HomeMy WebLinkAbout136-98 RESOLUTIONRESOLUTION NO 13 6 9 8
A RESOLUTION AWARDING BID NO. 98-76, IN THE AMOUNT
OF $386,907.40, TO ROBERT BAILEY ELECTRIC, INC.; AND
APPROVING A PROJECT CONTINGENCY AMOUNT OF
$38,690, FOR THE AIRFIELD TAXI LIGHTING
REHABILITATION PROJECT.
•
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE,
ARKANSAS:
Section 1 That the City Council hereby awards Bid No. 98-76, in the amount of
$386,907.40, to Robert Bailey Electric, Inc.; and approves a project contingency amount of $38,690,
for the Airfield Taxi Lighting Rehabilitation Project. A copy of the contract is attached hereto
marked Exhibit "A" and made a part hereof.
PASSED AND APPROVED this _20`h day of October , 1998.
•
V)j APPROVE
intrj
:+i
-
Bv:
Heather Woodruff, City C
By
1
Fred Hanna, Mayor
n•.; .. :,,i
•
1. Sponsor (Public Agency)
City of Fayetteville
2. Sponsor's Address
4500 School Avenue, Suite F
Fayetteville, AR 72701
3. Change Order
1
4. Name of Airport
Fayetteville Municipal
5. Project Number
AIP 3-05-0020-25-98
6. Date Prepared
26 -Jan -99
7. Name and Address of Contractor
Bailey Electric, 620 Merriman Ave., Conway, AR 72032
8. Description of Work Included in Contract
Taxiway Lighting Rehabilitation
9. Changes Ordered and Reason Ordered (List Individual Changes as: A, B, C, D, etc.)
A. Add conduit, base -mount cans, transformers and associated cable and trench to rehabilitate existing taxiway -circuit
guidance signs. This work will complete rehabilitation of entire taxiway circuit to eliminate all damaged cable
and transformers. This work will be constructed in accordance with existing specifications and drawing details.
L-125-5.7 Existing Guidance Sign Reconfigured, 1 -Transformer
L-125-5.8 Existing Guidance Sign Reconfigured, 2 -Transformer
10.
Contract
Changes
Bid
Item
No.
Original
Estimated
Quantity
Contract
Unit
Price
Revised
Estimated
Quantity
Negotiated
C.O. Unit
Price
Original
Estimated
Cost
Revised
Estimated
Cost
A.
L-125-5.7
0
N/A
37
$390.00
$0.00
$14,430.00
B.
L-125-5.8
0
N/A
10
$470.00
$0.00
$4,700.00
TOTAL $0.00 $19,130.00
11. Original Contract Amount
Previously Approved Change Orders
This Change Order
New Contract Amount
$386,907.40
(None)
(Increase)
$0.00
$19,130.00
$40.6,037.40
12. Contract time increased by 0 days. New contract time 120 days.
THIS AGREEMENT SUBJECT TO ALL ORIGINAL CONTRACT PROVISIONS.
13. ISSUED FOR REASONS
INDICATED ABOVE
/ij/v
,
�A
,�
En.
Date
ACCEPTED BY
14. CONTRACTOR '
r
Signature
/ ,/
/
'�—
in Ci)
) 9 9
Title Date
15. ACCEPTED BY
SPONSOR
41��� 344/44
Signature Title Date
FAYETTEVILLE
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENTAL CORRESPONDENCE
TO: Fred Hanna, Mayor
FROM: Dale Frederick, Airport Manager
BATE: February 11, 1999
SUBJECT: Airfield Lighting Rehabilitation Change Order #1
The Airport requests approval of Change Order #1, in the amount of $19,130.00, to the Airfield
Taxiway Lighting Rehabilitation Project contracted with Robert Bailey Electnc, Inc. This change
order will cover the cost of placing the taxiway directional signs' transformers and connectors in
"cans". The cans allow easier access to the transformers and connectors for preventive maintenance
and repairs. This Change Order will be covered through the previously approved project contingency
of $38,690.00.
This is an FAA AIP project and will receive 90% FAA funding. Additionally, a grant for 5% of the
project's total cost will be applied for with the state. Five percent of the total cost will come from
airport funds.
Attachments: Staff Review
Change Order #1
BAILEY EEECTITIC INC
M.cGINTY-BAI,LE.Y DIVISION
February 5, 1999 .
•
Garver Engineers, P.A.
PO Box C-50
Little Rock, AR 72203
ATM: Mike Griffin
•
RE: Fayetteville Municipal Airport - Clarification of Change Order ill.
We will add.base.mounted cans and ttansform&s as listed in Contract Change A & B. Conduit,
cable, and trenches are a separate pay item
Also, Changes A & B are in addition to line item; -125-5.5 (existing stake mounted guidance
signs re -connected).
Sincerely
Rick McGinty
RM/sm
P (l Rev 497 • r.nn1,.e••, A D 70n.3n
/ al..... On -v nner r_ flo'. .. ..-. ...-.. ..
Serit49y: ROBERT BAILEY ELECTRIC INC; 15013270589; Feb -5-99 11:10AM;
01/31/88 18:01 FAX '501 372 8042 GARVER'ENGINEERS PA
0
Page 2/2 f
x002
r
1. Sponsor (Public Agency)
• City of Fayetteville
2. Sponsor's Address
4500 Scbool Avenue, Suite F
Fayetteville, AR 72701
3. Change Order
1
4. Name of Airport
Fayetteville Mtmicipal
5. Project Number
AIP 3-05-0020.25-98
6. Dare Prepared
26 -Jan -99
7. Name and Address of Contractor
Battey Electric, 620 Merriman Ave., Conway, AR 72032
8. Description of Work Included in Contract
Taxiway Lighting Rehabilitation
9 Changes Ordered and Reason Ordered (List Individual Changes as: A, B, C, D, etc.)
A. Add conduit, base -mount cans, transformers and associated cable Slid trench to rehabilitate existing tasiway•circuft
guidance signs. This work will complete rehabilitation of satire taxiway circuit to eliminate all damaged
and transformers. This work will be constructed in accordance with existing specifications and drawing
1.425-5.7 Editing Guidance Sign Reconfigured, 1-TransformerVee. —4
1.125-5.8 Existing Guidance Sign Reconfigured, 2 -Transformer S Jesr Az
cable
details.
D
fl 4 a •
&.4t1 Fi c„4,
10.
Contract
Changes
Bid
Item
No.
Original
Estimated
Quantity
Contract
Unit
Price
Revised
Estimated
Quantity
Negotiated
C.O. Unit
Price
Original
Estimated
Cost
Revised
Estimated
Cost
A.
L1254.7
0
N/A
37
5390.00
50.00
514,430 00
B.
L-125-5.8
0
NIA
10
5470.00
50.00
54,700.00
''.e:tk.Vin-I
64i .tea,? it
_fir...
(
7hIt �r. - ii 't i i:,a. i�i�27,
M'. -'ft
K
't�b`�- '<'�F-q%Zi�Y �_'e�i .1
gym. x -.a. ISM,
s`' 'a''�.� FSB mI
^
11. Original
Previously
This
New
Cautrac
Approved
Change Order
Contract Amount
Amount
Change Orden
5386,907.40
None)
(Increase)
50.00
519,130.00
$406,037.40
12. Contract time increased by 0 days. New contract time 120 days.
THIS AGREEMENT SUBJECT TO ALL ORIGINAL CONTRACT PROVISIONS.
13. ISSUED FOR REASONS
INDICATED ABOVE
/ "J/
:IEng-
EilL11479.‘
id- ACCEPTED BY
CONTRACTOR
„JJ
//
�
c?I
8 _, fare / Tide
Date
15. ACCEPTED BY
SPONSOR
G
Signa TitleatD
o
W
WEI
RESOLUTION Nal 15- 9 R
A RESOLUTION ACCEPTING FAA AIRPORT IMPROVEMENT
PROJECT GRANT NO. 3-05-0020-2598 TO BE AWARDED IN
THE AMOUNT OF $443,146 AND WILL COVER PHASE I OF
THE AIRFIELD LIGHTING REHABILITATION PROJECT, THE
RUNWAY APPROACH OBSTRUCTION LOCATION SYSTEM,
AND THE PAVEMENT MANAGEMENT SYSTEM.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE,
ARKANSAS•
Section 1. That the FAA Airport Improvement Project Grant No. 3-05-0020-2598 to be
awarded in the amount of $443,146 and will cover Phase I of the Airfield Lighting Rehabilitation
Project, the Runway Approach Obstruction Location System, and the Pavement Management
System.
PASSED AND APPROVED this 1" day of September , 1998.
ATTEST -
By fi:?l: - /✓
Heather Woodruff, Cit9TClerk
APPROVED:
By:
Fred Hanna, Mayor
Garver, Inc.
Engineers
1010 Battery Street
P.O. Box 50
Little Rock. Arkansas 72203-0050
501-376-1633
FAX 501-372-8042
www.garverinc.com
September 23, 1998
Mr. Dale Frederick, Manager
Fayetteville Municipal Airport
4500 School Avenue
Suite F
Fayetteville, AR 72701
Re: Fayetteville Municipal Airport
Taxiway Lighting Rehabilitation
AIP #3-05-0020-25-98
Recommendation of Contract Award
Dear Dale:
GARVERIENGINEERS
Bids were received for the "Taxiway Lighting Rehabilitation" project at the Fayetteville City
Administration Building at 10:00 am on September 23, 1998. The bids have been checked
for accuracy. A tabulation of the bids received is enclosed with this letter.
A total of 5 bidders submitted on the project. Robert Bailey Electric, Inc. of Conway,
submitted the low bid for the project at $386,907.40. This amount reflects funding from
several different sources, including a FAA AIP grant and a future Arkansas State Department
of Aeronautics grant.
We believe that the bid for the "Taxiway Lighting Rehabilitation" represents a good value for
the Airport. Given the funding outlined above, we recommend the Airport Board award the
construction contract for "Taxiway Lighting Rehabilitation" to Robert Bailey Electric, Inc.
Sincerely yours,
GARVER ENGINEERS
Michael J. ffin, P.E.
EMS
(916102)
Brentwood. TN • Fayetteville. AR • Huntsville. AL -e Jackson. MS • Little Rock. AR .• Louisville. KY • Tulsa. OK
•
••
STAFF REVIEW FORM.
JUL_ AGENDA REQUEST
CONTRACT REVIEW
GRANT REVIEW
For the Fayetteville City Council meeting of October 20, 1998 .
•
mmatmlit
FROM: pale Frederick Airport feneral Gvmt.
Name
Division Department
T�'ii
ESP The Airport requests approval of the contract with Robert Bailey Electric, Inc.
tt5e�amo C'o�S38t,907.90. This contract is for Bailey Electric to act as general contractor on
the airport's Airfield Taxiway Lighting Rehabilitation Project. The airport's engineering firm for
this project, Garver S Garver Engineers, has reviewed the bids received and recommend award of this
contract. This project is an FAA Airport Improvement Program project and will receive 90% FAA
funding. An additional grant for 5% of the project's total cost will be applied for with the state
leaving the remaining 5% to come from airport funds.
Approval of a $38,690.00 contingency is also requested.
----- — s= ==
NASA/ CITY:
Cost of this Request.. .. . Category/.Project Budget
55SO-3acn_531'41OO Vf' . : ••-'g" /: j. 1.
Account Nuvbel.4.21 rl'lm'dsoh _used to date
s
.712•48 SIM
98054-01 -Y M•
Project Number
Airfield Liaht4na
. Category/Project Name
..< . ..dt' h/a'"' - .
Program Nine s
. .. .. 6Y1.• ... • aw. . ..
Aimort
Remaining citalance - Fund
. . . .4. . . .
I
f, eded It- . �': - . t _-Iiildge' Adjustment Attached
!fel 1 Y.. ..
Administrative Services Director
040S'7-
j -tor
CONTRACT/GRANT/LEASE REVIEW:
AcuntSi��D e 11
ClAir Attorney
UJao
Date
Ib -q-38
Purchasing Officer Date
c a...... a...
eYes. .. ,Y..
GRANTING. AGENCY:
rnal Au
:'t;let sii.,kf%
°ro i- 1. 'y .�
) zn-ii ''. ritivz • - •
Date �, r Y. •. 4'. at•d'
__ ======= sca ---ccs--acr--ase—c
STAFF RECOMMENDATION: Staff reccamends approval.
- : 1
mc.s----c=ans
r. • :,y4. 1.ra t
____WasscmeCCaszaa=_acaaecassacavC--=—aaa aacc_fl . — a— eaa
eaoem:caaa
Date
SO-
DiiviaiOn :Read
tisear4
iv
Date
rrnas RnfArwnra
New Item: Yes No
Pre Or/Mal:
Oriq.Cont.Date
FAYETTEVILLE
TNT MY Of FAYETTEVILLE. ARKANSAS
•
DEPARTMENTAL CORRESPONDENCE
r .1.4
Fayetteville City Council
THRU: `Fred Hanna; Mayor
FROM:
DATE:
Dale Frederick, Airport Manager
October 5, 1998
SUBJECT: Airfield Lighting Rehabilitation Contract Award
The Airport requests the CityCouncil approve the contract With Robert Bailey Electric, Inc. in the.
amount of $386,907.40 to perform the duties of general contractor for the Airfield Taxiway Lighting
Rehabilitation Project. Bailey Electric was the lowest bidder`foi this project; their bid has been
reviewed by Garver & Garver Engmeers which recommends awardyif tile -contract This is an FAA
AIP project and will receive 90% FAA funding. The FAA AIP grant for this project _was accepted
by City Council Resolution,115-98. Additionally, a grant for 5%of the project's total costwill
applied for with the state. Five percent of the total cost will come from anport funds M �:
a' Approval of a $38,690.00`comingency is also requested
Attachments: Staff Review
Garver & Garver Recommendation
Resolution No. 115-98 -
Bid Tabulation
Bailey Electric Contract (8 originals)
M1 )M1
At* ..44/6
mv-va:i"-c. c Krpc: �srs-A
•
SHIPPING & HANOUNO CHARGES (IFAPPLICABLQ
es—
Dwell Aeecunt Number
k0
p
14W
0
0
-o
0
LA
'1g
a
2
3
¢ L
E s
.g
is
8n
r
o .2
c 3
1
D
mn
O I
RFA/c/rgrlant Cog$7XMcr,0N{
IAD
A
T
t
ai
J=
a
i
th
Description: Model k and/or Pert M: I
r
N
�gn
np,
O
a
• REQUEST FOR VENDOR FILE MAINTENANCE
CHECK ALL AVAILABLE RESOURCES PRIOR TO SUBMISSION OF THIS REQUEST:
VENDOR UST OR ACCESS THE SYSTEM c)
¢
5 /9 P REQUESTED BY: c)a� AUL-
C.+
U -
,x EFFECTIVE DATE: f0/5/97
DATE OF REQUEST:
DEPT/DIVISION:
TELEPHONE EXTENSION:
•
•
TYPE OF SERVICE REQUEST:
NEW VENDOR:
VENDOR NAME:
STREET OR P.O. BOX:
CITY:
STATE:
ATTN:
VENDOR CHANGE: VENDOR RE-ENTRY:
VENDOR I VENDOR
'PO BrRT i3Alt£Y E<FCTRIC .lvc.
Bax 321
CnMWAf
AR
ZIP CODE: 72033
REMITTANCE ADDRESS IF DIFFERENT FROM ABOVE:
PHONE:
TYPE OF ORGANIZATION
FEDERAL ID NUMBER: 11--05.11/ 32CORPORATION (100): 1.----"..
OR PARTNERSHIP 1200):
SOCIAL SECURITY NUMBER: INDIVIDUAL p00):
(400):
PENSION (S00):
RECIPIENT
PURCHASING OFFICE USE ONLY
NEW VENDOR: ENTERED BY:
VENDOR CHANGES: DATE:
VENDOR RE-ENTRY: G L FILE:
INVENTORY FILE:
r
1
1
1
I
1
1
1
1
1
1
1
1
1
PREPARED FOR:
PROJECT:
PREPARED BY:
Garver & Garver,P.A.
Engineers
P.O. Box C•50
Little Rock, Arkansas 72203
(501) 376-3633
Y
lint 8y: ROBERT BAILEY ELECTRIC INC; 15013270589; Sep -21-98 9:33AM; Page 1/1
1
1
1
1
1
1
1
1
Ve-P
Title
FAYETIEVILLE MUNCICPAL AIRPORT
TAXIWAY LIGHTING REHABILITATION
AIP 3-05-0020.25-98, Bid No. 98-76
ADDENDUM NO.1
September 18, 1998
Enclosed is Addendum No. 1 for the above referenced project. Please sign below, certifying that
you have received the addendum, and transmit this Haze only back to us by facsimile (501-372-
8042). Please call ifyou have any questions.
I hereby acknowledge receipt of Addendum No. 1 to AIP Project 3-05-0020-25-98,
"Taxiway Lighting Rehabilitation" at Fayetteville Municipal Airport, Fayetteville,
Arkansas.
1
1
1
1
1
1
1
1
c 1)gl0I=:Y
co pany
ihi) Fc
Date
Note: Bide may ereect Iptt of oted from
mBidders a addendum as specified
do not
acknowledge specifl d
cknowisdg
above.
Fax Attn. to: Mike Griffin / Frank Melllwain Q Garver
engineers
FAYETTEVILLE MUNCICPAL AIRPORT
TAXIWAY LIGHTING REHABILITATION
AIP 3-05-0020-25-98, Bid No. 98-76
ADDENDUM NO.1
September 18, 1998
To: All Bidders
This addendum becomes a part of the "Specifications and Contract Documents". It shall be
stapled (or otherwise securely fastened) behind the front cover page of the original documents.
Proposals may not be accepted unless this addendum is so included.
All provisions of the original "Specifications and Contract Documents" shall remain in full force
and effect, except as modified by this Addendum No. 1 and subsequent addendums.
MODIFICATION TO THE CONTRACT DOCUMENTS
1. Refer to the Special Conditions, paragraph SC -03, "Restrictions on Time for Work". Add
the below as paragraph no. 5:
5. Runway Safety Area Work. During a portion of the performance time of the contract,
Runway 16-34 shall be closed. This work is scheduled for 12:00 midnight thru 5:30 a.m.
During these periods, the re -opening of the runway as called for in the sequence of
construction is of the utmost importance to the airport.
All of the Runway 16-34 safety area work, including trenching, placement of conduit,
cable, counterpoise and light fixtures, and the refilling of trenches as shown on the plans
is to be accomplished in a total of forty-five (45) calendar days. The forty-five (45)
calendar days are a total, and are not required to be consecutive. For each calendar day
more than forty-five (45) that Runway 16-34 is closed to complete this work, the
Contractor shall pay a penalty of $500 to the City of Fayetteville.
MODIFICATION TO THE SPECIFICATIONS
1. Refer to Item SP -2, "Site Preparation". Add the below as paragraph 2-8.2:
2-8.2 TEMPORARY AIRFIELD LIGHTING. The Contractor shall maintain the integrity and
operation of the open portions of the taxiway and runway lighting systems during construction.
The Contractor shall employ all necessary temporary cabling, splices, and electrical work needed
to maintain and operate these systems during construction. All work involved in the fabrication,
furnishing, installation, maintenance, and removal of temporary airfield lighting items will not be
Page l of 3
(Addendum No. 1)
measured for separate payment, but will be considered subsidiary to the bid item "Site
Preparation."
2. Refer to specification section L-109, "Installation of Electrical Vault Equipment":
a. Delete item 109-2.4 e. "Circuit Isolation".
b. Replace section 109-2.5 "Control and Timing Relays" with the following:
"109-2.5 Controls. Extend and connect existing controls to the new and revised
regulators. Provide and install all conduits, wires, relays and other accessories as
required for complete system functions. All relays shall be plug-in type relays
and shall be furnished with socket base and all required mounting accessories."
c. Delete item 109-2.8 "Switches", paragraph b only.
d. Delete section 109-2.12, "Transformer, Dry Type".
e. Replace the second paragraph under section 109-3.9 Removal of Existing
Equipment with the following:
"The existing 7.5 kW Taxiway East regulator shall be removed and stored as
directed by the Owner. This regulator shall become a spare. Any equipment that
is damaged during the removal operation shall be subject to a reduction in
payment for removal of the equipment."
MODIFICATIONS TO THE PLANS
1. Refer to Sheet 3 of the Plans, to the box labeled "Phase Descriptions". Add the following to
the Note at the top of the box:
"To ensure minimum disruption to the airport's operations and taxiway lighting, the below
phases shall be completed in order."
2. Refer to Sheet 12 of the Plans. Add the following:
a. Add a 3" conduit between existing panel "LPI" and new panel "LP2".
b. Add the following key note to this new item:
"Keynote 7: Install (3#4/0 + 1#4EG) in 3" conduit from panel "LPI" to panel "LP2". The
Contractor shall coordinate a generator field test with the Owner. The intent is to test the
generator set to see if it has sufficient capacity to serve the revised electrical system including
Page 2 of 3
(Addendum No. 1)
new loads, specifically the addition of the 20 kW regulator. The Contractor shall perform
this test in the presence of the Engineer and Owner. The Contractor shall finalize all
electrical power connections as directed by the Engineer. This item shall be considered
subsidiary to pay item L-109-5.1 Electrical Vault Wiring Modifications."
Page 3 of 3
(Addendum No. 1)
CITY OF FAYETTEVILLE
FAYETTEVILLE MUNICIPAL AIRPORT COMMISSION
TAXIWAY LIGHTING REHABILITATION
AIP 3-05-0020-25-98
TABLE OF CONTENTS
No. Page No.
1. GENERAL DOCUMENTS
Advertisement for Bids A-1
Instructions to Bidders 1-1
Special Instruction to Bidders Regarding EEO S1-1
Bid Bond BB -I
Disadvantaged Business Enterprise (DBE) Contract Provisions DBE -1
Proposal P-1
Certification of Bidder Regarding EEO EEO -I
Certification of Nonsegregated Facilities CNF- I
Certification Regarding Debarment, Suspension, Ineligibility and DEBAR -1
Voluntary Exclusion
Special Notice to Bidders - Buy American -Steel and Manufactured Products SN -1
for Construction Contracts
Statement of Bidder's Qualifications SBQ-1
List of Proposed Subcontractors LPS- I
Contract C-1
Performance Bond PEB-I
Payment Bond PAB-I
11. GENERAL PROVISIONS
Definition of Terms GP 10-1
Proposal Requirements and Conditions GP 20-1
Award and Execution of Contract GP 30-1
Scope of Work GP 40-1
Control of Work GP 50-1
Control of Materials GP 60-1
Legal Regulations and Responsibility to Public GP 70-1
Prosecution and Progress GP 80-1
Measurement and Payment GP 90-1
Contractor Quality Control Program GP -100-1
Not Used GP- 110- I
Wage, Labor, EEO, Safety and General Requirements GP 120-1
(continued)
Ill. SPECIAL CONDITIONS
Paragraph No. Page No.
SC -01 General Notes and Description of the Work
SC -02 Special Instructions
SC -03 Restrictions on Time for Work
SC -04 Insurance
SC -05 Time for Completion & Liquidated Damages
SC -06 Legal Holidays
SC -07 Instrument Control
SC -08 Security and Control of Access
SC -09 Safety
SC -10 Documents for the Contractor
SC -11 NOTAMs
SC -12 Construction Activity and Aircraft Movements
SC -13 Motorized Vehicles
SC -14 Clean Up
SC -I5 Project Meetings and Coordination
SC -16 Schedules and Record Documents
SC -17 Contractor/Subcontractor/Supplier Legal Disputes
SC -18 Measurement and Payment
SC -19 Soil Boring Logs
IV. CONTRACTOR SAFETY REQUIREMENTS
TECHNICAL SPECIFICATIONS
Section No. Title
SP- I
SP -2
SP -3
Trench and Excavation Safety Systems
Site Preparation
Dry Pit.Duct Boring
L-108 Installation of Underground Cable for Airports
L-109 installation of Electrical Vault Equipment
L-110 Installation of Airport Underground Electrical Duct
L-125 Installation of Lighting Systems
SC -1
SC- I
SC -2
SC -2
SC -3
SC -5
SC -5
SC -5
SC -6
SC -6
SC -6
SC -6
SC -7
SC -7
SC -7
SC -8
SC -8
SC -8
SC -8
CSR -I
Page No.
SP -1-1
SP -2-1
SP -3- I
L-108-1
L-109-1
L 110-I
L-125-1
ADVERTISEMENT FOR BIDS
Sealed bids for "Taxiway Lighting Rehabilitation", AIP 3-05-0020-25-98, Bid No. 98-76, to be
constructed for the City of Fayetteville, at the Fayetteville Municipal Airport, will be received at Room 326
of the City Administration Building, 113 West Mountain, Fayetteville, Arkansas until 10 a.m., Wednesday,
September 23rd, 1998, at which time the bids shall be publicly opened and read aloud.
The work involves, but is not limited to, the following: Construct homerun concrete -encased duct, retable
entire taxiway system with light cans and conduit, and retable runway circuit at taxiway crossings. The
project contains approximately 30,000 linear feet of cable and approximately 290 light/can assemblies.
Contract documents, specifications, and drawings, may be seen at the office of Garver, Inc. Engineers, 240
North Block, Fayetteville, Arkansas, or at the office of the Airport Manager. Copies of the Plans and
"Contract Documents and Specifications" may be secured from Garver Inc. Engineers, upon payment of
Seventy-five Dollars ($75.00) for each complete set. NO REFUND of payment will be made.
Each bid shall be accompanied by a bid guarantee consisting of a firm commitment such as a bid bond,
certified check, or other negotiable instrument equivalent to five (5) percent of the amount of the bid, as
assurance that the bidder will, upon acceptance of his bid, execute contractual documents within ten (10)
calendar days following notice of award. Such bid guarantee shall be made payable to the City of
Fayettevi Ile.
Policy. 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 percent (10%) 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 for this solicitation qualifies as a DBE, the
contract goal shall be deemed to have been met. Individuals who are rebuttably presumed to be socially and
economically disadvantaged include women, Blacks, Hispanics, Native Americans, Asian -Pacific Americans
and Asian -Indian Americans. The apparent successful bidder (proposer) will be required to submit
information concerning the DBEs that will participate in this contract. The information will include the
name and address for each DBE, a description of the work to be perforated by each named first, and the
dollar value of the contract (subcontract). 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 nonresponsive.
The proposed contract is under and subject to Executive Order 11246 of September 24, 1965, and to the
Equal Opportunity Clause.
The bidder (proposer) must supply all information required by the bid or proposal form.
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
amount of the subcontract exceeds $10,000. Samples of the certification and the Notice to Subcontractors
appear in the specifications.
Women will be afforded equal opportunity in all areas of employment. However, the employment of women
shall not diminish the standards or requirements for the employment of minorities.
A-1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
For contracts of $50,000 or more, a contractor having 50 or more employees and his subcontractors having
50 or more employees and who may be awarded a subcontract of $50,000 or more will be required to
maintain an affirmative action program within 120 days of the commencement of the contract.
The contractor shall require the subcontractor on all -tier subcontracts, irrespective of dollar amount, to file
Standard Form 100 within 30 days after award of the subcontract if the above two conditions apply.
Standard Form 100 will be furnished upon request.
Mechanics and laborers on the project shall be paid not less than the minimum hourly rates set out in the
applicable Wage Determination Decision, U.S. Department of Labor, a reproduction of which is bound in the
Contract Documents.
Act 150 of 1965, Arkansas Statutes, states that a contractor must be licensed by the State Licensing Board of
Contractors, or have an application for license on file with the Licensing Board, before he may submit a bid
for work when the cost thereof is Twenty Thousand Dollars ($20,000.00) or more.
The City of Fayetteville reserves the right to reject any or all bids and to waive formalities, except for
conditions affecting Executive Order 11246.
Bids must remain in effect for 60 days after the bid opening date.
CITY OF FAYETTEVILLE
Fred Hanna, Mayor
A-2