,009.80. A copy of the contract authorized for
execution hereby is attached hereto marked Exhibit "A" and made a
part hereof.
PASSED AND APPROVED this 18th day of February , 1992.
ATTEST:
By:/C1'%•
City CVterk
APPROVED:
By:
Mayor
•
CONTRACT
STATE OF ARKANSAS
CITY OF FAYETTEVILLE
•
THIS AGREEMENT, made and entered into this 18th day of
February , 1992 by and between the City of Fayetteville.
Arkansas, Party of the First Part, hereinafter called the OWNER and
Merit Electric, Inc., Fayetteville. Arkansas, Party of the Second
Part, hereinafter called the CONTRACTOR.
WITNESSETH THAT:
WHEREAS, the OWNER has called for bids for the construction of
Renovations to Runway and Taxiway Lighting Systems at Drake Field
as set out in the Specifications and Plans No. FY912127 and,
WHEREAS, the CONTRACTOR agrees with the Owner to commence and
complete the installation of runway and taxiway lights, electrical
cable ducts, and related electrical work, and trenching and all
miscellaneous related work for a finished job, the unit prices bid
in the Proposal estimated quantities included on the Bid Proposal
Sheet, for the Additive Alternate Base Bid made part of this
Contract, and Change Order No. 1, the total being not to exceed
($211.542.50).
Such sum being the agreed amount upon which bonds and liabilities
are based, and at his own cost and expense furnish all materials,
supplies, labor, machinery, equipment, tools, supervision, bonds,
insurance, taxes, permits, and other accessories and services
necessary to complete the said construction in accordance with the
conditions and prices stated in the Proposal attached hereto and
made a part hereof, and in accordance with the General Provisions
and Specifications, and in accordance with the Plans, which include
all maps, plats, blueprints, and other drawings, and written or
printed explanatory matter hereof.
The CONTRACTOR agrees to fully complete all work under this
Contract within 120 calendar days. The OWNER agrees to pay the
CONTRACTOR in current funds for the performance of the Contract in
accordance with the accepted Proposal therefore, subject to
additions and deductions, as provided in the Specifications, and to
make payment on account thereof as provided below:
As soon as is practicable after the first of each calendar
month, the OWNER will make partial payments to the CONTRACTOR for
work performed during the preceding calendar month, based upon the
Engineer's estimate of work completed, said estimate being
Contract - 1
ANCiehand
(yWlflnQ
Engl.
Incorporated
ray,•t,w'b, Arkansas
•
certified by the CONTRACTOR and accepted by the OWNER. Except as
otherwise provided by law, ten percent (10%) of each approved
estimate shall be retained by the OWNER until 50 percent project
completion at which time no additional retainage will be retained
without reasonable justification by the OWNER or his
representative. Upon final completion and acceptance by the OWNER
and ENGINEER, the ENGINEER shall then issue a Final Estimate of
work done based upon the original contract and subsequent changes
made and agreed upon, if any.
Time is hereby expressly declared to be of the essence of this
contract, and the time of beginning, manner of progress and time of
completion of the work hereunder, shall be and are essential
conditions hereof.
The CONTRACTOR agrees to commence the work within ten (10)
calendar days from the date of the issuance of the Notice to
Proceed, and to proceed with the construction of the work and to
prosecute the work with an adequate force and in a manner so as to
complete the work within the time stipulated herein. If the
Contractor fails to complete the contract within the time
stipulated herein, the CONTRACTOR agrees to pay the OWNER, as
liquidated damages, the sum of three hundred and sixty dollars
($360.00) per day for each calendar day of delay in completion,
said amounts being fixed and agreed upon by and between the parties
hereto, in addition to the overtime observation as defined in the
"Special Provisions".
Because of the impracticability and extreme difficulty in fixing
and ascertaining the actual damages the OWNER would in such event
sustain, said amounts are to be presumed by the parties to this
contract to be the amounts of damage the OWNER would sustain. The
Liquidated Damages shall apply to the Localizer downtime and to the
total construction time stated by the Contractor in the Proposal.
Said amounts of liquidated damages shall be deductible from any
amount due the CONTRACTOR under Final Estimate of said work, after
the completion thereof, and CONTRACTOR shall be entitled only to
the Final Estimate, less such amounts of liquidated damages.
If the CONTRACTOR is delayed at any time in the progress of
the work by any act or neglect of the OWNER or of his employees, or
by any other CONTRACTOR employed by the OWNER, or by changes
ordered in the work, or by strikes, lockouts, fire, unusual delay
in transportation, unavoidable casualties or any causes beyond the
CONTRACTOR's control, or by delay authorized by the Engineer
pending arbitration, or by any cause which the Engineer shall
decide to justify the delay, then the time of completion may be
extended for such reasonable time as the Engineer may decide in
concurrence with the FAA.
Contract - 2
McClelland
OmmiIlIng
Incorporated
Fayorra.+uo, Arkansas
No such extension shall be made for delay occurring more than
seven (7) days before a claim therefore is made in writing to the
Engineer. In the case of a continuing cause of delay, only one
claim is necessary.
In the event the CONTRACTOR abandons the work hereunder or
fails, neglects or refuses to continue the work after ten (10) days
written notice, given the CONTRACTOR by the OWNER or by the
ENGINEER, then the OWNER shall have the option of declaring this
contract at an end, in which event, the OWNER shall not be liable
to the CONTRACTOR for any work theretofore performed hereunder; or
requiring the surety hereto, upon ten (10) days notice, to complete
and carry out the contract of the CONTRACTOR, and in that event,
should the surety fail, neglect or refuse to carry out said
contract, said OWNER may complete the contract at its own expense,
and maintain an action against the CONTRACTOR and the surety hereto
for the actual cost of same; together with any damages or other
expense sustained or incurred by the OWNER in completing this
contract less the total amount provided for hereunder to be paid
the CONTRACTOR, upon the completion of this Contract.
The Contractor agrees that only
manufactured products will be used
subcontractors, materialmen, and suppliers
this contract, as defined in (a) below.
(a)
domestic steel and
by the Contractor,
in the performance of
The following terms apply to this clause:
1. Steel and manufactured products. As used in
this clause, steel and manufactured products
include (1) those produced in the United
States, if the cost of its components mined,
produced or manufactured in the United States
exceeds 60 percent of the cost of all its
components and final assembly has taken place
in the United States.
2. Components. As used in this clause,
components means those articles, materials,
and supplies incorporated directly into steel
and manufactured products.
3. Cost of Components. This means the costs for
production of the components, exclusive of
final assembly labor costs.
This Contract shall
representatives, successors,
including the surety.
be binding upon the heirs,
or assigns of the parties hereto,
Contract - 3
ConebttoM
(gineer /
Enlh.nnfo
InaarakraNa
Fn)+1Nr ns, Arkansan
T
•
IN WITNESS
their hands and
(SEAL)
WITNESSES:
(SEAL)
ATTEST:
WHEREOF, the OWNER and CONTRACTOR have hereto set
seals respectively.
•
•
City Clerk
FIRM NAME:J9erit Electric. Inc.
BY: , b,s 'VT?
(TITLE)
Cityof Fayettevilleye
Fayye%«t{
BY.
as
Fred Vorsanger (M
Contract - 4
MCGIM Ilnnd
c Conwltng
Enanura
Inaroxa/sG
VcyWt vPl•, Atones
OWNER: City of Fayetteville
113 W. Mountain Street
Fayetteville, Arkansas
PROJECT: Renovation of Runway and
Taxiway Lighting System,
Drake Field
Fayetteville, Arkansas
CONTRACTOR: Merit Electric, Inc.
P.O. Box 150
Morrilton, AR 72110
Change Order No. 1
AIP 3-05-0020-16
Date: 11-15-91
Project No.FY912127
The following Changes to the Contract are hereby ordered:
1. Increase the quantity for light bases Item A-1 to
be placed at an approximate 500 foot spacing on
taxiway lighting systems. These light bases will
allow easier access to light transformers and
maintenance. Add 28 light bases. The total
quantity for Item A-1 is to be 102 at $159 each.
Add $ 2,862.00
2. Reduce the quantity of Metal
account for the increase in
$44.15 each.
Decrease
Stakes for Item A-3 to
light bases to 192 at
Original Contract Amount
Previous Change Order Amount
Change Order Will Increase
Contract Amount By
Revised Contract Amount
The Contract Time will be increase by 0
Contract Time 120 calendar days.
CONTRACTOR:
Merit Electric, Inc.
$ 794.70
$202,942.50
0.00
2.067.30
$205,009.80
calendar
By: ti'.`
ENGINEER:
McClelland Consulting, Eng.), Inc
By:
OWNER:
City of Fayetteville
By:
days.
Date
1i -h-%1
Date
Date
•
•
•
OWNER: City of Fayetteville
113 W. Mountain Street
Fayetteville, Arkansas
PROJECT: Renovation of Runway and
Taxiway Lighting System,
Drake Field
Fayetteville, Arkansas
CONTRACTOR: Merit Electric, Inc.
P.O. Box 150
Morrilton, AR 72110
Change Order No. 1
AIP 3-05-0020-16
Date: 11-15-91
Project No.FY912127
The following Changes to the Contract are hereby ordered:
1. Increase the quantity for light bases Item A-1 to
be placed at an approximate 500 foot spacing on
taxiway lighting systems. These light bases will
allow easier access to light transformers and
maintenance. Add 28 light bases. The total
quantity for Item A-1 is to be 102 at $159 each.
Add $ 2,862.00
2. Reduce the quantity of Metal Stakes for Item A-3 to
account for the increase in light bases to 192 at
$44.15 each.
Decrease $ 794.70
Original Contract Amount
Previous Change Order Amount
Change Order Will Increase
Contract Amount By
Revised Contract Amount
The Contract Time will be increase by 0
Contract Time 120 calendar days.
CONTRACTOR:
Merit Electric, Inc.
1I
By: _ , it�•�
ENGINEER:
McClelland Consulting, F,rq,, Inc
By:
OWNER:
City of Fayetteville
By:
$202,942.50
0.00
2.067.30
$205,009.80
calendar days.
fi ii
Date
2/-/ ./1-9/
Date
Date
•
•
•
ON
s 2122-
Orr
0.031001 PYA
1601•6
42-202
24016.4-e_
0
• 4
8W
OaHI Y
U2 W
Y
WS
Wft
-1 YW
iN
p� e1
22
3
t
QW
W
V W
acts
Y V •-1
ui
ISP•
JY W
N 2
4.1N
•
U W
UX
xW
Ktour W
W�
-
a
Y•
8 88 88
Co:
31 �o
x 0 0 J
M M N »
3
888 881 8 8 C-
S 4 8It Ngm
1
N x N O N N YN
x10
YN
1i
8
N
8
8 8 8 M N S O N O 8 8 8
»x 28 s A rig ti1r13
N N N
N
8 8 8 8 8 8
8 g 8
N MYN•Dl O •pp. 1rry� M
N M M M
8 0 O
0 r
N
•C tt'J MI M YI
N N M
8
5
M 8
§
0
8 ppb .p8• 8 88
8 8 8
O VI O Pry§ nFA
» t x M M M
8 8 8 8 8
NO 8 8 E
MN
e.Fit
V N
N N x M
8 uu
s-
88
.77
8 8
in
S R
•
•
•
•
•
Y
N
11
1
11
•
•
1
8 8 8 8.8 8.8 llp8
g8 yy• P N g 2 5 a108y F P N.
S^
N N M x M M yy
Y
a mow 8
KOJUW 212
MOA 11-2 -PO NJ � tN •-•GN 0� F.lug 3
8
N
x
888g88238 .e8a.pp 8 8 10y 8 .0 8 O 8 Y
M M N M N N N M O IA\I N
N 0
3. 88xS8pa� 8M 8
8 8.8C 8 8 8 8
M P H Y 10AN N 3
:Hi 4
ryO �J�yy ryJ
N N N
8�8 88
«8 N.pp3
» M
8
N
08 888 88 8 8 888 88
9 s 8UN § g 8 r- c � 8
U• • W M x N N Iy if 0 M M N N N
iyU_W p 8 pp 10 8 v M 8 8 x p O p p
JK
CsNgx ««» 89 8 8 888 g
~ M N M
16
i • W
0< 8
W W
WI 7
YJA OM,
AA1-1 0
t
FY
i
8
W
1-
880
P 1
N N
8 8•
O O
r n/
✓O 10
N
8 8 .N- O �: M
Ns ss
» N
W W W J J
O O O. 0 O
N N OOp
N .O
J V
8 8 8p
=Ix
0 0 0
8
A88N
•
•
•
C
•
•
•O
1112
MN
y•N
14.
8
5
i
888 88 8 8
. »
< LL N
W J J
M 8
N w .N
J O2 J
N -
•
1-
X
ta
3
2 A N
0 p 2- W 2 0_
.412
O O l� W U U
W O W W =
O^ J J a�DJy� W ^
N
it
NJ A 2 A Z Y•J t D y ip MV
N Ni O Ili WA'
1
Of
IK0 A W Z 02 AAA A N < 4-
•• J J 2 J
T K O G Z • 2 l6l .E
Y W• F O mcW _< W 0J
4 4 Z 1~ IA/ CA J T'O F< L'F�w, J< al
< m 3
i t i `N Z W
K 2't F M 2 au OiU W d N<
N MC NC A
O r N M
O O• A A r A
•
• N
•
S
W M
2s
8 N
W
8
t
3
8
2
8 O
W
8 IIN
• �pp 11
•
u A0y01
N O C
x IF- 11 N Ilco 040ei112
M
08
M
Y
U
8.E
•
N
Y
a
4
W
W
•
8
5
8 18
•
4 15
UI 8
4
H N
2
W
8
M
M
S
W
2
W
6
3
t
a
W
2
W
t
a
0
2
W
E
YC
8 c �On 8i8
O• WV ILI
J pO•Y
•
N Ylpy 'J pNp YpN
3r
O
• . ',
McClelland Consulting Engineers, Inc.
P. 0. Box 1229, Fayetteville, Arkansas 72702-1 22 9
(501) 443-2377 FAX (501) 443-9241
March 23, 1992 FY912127
Ms. Sherry Thomas
City Clerk
City of Fayetteville
113 W. Mountain Street
Fayetteville, Arkansas 72701
Re: Lighting and Taxiway Renovation
Drake Field
Dear Ms. Thomas:
Enclosed please find a complete set of contract documents on the
above referenced project which were approved at the February 18
Board Meeting for your file.
If there are any questions regarding these documents, please
contact us.
Sincerely,
LA'D CONSULLING ENGINEERS, INC.
RWJ/jm
Enclosure: Contract Documents
cc: Dale Frederick, Airport Manager
1
1
1
1
1
1
. DRAKE FIELD
1
1 FAYETTEVILLE MUNICIPAL
AIRPORT
1
1
1
1
1
1
1
1
1
1
CONSTRUCTION SPECIFICATIONS
FOR
RENOVATION OF
RUNWAY AND TAXIWAY
LIGATING SYSTEMS
AT
FAYETTEVILLE, ARKANSAS
Project NO. FY912127
AIP PROJECT NO.
3-05-0020-16
AUGUST, 1991
Prepared By:
McClelland Consulting EagSeers, Inc.
1810 North College, P.O. Box 1229
Fayetteville, Arkansas 72701
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
ADDENDUM NO. 1
Construction Plans and Specifications
For
Renovation of
Runway and Taxiway Lighting Systems
DRAKE FIELD
FAYETTEVILLE MUNICIPAL AIRPORT
AIP PROJECT NO. 3-05-0020-16
FY912127
The original Plans and Specifications dated August, 1991 for the
project area amended as noted in this Addendum. Receipt of this
Addendum shall be acknowledged on the Proposal. This Addendum
consists of 1 pages.
Item 1 Bid Item No. 8 in the Proposal is revised to read
"...L828, Class I, Style I."
Item 2 Paragraph 125-1.3 of Section L-125 INSTALLATION OF
AIRPORT LIGHTING SYSTEMS is revised to read
"...L828, Class I, Style I."
Item 3 Paragraph 125 - 2.7 REGULATORS of SECTION L-125
INSTALLATION OF AIRPORT LIGHTING SYSTEMS is revised
to read "...shall be size 15kw, Type I, Class I,
Style I."
Item 4 Specification Section ELECTRICAL ENCLOSURE is
hereby removed from the Specifications.
Item 5 The identification tag for each light as described
on Plan Sheet 7 is revised as follows:
The sign shall be .040" aluminum with a
baked enamel finish with a maximum 6
inches wide by 5 -inches high size. The
colors may be either blue letters on a
white background or black letters on a
yellow background. The letters shall be
suitable for outside use with a minimum
expected life of 10 years. The letter
style shall be Gothic.
Except as expressly amended herein, the Plans and Spec'fications
shall remain in effect as originally released.
September 17. 1991
1
CONSTRUCTION SPECIFICATIONS
1
RENOVATION OF
RUNWAY AND TAXIWAY
FOR
LIGHTING SYSTEMS
AT
1 DRAKE FIELD
1
FAYETTEVILLE MUNICIPAL
AIRPORT
FAYETTEVILLE, ARKANSAS
Project NO. FY912127
AIP PROJECT NO.
3-05-0020-16
AUGUST, 1991
1 Prepared By:
McClelland Consulting Engineers, Inc.
' 1810 North College, P.O. Box 1229
Fayetteville, Arkansas 72701
1
1
r1
11
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
I�
TABLE OF CONTENTS
SECTION
Notice to Contractors
Instructions to Bidders
Proposal
Notice of Award
Equal Opportunity Certification
Contract
Notice to Proceed
Performance Bond
Payment Bond
Federal Wage Decision
State Wage Decision
Wage, Labor, EEO, & Safety Requirements
General Provisions (FAA Standards, as revised
for this project)
Section 10.
Section
Section
Section
Section
Section
Section
Section
Section
Definition of Terms
20. Proposal Requirements and Conditions
30. Award and Execution of Contract
40. Scope of Work
50. Control of Work
60. Control of Materials
70. Legal Relations and
Responsibility to Public
80. Prosecution and Progress
90. Measurement and Payment
Special Provisions
General
Description of the Project
Coordination of the Work
Safety Requirements and Construction Procedures
Identification of "Engineer"
Authority of Engineer
Limitations of the Engineers Responsibilities
Engineer's Visits to the Site
PAGE NO.
1-4
1-7
1-9
1-2
1-3
1-4
1
1-2
1-2
1
1
1-21
1-54
1-5
6-9
10-11
12-16
17-23
24-27
28-37
38-45
46-54
1
1
1
1-9
10
10-11
11
11
M.UI•mr1
est a v1 jpn{y:4f0
Enp.nsrs
•GJIRIIl9., hnonsoI
TABLE OF CONTENTS
(Continued)
SECTION PAGE NO,
Special Provisions (Continued)
Contractor's Examination 12
Arrangement of Specifications and Plans 12
Workmen 13
Horseplay 13
Insurance 13-18
Subcontractors 18
Contractor's Routine Access to Site 18
Owner -Furnished Materials 18
Quality of Plans 18
Partial Acceptance 19
Progress Schedule 19
Contractor to Perform Construction Staking 20
Work Done Without Lines and Grades 20
Preservation of Monuments and Stakes 20
Other Contractors 20
Record Drawings 21
Publicity 21
Modifications and Waivers 21
Standards 21
Testing 21
Payment for Stored Materials 22
Cost of Plans and Specifications 23
Ownership of Engineering Data 23
Partial Sets of Plans and Specifications
for Subcontractors 23
Damage to Existing Facilities 23
Reporting of Accidents 23
Pre -Construction Conference 23
Waterways 23
Safety and Security 24
Function of the Engineer and Relationship
Between Engineer and Contractor 24-26
Contractor's Responsibility Regarding
Special Application Materials and Products 26
Temporary Facilities 27-28
Permits, Licenses, Laws, Ordinances
Regulations and Taxes 28-29
Mccu u.e
,Ip rN a LOgWI�+a
•
no n
FoHW vW'4, h,.an,as
11
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
TABLE OF CONTENTS
(Continued)
SECTION
PAGE NO.
FAA Standard Specifications (As Revised for this Project)
P-610 Structural Portland Cement Concrete 1-8
T-901 Seeding 1-6
T-905 Topsoiling 1-3
T-908 Mulching 1-3
L-108 Installation of Underground
Cable for Airports 1-6
L-110 Installation of Airport
Underground Electrical Duct 1-4
L-125 Installation of Airport Lighting Systems 1-3
Electrical
Work
16010 General Electrical Work
16050 Basic Electrical Materials
16111 Conduit
16400 Service
Appendices
Appendix A
Appendix B
Appendix C
and
Distribution
and Methods
Approved Airport Lighting Equipement
Safety Requirements Order SW 5200.5
"Buy American" Exclusion Products
1-10
1-8
1-5
1-3
Co',-Cmn.
I9
-ee
EM.rs
'pOtO
'OnnnoyJet Arkansas
•
NOTICE TO CONTRACTORS
/MCCN�fant
Canvl.r.
1�Oarer�/
/.nf.rsUa Arbro�
•
NOTICE TO CONTRACTOR
Notice is hereby given that in pursuance to an order of the City of
Fayetteville, sealed bids will be received at the Purchasing Office
or.2oom 111 of the City Administration Building, 113 West Mountain,
Fayetteville, Arkansas, until 2:00 P.M., on the 19th day of
September, 1991, for the furnishing of all tools and labor, and the
performance of work to be done in renovating the existing runway
and taxiway lighting systems at Drake Field, Fayetteville Municipal
Airport.
Work under this Contract shall include Runway Lights (74), Taxiway
Lights (220), lighting cable (46,000 LF) cable trench (45,000 LF),
new 15KW Regulator.
The location of the work is set out in the Plans and Specifications
to be on file in the offices of McClelland Consulting Engineers,
Inc.: P.O. Box 1229, 1810 N. College Avenue, Fayetteville,
Arkansas. All bids will be opened and considered at a meeting, to
be held in Room 111 at the City Administration Building, 113 West
Mountain, Fayetteville, Arkansas at 2:05 P.M. local time, on the
19th day of Sentember, 1991, and at such adjourned meetings
thereafter as may be necessary.
All necessary work, materials, and every item of construction shall
be in accordance with the Plans and Specifications as prepared by
the Engineer. Copies of the documents may be obtained from the
office of the Engineer upon the payment of the sum of Seventy-five
dollars ( $75.00 ), said payment not being refundable. Pertinent
information and the detailed specifications will be furnished to
suppliers at cost of reproduction.
A Pre -Bid Conference will be held at 1:30 P.M. on September 10th,
1991 at the Airport Managers office in the Terminal Building, Drake
Field, Fayetteville, Arkansas. The purpose of this meeting is to
review the project requirements with the prospective bidders and to
tour the project site.
Bidders shall make such inspection and studies of the site of the
work as to thoroughly familiarize themselves with all conditions to
be encountered.
Notice to Contractors - 1
maw -41
nco
Foy.rr.n"4, Ar.an.a.
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Each bid must be accompanied by a surety bond (proposal guaranty)
in the amount equal to five percent (5%) of the whole bid, said
bond to be issued by a surety company licensed to do business in
the State of Arkansas, said bond to be retained as liquidated
damages in case the successful bidder fails, neglects, or refuses
to enter into the contract for the construction of said works, and
furnish the necessary bonds within fifteen (15) days from and after
the date of the Notice of Award.
The successful bidder will be required to furnish separate
performance and payment bonds, in favor of the City of
Fayetteville, Fayetteville, Arkansas, in an amount equal to one
hundred percent (100%) of the contract amount, at the time of the
award of the contract, if said contract exceeds $100,000.
Notice is hereby given that the City of Fayetteville is an Equal
Opportunity employer.
Buy American Requirement. Unless otherwise approved by the FAA,
the sponsor will not acquire or permit any contractor or
subcontractor to acquire any steel or manufactured products
produced outside the United States to be used for any project for
airport development for which funds are to be provided under the
FAA grant.
It is the policy of the Department of Transportation (DOT) that
disadvantaged business enterprises as defined in 49 CFR Part 23
shall have the maximum opportunity to participate in the
performance of contracts financed in whole or in part with Federal
funds.
All bidders and proposers shall make good faith efforts, as defined
in Appendix A of 49 CFR Part 23, Regulations of the Office of the
Secretary of Transportation, to Subcontract ten (10) percent of the
dollar value of the prime contract to small business concerns owned
and controlled by socially and economically disadvantaged
individuals (DBE). In the event that the bidder of this
solicitation qualifies as a DBE, the contract goal shall be deemed
to have been met. Individuals who are rebuttable presumed to be
socially and economically disadvantaged include women, Blacks,
Hispanics, Native Americans, Asian -Pacific Americans and Asian -
Indian Americans. The apparent successful bidder will be required
to submit its information concerning the DBE's that will
participate in this contract. The information will include the
name and address for each DBE, a description of the work to be
performed by each named firm, and the dollar value of the contract
(subcontract) and shall be submitted with the proposal. If the
bidder fails to achieve the contract goal as stated herein, it will
be required to provide documentation demonstrating that it made
good faith efforts in attempting to do so. A bid that fails to
meet these requirements will be considered non-responsive.
Notice to Contractors - 2
MCCI. Mord
grwlh p,
.
',Immo-Wed
wpo-ae
rnnn,vil.• Arko+,o,
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
The City of Fayetteville reserves the right to reject any and all
bids, and to waive any formalities deemed to be in the best
interest of the Commission.
The proposed contract is under and subject to Executive Order 11246
of September 24, 1965, and to the Equal Opportunity Clause
contained in the Specifications.
The successful bidder will be required to submit a Certification of
Nonsegregated Facilities prior to award of the contract, and to
notify prospective subcontractors of the requirement for such a
Certification where the subcontract exceeds $10,000. Samples of
the Certification and the Notice to Subcontractors appears in the
Specifications.
The attention of all bidders is called to the fact that any
contractor or subcontractor on this project having 50 or more
employees and who may be awarded a contract or subcontract of
$50,000 or more will be required to maintain an Affirmative Action
Program within 120 days of commencement of the contract.
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.
The Bidder's attention is called to the "Equal Opportunity Clause"
and the "Standard Federal Equal Employment Opportunity Construction
Contract Specifications" set forth herein.
The goals and timetables fcr minority and female participation,
expressed in percentage terms for the contractor's aggregate work
force in each trade on all construction work in the covered area,
are as follows:
Goals for Females Participation in each trade is 6.9%
Goals for Minority Participation in each trade is 3.3%
These goals are applicable to all the Contractor's construction
work (whether or not it is Federal or federally assisted) performed
in the coverage area. The coverage area for female participation
is nationwide. The coverage area for minority participation is
Baxter, Benton, Boone, Carroll, Madison, Marion, Newton, Searcy,
and Washington counties in Arkansas and Adair and Delaware counties
in Oklahoma.
The Contractor shall provide written notification to the Director,
OFCCP, within 10 working days of award of any construction
subcontract in excess of $10,000 at any tier for construction work
under the contract resulting from this solicitation. The
notification shall list the name, address, and telephone number of
the subcontractor; employee identification number; estimated dollar
Notice to Contractors - 3
o
MCCbllnnd
Conoou.ng
Fp
FoWlO lJ., drbntoa
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
amount of the subcontract; estimated starting and completion dates
of the subcontract; and the geographical area in which the contract
is to be performed.
Attention is called to the fact that no less than the minimum
salaries and wages as set forth in the Contract Documents must be
paid on this Project.
The Bidder must supply all the information required by the proposal
form.
The attention of all bidders is called to the fact that they must
be licensed under the terms of Act 150 of the 1965 Acts of the
Arkansas Legislature, as amended.
Peggy Bates
Purchasing Officer
City of Fayetteville
Fayetteville, Arkansas
Notice to Contractors - 4
nEN McGoriIQC
Consorng
Ervin's
ft
wmparDaroM1O
Farir4vgy, p.kcmo.