Loading...
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.