Loading...
HomeMy WebLinkAbout45-20 RESOLUTIONOF FaY ETTF L 4RKANSPS 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 45-20 File Number: 2020-0050 BID #19-63 H&H ELECTRIC, INC.: A RESOLUTION TO AWARD BID #19-63 AND AUTHORIZE A CONTRACT WITH H&H ELECTRIC, INC. IN THE AMOUNT OF $362,225.00 FOR THE BEACON AND WIND CONES PROJECT AT THE AIRPORT, TO APPROVE CHANGE ORDER NO. 1 TO CHANGE THE LOCATION OF THE POWER SUPPLY FOR THE PROPOSED BEACON AND REDUCE THE CONSTRUCTION COST TO $281,550.00, TO APPROVE A BUDGET ADJUSTMENT RECOGNIZING AN 80-20 GRANT RECEIVED FROM THE ADA, AND TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $31,250.00 WHEREAS, on February 19, 2019, the City Council approved Resolution No. 46-19 which authorized the application for and acceptance of an 80/20 matching grant from the Arkansas Department of Aeronautics for the construction of the Beacon and Wind Cones Project at the Airport and the City was notified that it was awarded funding in the amount of $250,000.00. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF. FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby awards Bid #19-63, authorizes Mayor Jordan to sign a contract with H&H Electric, Inc. in the amount of $362,225.00 for the Beacon and Wind Cones Project at the airport, approves Change Order No. 1 to the contract reflecting the location change of the power supply for the proposed beacon and reducing the total contract amount to $281,550.00, and further approves a project contingency in the amount of $31,250.00. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget Page 1 Printed on 216120 File Number 2020-0050 Resolution 45-20 adjustment, a copy of which is attached to this Resolution, recognizing the Arkansas Department of Aeronautics grant funds in the amount of $250,000.00. PASSED and APPROVED on 2/4/2020 Attest: Kara Paxton, City Clerk Treasured : f q., '�• ESE •�� Ir Page 2 Printed on 216120 City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Text File File Number: 2020-0050 Agenda Date: 2/4/2020 Version: 1 Status: Passed In Control: City Council Meeting File Type: Resolution Agenda Number: A. 8 BID #19-63 H&H ELECTRIC, INC.: A RESOLUTION TO AWARD BID #19-63 AND AUTHORIZE A CONTRACT WITH H&H ELECTRIC, INC. IN THE AMOUNT OF $362,225.00 FOR THE BEACON AND WIND CONES PROJECT AT THE AIRPORT, TO APPROVE CHANGE ORDER NO. 1 TO CHANGE THE LOCATION OF THE POWER SUPPLY FOR THE PROPOSED BEACON AND REDUCE THE CONSTRUCTION COST TO $281,550.00, TO APPROVE A BUDGET ADJUSTMENT RECOGNIZING AN 80-20 GRANT RECEIVED FROM THE ADA, AND TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $31,250.00 WHEREAS, on February 19, 2019, the City Council approved Resolution No. 46-19 which authorized the application for and acceptance of an 80/20 matching grant from the Arkansas Department of Aeronautics for the construction of the Beacon and Wind Cones Project at the Airport and the City was notified that it was awarded funding in the amount of $250,000.00. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby awards Bid #19-63, authorizes Mayor Jordan to sign a contract with H&H Electric, Inc. in the amount of $362,225.00 for the Beacon and Wind Cones Project at the airport, approves Change Order No. 1 to the contract reflecting the location change of the power supply for the proposed beacon and reducing the total contract amount to $281,550.00, and further approves a project contingency in the amount of $31,250.00. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution, recognizing the Arkansas Department of Aeronautics grant funds in the amount of $250,000.00. City of Fayetteville, Arkansas Paye 1 Printed on 2/5/2020 Summer Fallen Submitted By City of Fayetteville Staff Review Form 2020-0050 Legistar File ID 2/4/2020 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item 1/15/2020 AIRPORT SERVICES (760) Submitted Date Division / Department Action Recommendation: Staff requests the following as they relate to the Beacon and Windcone Construction project at Drake Field. This resolution will permit the following: 1. Acceptance of Bid# 19-63 and execution of a construction contract in the amount of $362,225.00 with H&H Electric, Inc. of Hot Springs, AR. 2. Execution of Change Order 01 to the contract to change the location of the power supply for the proposed beacon and reduce the construction cost to $281,550.00. 3. Budget adjustment to recognize an 80-20 grant received from the ADA, and for a 10% project contingency of the approved project budget, or $31,250.00. Budget Impact: 5550.760.3960-5801.00 Account Number 31712.2019 Project Number Airport Fund Beacon/Windcone Project Project Title Budgeted Item? No Current Budget Funds Obligated Current Balance Does item have a cost? Yes Item Cost Budget Adjustment Attached? Yes Budget Adjustment Remaining Budget $ _ $ 281,550.00 $ 343,750.00 $ 62,200.00 V20180321 Purchase Order Number: Previous Ordinance or Resolution # Change Order Number: Original Contract Number: Comments: Approval Date: CITY OF FAYETTEVILLE ARKANSAS TO: Lioneld Jordan, Mayor THRU: Susan Norton, Chief of Staff Staff/Contract Review Committee FROM: Summer Fallen, Airport Services Manager DATE: January 15, 2020 CITY COUNCIL MEMO SUBJECT: Bid# 19-63 Construction Beacon and Wind Cones and Change Order RECOMMENDATION: Staff requests approval for the Aviation Division to utilize Arkansas Department of Aeronautics grant funds to complete construction of the Beacon and Wind Cones project at the Airport. More specifically, this resolution will permit the following: Execution of a construction contract in the amount of $362,225.00 with H&H Electric, Inc. of Hot Springs, AR, for Bid # 19-63. Execution of Change Order 01 to the contract. This change order will change the location of the power supply for the proposed beacon and will reduce the construction cost to $281,550.00. Budget adjustment to recognize an 80-20 grant received from the Arkansas Department of Aeronautics (ADA), and for a 10% project contingency of the approved project budget, or $31,250.00. BACKGROUND: The Airport's existing rotating beacon has passed its useful life. The beacon has required excessive maintenance over the last few years, and is no longer able to be controlled from the ATCT. The Airport has reviewed multiple options regarding replacement of the rotating beacon, including replacement of the beacon on the existing tower located on the west side of the airfield. However, the view of the existing beacon is partially blocked from aircraft approaching from the west of the Airport. Therefore, the Aviation Division is proposing a new beacon to be located on the east side of the airfield. The new beacon will be installed on a new monopole. During a recent Part 139 inspection, the FAA requested that the Airport relocate its two Wind Cones to a new location outside of the Runway's Object Free Area (ROFA). The Wind Cones had already exceeded their useful life and the Aviation Division was already considering upgrading the Wind Cones to LED, as one of the Wind Cones was currently not functioning. In order to site the Wind Cones in an FAA approved location and to upgrade them to a more sustainable LED technology, the Aviation division is proposing to construct new Wind Cones as part of the Beacon project. One of the Wind Cones will be constructed as a Primary Wind Cone with a Segmented Circle. Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, A€2 72701 DISCUSSION: Bid# 19-63 was advertised December 51h and 121h, 2019. A pre-bid meeting was held on December 121h, 2019 at the airport for any interested parties to attend. The bids were opened on December 3151, 2019. The Aviation Division is requesting permission to execute a construction contract with H&H Electric to perform the Beacon and Wind Cone improvements. Costs associated with the construction will be reimbursed under the Arkansas Department of Aeronautics (ADA) grant. A complete breakdown of the project funding is included below. Engineering Services: $30,440.00 Construction: $281,550.00 ADA (80%): $250,000.00 Administration and Other Costs: $510.00 City (20%): $62,500.00 TOTAL: $312,500.00 TOTAL: $312,500.00 BUDGET/STAFF IMPACT: The Aviation Division may expend up to $93,750.00 of its fund balance reserve, $62,500.00 in order to match 20% of the project total cost, plus a 10% project contingency of the approved project budget, or $31,250.00. Attachments: Staff Review Form City Council Memo Construction Contract Change Order 01 Bid# 19-63 Submittal HH Electric, Inc Bid# 19-63 Construction Wind Cones and Beacon Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 010600 - CONTRACT THIS AGREEMENT made this day of I�YWWQby and between H&H Electric, Inc. a Corporation organized and existing under the laws of the State of Arkansas hereinafter called the "Contractor", and City of Fayetteville, hereinafter called the "Owner'. WITNESSETH: That the Contractor and the Owner for the consideration stated herein mutually agree as follows: ARTICLE 1. Statement of Work. The Contractor shall furnish all supervision, technical personnel, labor, materials, machinery, tools, equipment, incidentals and services, including utility and transportation services and perform and complete all work required for the construction of FYV Wind Cones and Beacon in strict accordance with the Contract Documents. ARTICLE 2. Engineer. The Contract Documents have been prepared by GARVER who is here in after called Engineer. GARVER assumes all duties and responsibilities, and has the rights and authority assign to Engineer in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. ARTICLE 3. The Contract Price. The Owner will pay the Contractor, because of his performance of the Contract, for the total quantities of work performed at the lump sum and unit prices stipulated in the Proposal subject to additions, and deductions as provided in the GENERAL PROVISIONS. As provided in the GENERAL PROVISIONS, estimated quantities are not guaranteed, and determinations of actual quantities and classifications are to be made by ENGINEER as provided in the GENERAL PROVISIONS. Changes, modifications, or amendments in scope, price or fees to this contract shall not be allowed without a prior formal contract amendment approved by the Mayor and the City Council in advance of the change in scope, cost or fees. ARTICLE 4. Contract Time. The Contractor agrees to begin work within ten (10) calendar days after issuance by the Owner of a "Work Order' or "Notice to Proceed" and to complete the work within thirty five (35) consecutive calendar days thereafter (except as modified in accordance with the SPECIAL PROVISIONS of these Contract Documents). If the Contractor shall fail to complete the work within the time specified, he and his Surety shall be liable for payment to the Owner, as liquidated damages ascertained and agreed, and not in the nature of a penalty, the amount specified in SPECIAL PROVISIONS of these Contract Documents for each day of delay. To the extent sufficient in amount, liquidated damages shall be deducted from the payments to be made under this Contract. ARTICLE 5. Contract. The executed Contract Documents shall consist of the following a. Executed Agreement b. Addenda (if any) c. Advertisement for Bids d. Instructions to Bidders e. Proposal f. Statement of Bidder's Qualifications g. List of Proposed Subcontractors h. Performance and Payment Bonds i. General Provisions FYV Wind Cones and Beacon 010600-1 19A13211 j. Special Provisions k. Technical Specifications I. Supplemental Specifications m. Drawings n. Certificates of Insurance and Insurance Policies o. Third Party Insurance This Contract together with other Documents enumerated in this Article 4, which said other Documents are as fully a part of the Contract Documents as if hereto attached or herein repeated, form the Contract between the parties hereto. In the event that any provisions in any component part of this Contract conflicts with any provision of any other component part, the conflict shall be resolved by the Engineer whose decision shall be final. ARTICLE 6. Surety. The Surety on the Performance and Payment Bonds shall be a surety company of financial resources satisfactory to the Owner, authorized to do business in the State of the Project, and shall comply with applicable state laws. ARTICLE 7. Freedom of Information Act. City of Fayetteville contracts and documents prepared while performing city contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, the contractor will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. 25-19-101 et. Seq.). Only legally authorized photo coping costs pursuant to the FOIA may be assessed for this compliance. ARTICLE 8. Jurisdiction. Legal jurisdiction to resolve any disputes shall be Washington County, Arkansas with Arkansas law applying to the case. FYV Wind Cones and Beacon 010600-2 19A13211 IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed in four (4) counterparts, each of which shall be considered an original on the day and year first written. H&H Electric, Inc. (Contractor) ATTEST:By . i � ATTEST: -eo,,kz' lZ'k- I� v C f el k 1:rPa.s u re (Print the na es underneath all signatures) C,�-ERrK ,,�.�.•' clryo •F�,, . F '� • G? =�• AYFIi' ;�� Title: Proiect Manager 158 Technic Circle (Street) Hot Springs, AR 71901 (City) FYV Wind Cones and Beacon 010600-3 19A13211 PAGE INTENTIONALLY LEFT BLANK FYV Wind Cones and Beacon 010600-4 19A13211 Construction Contract Change Order Project: Change Order No. 1 FYV Beacon and Windcones Fayetteville - Drake Field Airport Date Prepared: January 17,2020 Garver Job No.19A13211 Prepared by: Adam White, PE Owner: Contractor: City of Fayetteville H&H Electric, Inc. 113 W Mountain Street 158 Technic Circle Fayetteville, AR 72701 Hat Springs, AR 71901 Description of Work Included in Contract The project includes, but is not limited to, removal of two existing wind cones as well as disconnecting the existing beacon and installing a new primary wind cone, supplemental wind cone, rotating beacon and beacon tower, and associated controls, as shown on the plans and indicated in the specifications. Changes and Reasons Ordered (List Individual Changes as: A, B, C, D, etc.) A. Update to the location of the power supply for the Rotating Beacon from the airport electrical vault to a new power rack located near the existing ATCT site. Attachments: None Bid Bid Unit Original Contract Revised Revised Original Revised Contract Item Item of Contract Unit Estimated Unit Estimated Estimated Changes No. Description Measure Quantity Price Quant! Price Cost Cost A. SS -300-5.2 Electrical Vault Modifications LS 1 $3,000.00 0 $3,000.00 $3,000.00 $0.00 A. SS -305-5.1 Directional Boring, 2 -Way 2"C LF 200 $206.00 0 $206.00 $41,200.00 $0.00 Polyethylene Conduit A. L-108-5.1 No. 8 AWG, 5 kV, L-824, Type C Cable, LF 9,000 $1.50 3,000 $1.50 $13,500.00 $4,500.00 Installed in Trench, Duct Bank or Conduit No. 6 AWG, Solid, Bare Copper A. L-108-5.2 Counterpoise Wire, Installed Above the LF 2,750 $1.50 1,000 $1.50 $4,125.00 $1,500.00 Duct Bank or Conduit, Including Co nne cti ons/Termi nati on s A. L-110-5.1 Non -Encased Electrical Conduit, 1 -Way 2- LF 2,250 $20.00 1,000 $20.00 $45,000.00 $20,000.00 Inch C A. L-115-5.1 Electrical Junction Structure, L-867 Class EA 8 $1,100.00 0 $1,100.00 $8,800.00 $0.00 1, Size 16" Diameter by 24" Depth A. CO -01.01 Core into Existing Taxiway Can EA 0 $0.00 2 $200.00 $0.00 $400.00 A. CO -01.012 Electrical Rack Construction LS 0 $0.00 1 $8,550.00 $0.00 $8,550.00 Summation of Cost $115,625.00 1 $34,950.00 Net Cost for this Change Order ($80,675.00) Estimated Project Cost Time Change Estimated Project Cost Original Contract Start Dale Original Contract Time (calendar days) TBD 35 Original Contract Amount $362,225.00 This Change Order ($80,675.00) Additional Calendar Days granted by this Change Order 0 New Contract Amount $281,550.00 New Contract Time (calendar days) 35 Suspended Time 0 New Construction Completion Date TBD THIS AGREEMENT IS SUBJECT TO ALL ORIGINAL CONTRACT PROVISIONS AND PREVIOUS CHANGE ORDERS ISSUED FOR REASONS INDICATED ABOVE Ektb Engineer: Garver Project Manager 1/17/20 EnineePs Si nature Title Date ACCEPTED BY CONTRACTOR . W/14 Project Manager 1/17/20 o actor's SigrOtureA Title Date APPROVED BY OWNER -�--�- Qr 0 Owners Si reZ Title Date STATE OF ARKANSAS Y, DEPARTMENT OF AERONAUTICS ?,^,15 Crisp Drive • Hangar 8 \.� •___ • .: �,� L,ittle. Rock, Ar1:..ulsas 7.1202-4402 C), -Fe.l.ephone: (x:01) 376-6781 a Fax: (501) 378-0520 ASA. }IUTC HINSON March 13, 2019 JERRY CHI.SNI GOVERNOR DIRECTOR I rAYE"1 FEVILLE — DR.AKE FIELD coatiVIiSSIC??:F.,RS ATTN: Surnme.r Fallen, Airport Services lvlanarer Jay Brain 113 W. Mountain Street Rogers Fayetteville, AR 72701 Will Dawson (-aile.tz`!r fa .4tTe'> I; E.[ -w..?Cti' Clinton -- — Michael Hatchins Devalls Bluff Dear Ms. Fallen: Sam Jackson Blvtheville During the March 1'), 201.9 meeting of the Arkansas Aeronautics Commission, Cluk W. Mason an 80-20% Grant Request was approved for Fayetteville — Drake Field. The Littl` Rock requestapproved provides funding in the amount of 5250,000.00 to replace and. Edward R. Sanders relocate the beacon and relocate its Wind Crones. Hot Springs Lloyd\Vofford This grant has been assigned as Grant 43775-19 for identification purposes. Jonesboro When corresponding with. our office regarding this project, please be sure to use this number. Contact us immediately if you will not be able to complete the project for amount approved. .The Coninzis,sion will not be responsible for arty additional prgiect costs unless this Agency has received notification in advance. The Commission has asked that we call your attention to Page Three (3) of your Application for State Airport Aid. This proiect should be started inznrediatelp and completed ivithinn one year. Please notify us if circumstances beyond your control prevent completion within the allotted time, otherwise, the grant may be canceled. Payment of this grant will be made upon completion of your project. :Please remember that grant funds are contingent upon the .Department's appropriation for the fiscal year. Request payment of this g7 -ant in. writing and include your documentation for the project at that time. Sincerely, Odsim Director cc: State Senator Greo> Reding): State Rcpreseutaiive Deziise Gat -iter K":kg 010400 - PROPOSAL Place . ............ . Date /Z�3 fro/9 Proposal of.. , a corporation organized and existing under the laws of the State of 99K4.�1 SAS po 9 9 or Proposal of . a partnership consisting of or Proposal of; an individual doing business as:• - To: City of Fayetteville This bid results from your advertisement for bids for the construction of the FYV Wind Cones and Beacon. The undersigned Bidder, having visited the site of the work, having examined the Plans, Specifications, and other Contract Documents including all Addenda, and being familiar with all of the conditions relating to the construction of the proposed project, hereby agrees to comply with all other conditions or requirements set forth in the Plans, Specifications, and other Contract Documents, and further proposes to; furnish all material, supplies, equipment, and appliances; to furnish all labor, tools, equipment and incidentals to complete the work in accordance with the Plans, Specifications, and other Contract Documents at and for the lump sum and unit prices proposed in the attached Unit Price Schedule(s). The undersigned Bidder agrees to begin work within ten (10) calendar days after the issuance by, or on behalf of, the Owner of a "Work Order' or "Notice to Proceed" and to complete the work within thirty five (35) consecutive calendar days thereafter (except as modified in accordance with the SPECIAL PROVISIONS of these Contract Documents). Should the work fail to be completed within the time herein stated, the Contractor shall pay to the Owner, as fixed and agreed liquidated damages, and not as a penalty, the sum, for each day of delay until the work is completed and accepted, as stipulated in SPECIAL PROVISIONS of these Contract Documents. It is understood that additional time for the completion of the project is to be allowed only for delays as stipulated in SPECIAL PROVISIONS of these Contract Documents. Bidder acknowledges receipt of the following addendum (addenda): and and and and FYV Wind Cones and Beacon 010400-1 19A13211 The undersigned Bidder agrees that this bid shall be good and shall not be withdrawn for a period of one hundred twenty (120) calendar days after the opening thereof. If written notice of the acceptance of this Proposal is mailed, telegraphed, or delivered to the undersigned within one hundred twenty (120) days after the opening thereof, or at any time thereafter before this Proposal is withdrawn, the undersigned agrees to execute and deliver an Agreement (Contract) in the prescribed form, and furnish the required Performance and Payment Bond, within ten (10) days after the Agreement is presented to him for signature. It is understood by the undersigned Bidder that the Owner reserves the right to reject any or all bids Accompanying this Proposal as bid security is a eesMeev-,-- eeldbid bond (strike one) in the amount of144V, 7.0,61 &V zso, ft`,ira 4,,60 ae Dollars being not less than five percent (5%) of the total amount of the bid. If the undetsLgned Bidder is the successful Bidder, but fails or refuses to execute the contract and furnish the required bond within the prescribed ten (10) days of the notification of award, then this bid security is to become the property of the Owner as liquidated damages for the delay and additional expense to the Owner caused by such failure or refusal. FYV Wind Cones and Beacon 010400-2 19A13211 BIDDER: [Indicate correct name of bidding entity] By: [Signature] [Printed name] y r w f� (If Bidder is a corporation, a limited liability company, a partnership, or a joint venture, attach evidence of authority to sign.) Attest: [Signature] [Printed name] Zyl W)£4SGA4,J Title:: i A-rf- fR Submittal Date; Address for giving notices: Bidder's License No.4,, S j. sx—oud (where applicable) NOTES: Sign in ink. Do not detach. Items must be bid upon as specified in the Unit Price Schedule. FYV Wind Cones and Beacon 010400-3 19A13211 PAGE INTENTIONALLY LEFT BLANK FYV Wind Cones and Beacon 010400-4 19A13211 City of Fayetteville FYV Wind Conos and Beacon UNIT PRICES ITEM SPEC, ESTIMATED UNIT BID NO,NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT 1 C-105_6.1 Mobilization (Max 5% of Total Bid) LS 1 2 SS -120-3.1 Construction Safety and Security LS i Stip _ d -O. - 3 SS -300.5,1 Lockout/Tagoul and Constant Current Regulator Cellbration Procedures LS 1 S nMn w. r7b 1 SS -300-5.2 Electrical Vault Modifications LS 1 5 SS -301-5.1 Existing Wind Cone and Foundation, Removed EA 2 _ Aea w n 7 MDA Zi 6 SS -301-5.2 usOng Beacon, Disconnected EA 1 7 Oiredlonal Boring, 2 -Way 2"C Potyethylene Conduil LF 200 ? �• �� _ .. / r .O D - 6 w Beacon Radio Control System LS 1 9L -602A Airport Rotating Beacon, In Place FA 110 :Beacon Battle. Installed LS 1 .66 . O It L-103-5.1 108' Monopole Beacon Tower and Foundation, In Place EA 1 //7 117 SQA Do 12 L-107-5.1 L -807(L), Style 1-8, Size 2 Wind Cone and Foundation, In Pi.. FA 1 S'est�, es+s a� 13 L-107.52 1-606(L), Style I -B, Size 1 Wlnd Cone and Flt i - Foundation, M Place �,. -� % .414 141 LA07-5.3 6egmerded Circle Marker System, In Place EA 1 12, Mtl. pA . as 15 t-106.5.1 No. 8 AWG, 5 kV, L-824, Type C Cable, Installed In french, Duct Bonk or Cmdull LF 9,000 - / . � - - - - - - � f�' ,a-4 -- No. 6 AWG, Solid, Bare Copper Counterpoise Wire. - - 16 L-108-5.2 Installed Above the Duct Bank or Conduit. Including LF 2,750 / 13 /2 p� Cannccgansfi a 17 L-110.5.1 Non -Encased Electrical Conduit. 1 -Way 2 -Inch C LF 2,250 q 45 4 60y 18 L-115-5.1 Electrical Junction Structure, L-667 Class 1, Size FA 6 16' Diameter by 24' Depth /J / 46 _Oa 19 SP -C-00 _ Bonds and Insurance LS 1 , pO vpsp �a 36,f Ltf. 0 Total Bid / FYV Wind Cones and Beacon 010400-5 19A13211 PAGE INTENTIONALLY LEFT BLANK FYV Wind Cones and Beacon 010400-6 19A13211 010420 - STATEMENT OF BIDDER'S QUALIFICATIONS Al questions must be answered and the data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate attached sheets. The Bidder may submit any additional information he desires. 1. Name of Bidder. ll t q t Gard, c, LWc . 2. Permanent main office address. ���� ,fcr►.v�c� „fLGI f 4,7 --21941 3. When organized. 19GV 4. If a corporation, where incorporated. /1 Z44,.is,a-.3 5. How many years have been engaged in the contracting business under your present firm or trade name? Xy yf.4ie, 6. Contracts on hand: (Schedule these, showing amount of each contract and the appropriate anticipated dates of completion). (Ao.A Aa.AdD 7; General character of work performed by your company. 8. Have you ever failed to complete any work awarded to you? 10 9; Have you ever defaulted on a Contract? A)a If so, where and why? 10. Have you ever been fined or had your license suspended by a Contractor's Licensing Board? AM .. If so, where and why? 11: List the more important projects recently completed by your company, stating the approximate cost for each, and the month and year completed. S t s 2tsN r► ! 12. List your major equipment available for this Contract. ssr Xisaev t 13. Experience in construction work similar in importance to this project iryw-$ 14. Background aiid experience of the principal members of your organization, including the officers. 15. Background and experience of the Master Electrician(s) licensed in the state of Arkansas (issued by the Arkansas Board of Electrical Examiners) who have proper skills in supervising, performing, and maintaining the electrical work. s-r�_ ;?Ij,4,- y Provide Master Electrician(s) licenses for the qualified electrical supervisor(s) for supervising the 5 kV airfield lighting vdork and provide Journeyman(s) licenses for those that will assist in the work. Provide certifications and qualifications of each proposed 5 kV cable splicer, with minimum (3) years continuous experience in terminating/splicing medium voltage cables. to�&4 q, 4AO 16. Credit available: $: IaAw APA40 17. Give Bank reference: �M,4,) Aw4w FYV Wind Cones and Beacon 010420-1 19A13211 18. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the Owner? Y f.> 19. The undersigned hereby authorizes and requests any person, firm, or corporation to furnish any information requested by the Owner, in verification of the recitals comprising this statement of Bidder's Qualifications. 20. The Bidder shall provide a brief description of any litigation or administrative proceeding of the following types, either pending or concluded within the preceding year, to which the Bidder (and the ultimate controlling person, if different from the Bidder) or any of its directors or executive officers was a party or of which the property of any such person is or was the subject; the names of the parties and the court or agency in which such litigation or proceeding is or was pending shall be given: (a) Administrative or judicial proceedings of any state federal agency or authority concerning environmental violations; (b) Proceedings which may have a material effect upon the solvency of the ultimate holding company, including but not necessarily limited to, bankruptcy and receivership; and (c) Criminal proceedings. Dated at,, this.. _ -916r day of.. DFGf1w3S2 1.2011 (Name of Bidder) BY: Title OW.4ije STATE OF..:Axkc. - & U.S... ..... j ) SS. COUNTY OF V"r a� tom: _ ._ ,,,_being duly sworn deposes and says that he is of 1A v tow (Name of Organization) and that the answers to the foregoing questions and all statements therein contained are true and correct; SUBSCRIBED AND SWORN TO BEFORE ME this. r1 day. ofj�f_ + a ;(Notary-- ublic) My Commission Expires: ....... ..... . FYV Wind Cones and Beacon 010420-2 19A13211 010440 - LIST OF PROPOSED SUBCONTRACTORS I, the undersigned General Contractor, hereby certify that proposals from the following Subcontractors were used in the preparation of my bid. I agree that if I am the successful Bidder and if the following subcontracts are approved, I will not enter into contracts with others for these divisions of the work without prior written approval from the Engineer and the Owner. For Annual Gross Receipts: • Enter 1 for Less than $1 Million • Enter 2 for More than $1 Million, Less than $5 Million • Enter 3 for More than $5 Million, Less than $10 Million • Enter 4 for More than $10 Million, Less than $15 Million • Enter 5 for More than $15 Million Type of Work: .................. ........ ............... ...,...a..,...,............. Subcontractor's Name:. ........................... ................................... ...... Arkansas License No ..... Address: .................... ........., ...... DBE: Yes / No (circle one) Contract Amount:..:...<._....:..,:.--;....,..........:......................:.......:.:...:....:....:.. SBE: Yes / No (circle one) Date Firm Established: ............................................ .. .....,... Annual Gross Receipts (enter the range only):......::. ... .....:....>.......,., ,:...: , ,,..:, Type of Work:• Subcontractor's Name:.--- ...... .... Arkansas License No .... ., Address: ........................... ...... ...... ................. ............................. . ................. DBE: Yes / No (circle one) Contract Amount:............::...::...: ...... SBE: Yes / No (circle one) Date Firm Established: ............................................. , .............. . Annual Gross Receipts (enter the range only):......: ........ ......... ,........ .......... ,..:.............. ,........... ,...... ..,,...,...,,. Typeof Work: ..................................... .........,.........,,..........................................................,,...,...,..a......... Subcontractor's Name: ................. ................ -- ......... Arkansas License No.:................... ............................. ......... ........................... ............. ..........._........... ,,...,....,. Address: ......................................... ........................................................... DBE: Yes / No (circle one) Contract Amount: .......... ...... ....... .................. ......... SBE: Yes / No (circle one) Date Firm Established: ................ -- ........ ........ ......... ........ — ........ ......... Annual Gross Receipts enter the range only): .................................................................... FYV Wind Cones and Beacon 010440-1 19A13211 T46e of Work ............. .................... `~~^—~......... ............ ......................... ...~.°...... ...... Arkansas License Nu: ............. ......r` ................... ..... ............._.—..-^...^__��,� *ooneso ............................... °_�-,.......................... ................................. -_-...... -_~^^�~.^~,�.�� DBE: Yes /No(circle one) Contract Amount ............. ...................................... ........... ,.......... ,-`` SBE: Yes /Nn(circle one) 'Bidder (General Contractod:' � ............................. .,.--......,,.'.^.............. Arkansas License .......................................~._—............ Address: �g����#�$�,��x�d��x,��o����^����.�A��������................ .......... .................... =-' DBE: Yes X2-:�circlaone) SBE: 65-bNn(circle one) Date Firm Eotobl- iohed�.I�^"^��� ............ Annual GReceipts (enter the only):.°2................................................. .......... ..~_~.",^...��.. Sy: ...... --_..'''-,—'---'_------------'+-~''^,'r........ ............ .~........ .'.--....... .............. ....... '........ ... ... —� *Signature must buthe same asonthe Proposal form. Notes: (1) Gmnom| contractor and subcontractors shall have a certificateof license with the proper classification from the State Contractors Licensing anam monono his or her bid is submitted. (2) Certificates mflicense shall beprovided with this form atthe time cf the bid opening. FYV Wind Cones and Beacon 010440-2 19A13211 010480 - BIDDER'S CHECKLIST OF REQUIRED ITEMS This Bidder's Checklist is provided to ensure all required forms are completed and returned as part of the bid submission. Al forms must be included as indicated for a bid to be considered a complete, responsive bid. Appropriate signatures and date are required on each document. If an item is missing, the bid may be declared unresponsive and therefore rejected. This sheet will serve as the cover sheet for the bid submission. Spec. Description Completed* Section Acknowledgement of All Addenda CV 010000 Attended Pre -Bid (include only if Pre -Bid is mandatory) CY Bid contains the following forms: 010200 1. Insurance Coverages (Current Auto and Liability Insurance) 021, 010300 2. Bid Bond Qr 010400 3. Proposal Eik' 010420 4. Statement of Bidder's Qualifications IV 010440 5. List of Proposed Subcontractors C/ 'Check when filled out, signed, and included with submission of bid packet. Within ten (10) days after Notice of Award: Bidder acknowledges that within ten (10) days after Notice of Award, Successful Contractor is required to complete the following before execution and award of the contract: 010600 1. Contract (all pages and supporting documents) 010700 2. Performance Bond 010720 3. Payment Bond 010800 6. Completed Certificates of Insurance Prior to Construction: Contractor required to submit Construction Schedule before construction begins. Seal (if incorporated) Bidder Name:,cic?Pr Address:.L, , r. -u_ _te City, State, Zip Code: T/,Ie,--sP2.os �: AiQ 7/9aC Contractor Number:.. Qo 1ss'r0/.2 D...:... Contact Name: r? , c a /)149"4Af,J1 Title: . PRc�ticT �n.9W.r�1'R Contact Number: sra/- & Contact Email: .. �,. �.� .�.�. i,u ✓a �y` Signature of Authorized Agent for Bidder: Date: FYV Wind Cones and Beacon 010480-1 19A13211 Bond Number BD152376 A + ittD-0dwerx i trc a►l Life Home Car Business 7ht%v<iHdbn�ldq�.� BID BOND KNOW ALL BY THESE PRESENTS, that we, H & H Electric lnc. thereinafter called the Principal), as Principal, and AUTO -OWNERS INSURANCE COMPANY (hereinafter called the Surety), as Surety, are held and firmly bound unto City of Fayetteville; Arkansas_ (hereinafter called the Obligee), in the penal sum of 5 Percent of bid Dollars ( 5 % of Attached bid) for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that WHEREAS, the Principal has submitted or is about to submit a proposal to the Obligee on a contract for. FYV Wind Cones & Beacon NOW, THEREFORE, if the said Contract be timely awarded to the Principal and the Principal shall, within such time as may be specified, enter in the Contract in writing, and give bond, if bond is required, with surety acceptable to the Obligee for the faithful performance of the said Contract, then this obligation shall be void; otherwise to remain in full force and effect. Signed and sealed the 31St day of.. December A 2019 Witness Witness 29392 (3-11) H & H Electric Inc. Principal rle o,7— Ivan Holloway t- Msident Title Auto -Owners Insurance Company Attorney -in -Fact Sharon E. Bridges a I DATE AND ATTACH TO ORIGINAL BOND AUTO -OWNERS INSURANCE COMPANY LANSING, MICHIGAN NO• BDIS2376 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the AUTO -OWNERS INSURANCE COMPANY AT LANSING, MICHIGAN, a Michigan Corporation, having its principal office at Lansing, County of Eaton, State of Michigan, adopted the following Resolution by the directors of the Company on January 27, 1971, to wit: "RESOLVED, That the President or any Vice President or Secretary or Assistant Secretary of the Company shall have the power and authority to appoint Attomeys-in-fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity, and other writings obligatory in the nature thereof. Signatures of officers and seal of Company imprinted on such powers of attorney by facsimile shall have same force and effect as if manually affixed. Said officers may at any time remove and revoke the authority of any such appointee." Does hereby constitute and appoint SHARON E BRIDGES its true and lawful attorneys) -in -fact, to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and the execution of such instrument(s) shall be as binding upon the AUTO -OWNERS INSURANCE COMPANY AT LANSING, MICHIGAN as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal office. IN WITNESS WHEREOF, the AUTO -OWNERS INSURANCE COMPANY AT LANSING, MICHIGAN, has caused this to be signed by its authorized officer this 1st day of August, 2016. Denise Williams Senior Vice President STATE OF MICHIGANIss. COUNTY OF EATON J On this 1st day of August, 2016, before me personally came Denise Williams, to me known, who being duly sworn, did depose and '� �ra�u o mtan.rMiwhr -�, say that they are Denise Williams, Senior Vice President of AUTO -OWNERS INSURANCE COMPANY, the corporation described in and wro ti ro which executed the above instrument, that they know the seal of said corporation, that the seal affixed to said instrument is such Corporate Seal, and that they received said instrument on behalf of the corporation by authority of their office pursuant to a Resolution of the Board of vr•.,� Directors of said corporation. 'xMOF'rj�c'N�. My commission expires. March 10, 2022 Susan E. Theisen Notary Public STATE OF MICHIGANss. COUNTY OF EATON I, the undersigned First Vice President, Secretary and General Counsel of AUTO -OWNERS INSURANCE COMPANY, do hereby certify that the authority to issue a power of attorney as outlined in the above board of directors resolution remains in full force and effect as written and has not been revoked and the resolution as set forth is now in force. I, j A -A Signed and sealed at Lansing, Michigan. Dated this 27th day of , December 2019 William F. Woodbury, First Vice Counsel 2940 (10-17) Print Date: 12/27/2019 Print Time: 08:16:47 AM H&HELEC-01 SBRIDGES CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) `•••-y'' 1 12127/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER ! CONTACT Sharon Bridges First Arkansas Insurance SW LLC I PHONE 175 Harmony Park Circle (tyc. No, Ext): 525-2600 � FAX {ac, No).(�01) 525-2622 Suite B d RESs: Hot Springs, AR 71913 INSURED H & H Electric, Inc P.O. Box 6425 Hot Springs, AR 71902 I INSURER A_ Owners. Insurance Company lINSURER B Auto -Owners Insurance Company INSURER Casualty Insurance -Company LksuRERD:Liberty Mutual Insurance Company !_l11IC0A!`CQ f•CDYIC1f•A"t'#_' A111RAMCM; 0r%1l0l^Kl til YRat2CE2. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, AND CONDITIONS OF SUCH POLICIES. LIMITSMAY HAVE BEE_N_REDUCED_BY PAID CLAIMS. _EXCLUSIONS _SHOWN _ (NST y TYPE OF INSURANCE ADOL SUER` POLICY NUMBER POLICY EFF i POLICY EXP T LIMITS A X COMMERCIAL GENERAL LIABILITY I ( CLAIMS'kWE X OCCUR l 70+)28682 (2,000,000. I , I EACH OCCURRENCE } DAMAGE ;0 RENTED, 10/1!2018 10/1/2019 S - - S. 100,000, X Blkt Contractual l rPREMsE5;(Eao4wttegc;) MgO EXP (Ahy„oma parson) jJ PERSONALdADVINdURY IJ i.GE ERALAGGREGATE S 10,000 S 2,000,000 IGEN'LAGGREGA_ 1 LpIIMIITAPPUESPER; 3;000,000 b 3,000,000 POLICY X LOC JECT I_ J LI ,;$ s OTHER4I I A AUTOMOBILE LIABILITY ' COMBINskED SINGLE. LIMIT riga eceet) ( S 11000,000 X ANYAUTO 5142858200 10/1/2018 10/1/2019 BODILY INIURY Per -,_.,._,_.,._...5 Po!?P^J. S far OWNED SCHEDULED AUTOS ONLY AUUpT��OppSW(��7 AUTOS ONLY AUIOS.O^?waccedenfaAMAG-s t BODIL�Y�fM7y3U Y (Per acc den,}. B _X I UMBRELLA LIAR X OCCUR. ;EACH OCCURRENCE 4,000,000 S 1 EXCESS LIAR CLAIMS MADE 5142860600 10/1/2018 10/1!2019I AGGREGATE -3 4'000'000 OED I X . RETENTION $ 10,0001 C C 0 EM LOYCOMPENSATION R �I.1A�61UTY - ! !' �STATU.T,E. 1 -- J_ERHm_ YIN, ANY pERIMENI ORrEXCLUDR/EXECLITNE i''' .19628521 I 10/1/2018 ” 10/1/2019 500,000 E;L,EACH ACG1DEti S ppFFICERAN�Mg� R EXCLUDED? I Y (Mandatoryyn NA) N! A ( _ 500,000 It yas.. ha 100': E.L DISEASE -EA EMPLQYE 7 r' — 500,000 10PITC O CRIPTION OF OPERATIONS tioknv I E.L DISEASE -POLICY LIMIT s D Installation 56934034 t 10/1/2018 10/1/2019 Project 1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Addltlonal Romarks Schedule, may be attached If more space Is required) Bid Project: FYV Wind Cones & Beacon City of Fayetteville 113 W.Mountain Street Fayetteville, AR 72701 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2016103) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD i License No. 00.12550120. ID #282 State ofArkansas Arkansas =Commercial Contractors Licensing Board H & H ELECTRIC, INC. PO BOX 6425 HOT SPRINGS, AR 71902-6425 H & H ELECTRIC, INC. This is to Certify That is duly licensed under the provisions of Ark. Code Ann. § 17-25-101 et. seq. as amended and is entitled to practice Contracting in the State of Arkansas within the following classifications/specialties: ELECTRICAL SPECIALTY Special Coatings or Applications, Caulking, Waterproofing This contractor has an,unlimited suggested bid limit. from May 31, 2019 until January 31, 2020 When this Certificate expires. Witness our hands of fire Board, dated at North Little Rock, Arkansas: i/A 411, 0/ CHAIRMAN SECRETARY May 31, 2019 - srg RESUME 019 H. & H. Electric, Inc., P.O. Box 6425, 158 Technic Circle, Hot Springs, AR, 71902, (501) 262-3320 January 1, 2016 EQUAL EMPLOYMENT OPPORTUNITY POLICY STATEMENT H&H Electric, Inc. (hereafter referred to as the company) reaffirms its long-standing commitment to equality of opportunity in every aspect of employment. Equal employment opportunity (EEO) is not only a legal requirement under our nation's laws, but also a business imperative. EEO is a critical component of this company's efforts to recruit, develop, and retain the most qualified, diverse workforce to support our organization's strategic mission of delivering professional job quality to each and every project we are awarded. It is the policy of this company that all employees and appliednts for employment be afforded equal opportunities in employment without regard to race, color, sex (including gender identity and gender stereotypes), national origin, religion, and disability. As part of its program of equal employment opportunity, H&H Electric, Inc. prohibits discrimination or harassment based on any of these categories. In addition, it is also the company's policy to prohibit discrimination or harassment based on age, genetic information, sexual orientation, marital status, status as a parent and past, present or future military service. All employees must refrain from practicing or tolerating discrimination or harassment. Employees found to have taken actions that violate this policy and our country's EEO laws may be subject to corrective action up to and including removal from the company's employment. All of us, executives, managers, supervisors, and employees, share in the responsibility for successfully incorporating the company's policy on equal employment opportunity in every aspect of our duties and complying with this country's EEO laws. LiIILc- Ivan Ho owdy H&H Electric INDEX CONTRACTORS LICENSES ARKANSAS ELECTRICAL CONTRACTOR'S LICENSE GEORGIA UNRESTRICTED ELECTRICAL LICENSE GEORGIA LOW VOLTAGE UNRESTRICTED LICENSE LOUISIANA ELECTRICAL CONTRACTOR'S LICENSE NORTH CAROLINA UNLIMITED ELECTRICAL LICENSE OKLAHOMA UNLIMITED ELECTRICAL LICENSE 3 20 LICENSE NO. 00125501 LICENSE NO. EN214072 LICENSE NO. LVU405601 LICENSE NO. 48513 LICENSE NO. 17866U LICENSE NO. 110792 H. & H. Electric, Inc., Post Office Box 6425, 158 Technic Circle, Hot Springs, AR. 71902, (501)262-3320 TEXAS ELECTRICAL CONTRACTOR'S LICENSE LICENSE N0. 25616 H and H Electric, Inc. has been proudly serving the electrical industry since 1964. Additionally, H and H Electric, Inc. is a Sylvania Energy Solutions Contractor, Siemens Solution Contractor certified Lighting Protection Inspection and Installer and a Hilti Firestop Specialty Contractor. The purpose of this resume is to introduce you to H & H Electric, Inc. This introduction consists of four parts. Firstly, we listthe different types of work we perform. Secondly, we give qualifications, size and reference information. Thirdly, we have included a short resume on the key personnel in our organization and fourthly, a listof administrative information. TYPE OF WORK: Below is a list of the types of work that H & H Electric, Inc, has been and is performing: 1. Construction of industrial and commercial electrical systems in food processing plants, chemical plants, papermlls, chip and sawmills, bottling plant etc. 2. Design, installation, start-up and service of computerized process control, such as, energy monitoring and control systems, batch control systems, mixing and process control systems, automated material processing f handling systems, digester control systems, chip mills, water plants, sewer plants, conveyors, and ammunition plant. 3. Electrical installation, start-up and maintenance of Water and Sewer treatment plants. 4. Installation, start-up and service of instrumentation (pneumatic, hydraulic and electrical systems). 5. Installation of airfield lighting and electrical systems. 6. Construction of commercial electrical systems for schools, colleges, hospitals, hotels, etc. 7. Design and installation of indoor and outdoor lighting systems. B. Maintenance and testing of high voltage equipment (transformer, breakers, and air switches). 9_ Construction of high voltage substations including metering and protective relaying. We have the equipment to properly weld aluminum bus bars. Further, we have infrared equipment to detect bad electrical connections due to heat build-up. 10. Construction of transmission and distribution lines. We have built both overhead and underground transmission and distribution systems. Further, we have the necessary equipment to Hi -Pot test these systems. 11. ARC Flash and Relay Coordination Study 12. PLC Programming and Maintenance H. & H. Electric, Inc., Post Office Box 6425, 158 Technic Circle, Hot Springs, AR. 71902, (501)262-3320 RESUME WORK PROFILE: Type of work performed by H & H Electric, Inc. and category percentages: Industrial: 35% Commercial: 15% Process Control: 25% Maintenance: 10% Airfield 15% H. & H. Electric, Inc., Post Office Box 6425, 158 Technic Circle, Hot Springs, AR, 71902, (501)262-3320 Partial list of current and past projects, mostly in excess of $100,000.00 during these last ten years. SGADA .Ctb"iVTR4L.S, FIBER 0,0110°AND OR RADIO, North Garland County $ 145,000.00 Hot Springs, AR Coakley Construction Eureka Springs Scada System $ 90,000.00 Eureka Springs, AR A IE Designers and Consultants Community Water & Controls Scada System $3,200,000.00 Greers Ferry Lake Heber Springs, AR Benton Telemetry Scada System $2,100,000.00 Benton, AR City of Benton North Malvern Scada System $ 50,000.00 Malvern, AR Crist Engineers (Richard Zelnick) Lake Chicot Scada System $ 50,000.00 Lake Village, AR Crist Engineers (Richard Ze►nick) Hamburg Scada System $ 108,000.00 Hamburg, AR A /E Designers and Consultants Benton North Shore / Congo Tanks $ 205,000.00 Benton, AR 6 H. & H. Electric, Inc., Post Office Box 6425, 158 Technic Circle, Hot Springs, AR, 71902, (501)262-3320 EQUIPMENT OWNED; Manlifts, Ford Backhoe, Volvo Backhoe, RAO Ditch witch with backhoe, Lowboy trailers, 55ft and 45ft working height Double bucket trucks, 5 power pole diggers (utility trucks), ground resistance test equipment, Hi -Pot test equipment, 5 KV airport lighting megger, 25 licensed vehicles, conduit benders, threading equipment, testers and associated tools which are typically used in electrical industry Mini -Excavator, Utility Trucks 15 H. & H. Electric, Inc., Post Office Box 6425, 158 Technic Circle, Hot Springs, AR. 71902, '(501)262-3320 RESUME KEYPERSONNEL PRESIDENT: Ivan Holloway 1. Registration f License a. Licensed Electrical Contractor 2. Education a. Two years at various trade schools b. Two years atthe University of Arkansas at Little Rock 3. Work Experience a. One year experience as instructor for the Martin Marietta Missile Company forthe Pershing Missile. b. 17 years experience in repair of electronic, pneumatic, electrical and hydraulic instrumentation. c. 17 years experience in start-up services for water and wastewater treatment plants in Arkansas. d. 13 years as Service Engineer for 1311F. e. 5 years as Vice President and Manager of H & H Electric, Inc. f. 27 years as President and Manager of H & H Electric, Inc. 16 H. & H Electric, Inc., Post Otlice Box 6425, 158 Technic Circle, Kot Springs, AR, 71902, (501)262-3320 RESUME KEY PERSONNEL Continued VICE PRESIDENT Marcus Holloway 1 Registration I License .State of Arkansas - Journeyman Electrician 2. Education a. University of Arkansas and UALR - 3 years b. HiltiAccrediled Firestop Specialty Contractor," 3. Work Experience a. 17 years H & H Electric, Inc. as Apprentice and Journeyman Electrician working in all divisions of the company. b. 3 years H & H Electric, Inc, as Job Superintendent c. 5 years H & H Electric, Inc. as Vice President; also Estimator and Operations Manager. d. 17 years H & H Electric, Inc. doing 15KV and 600 volt termination of cables listed above and maintenance on 15KV, 5KV, and 600 volt gear. 17 H. & K Electric, Inc., Post Office Box 6425, t58 Technic Circle, Hot Springs, AR, 71902, (501)262-3320 RESUME KEY PERSONNEL Continued SYSTEM APPLICATION SOFTWARE Norris (Buddy) Hilton 1. Registration/License a. Master Electrician - State of Arkansas 2. Education a. Graduate of Radix II Course of Software Design b. Graduate of Allen Bradley PLC School, Level I & II 3. Work. Experience a. 6 years experience with Ryan Electric. where work consisted of commercial and residential wiring. b. 6 years experience with Daniel Construction where work consisted of high and low voltage construction and control work. c. 25 years experience with H & H Electric. Inc. where work consists of PLC Software Design and microprocessor software development d. 17 years experience with H & H Electric, Inc. doing 15KV, 5KV and 600 volt termination of cables listed above and maintenance on 15KV, 5KV, and 600 volt gear - 18 H. & H. Electric, Inc., Post Office Box 6425, 158 Technic Circle, Hot Springs, AR, 71902, (501)262-3320 RESUME KEY PERSONNEL CONSTRUCTION SUPERVISOR — Dylan Smith 1. Registration/License A. Electrician — State of Arkansas 2. Work Experience A. 11 years work experience with H & H Electric, Inc a. Installation of Airport Electrical Systems b. 11 years H & H Electric, Inc. doing 15KV, 5 KV and 600 Volt termination of cables listed above and maintenance on 15KV, 5KV and 600 Volt gear. 19 1-I. & Ii. Electric, Inc., Post Office Box 6425, 158 Technic Circle, Hot Springs, AR, 71902, (501)262-3320 CONTRACTOR'S ACT OF ASSURANCE FORM As the authorized agent of the individual, incorporation, or corporation (hereinafter referred to as the Contractor) bldding on or participating in a Revolving Loan Fund (RLF) financed project, I certify that I have read and understand the requirements of the RLF Supplemental General Conditions, and that the principals, agents and employees of the Contractor will comply with these requirements, including all relevant statutes and regulations issued pursuant thereto. As the authorized agent of the Contractor, I further certify that: DBE / MBE / WBE During the bid process, and throughout the performance of the Contract, whenever subcontracts are to be awarded, I will take the six (6) affirmative steps described in the Supplemental General Conditions to use Disadvantaged, Minority and Women's Business (DBE 1 MBE / WBE) firms wherever possible. I will document to the borrower and the Arkansas Natural Resources Commission all efforts to secure DBE / MBE / WBE participation, including follow-up efforts, and will report to the Owner the dollar value of all DBE / MBE 1 WBE contracts and subcontracts awarded. EQUAL. OPPORTUNITY I will comply with all requirements of 41 CFR Chapter 60 and Executive Orders 11246 and 11375, including inclusion of all required equal opportunity clauses in each subcontract awarded in excess of $10,000, and will furnish a similar statement from "each proposed subcontractor, when appropriate. I will also comply with all Equal Employment Opportunity .requirements as defined by Section 504 of the Rehabilitation Act of 1973; the Age Discrimination Act of 1975; and Section 13 of the Federal Water Pollution Control Act Amendments of 1972 regarding sex discrimination. NONSEGREGATED FACILITIES The Contractor that I represent does not and will not maintain any facilities provided for its employees in a segregated manner, or permit its 24 I -L & K Electric, Ina, Post Office Box 6425, 158 Technic Circle, Hot Springs, AR, 71902, (501)262-3320 employees to perform their services at any location under 'the Contractor's control where segregated facilities are maintained. I will also obtain a similar certification from each subcontractor prior to the award of any subcontract exceeding $10,000 to said subcontractor, which is not exempt from the equal opportunity clause. LABOR STANDARDS I will comply with the Labor Standards Provisions contained in Davis - Bacon wage rates specific to this contract and the RLF Supplemental General Conditions. I understand that the aggregate wage rates paid to any employees must equal or exceed the sum total of the base rate plus any listed fringe rate. I will furnish weekly payrolls and certifications as may be required by the Owner to affirm compliance. I will also require that weekly payrolls be submitted to the Owner for all Subcontracts. OSHA REQUIREMENTS I will comply with the Department of Labor Occupational Safety and Health Administration (OSHA) Regulations promulgated under Section 107 of the Contract Work Hours and Safety Standard Act (40 U.S.C. 327-333) in performance of the contract. PROCUREMENT PROHIBITIONS In compliance with Executive Order 11738, Section 306 of the Clean Air Act and Section 508 of the Clean Water Act, I certify that I will not procure goods and services from persons who have been convicted of violations of either law, if the facility that gave rise to said violations produces said goods or services. PRESERVATION OF OPEN COMPETITION In accordance with Executive Order 13202 and its amendments, I certify that I have not discriminated against my employees or any subcontractor based upon labor affiliation or lack thereof. 71; H. & H. Electric, Inc., Post Office Box 6425, 158 Technic Circle, Hot Springs, AR, 71902, (501)262-3320 RESPONSIBILITIES OF PARTICIPANTS REGARDING TRANSACTIONS (AXA. DEBARMENT AND SUSPENSION) I certify that I shall fully comply with Subpart C of 40 CFR Part 32, entitled 'Responsibilities of Participants Regarding Transactions." I am responsible for ensuring that any lower tier covered transaction, as described in Subpart B of 40 CFR Part 32, entitled "Covered Transactions," includes a term or condition requiring compliance with Subpart C. I am responsible for further requiring the inclusion of. a similar term or condition in any subsequent lower tier covered transactions. 1 acknowledge that failing to disclose the information required under 40 CFR 32.335 may result in the delay or negation of this assistance agreement, or pursuance of legal remedies, including suspension and debarment. I further acknowledge that I may access the Excluded Parties List System at http://www.epls.gov,Ibis term and condition supersedes EPA Form 570049, "Certification Regarding. Debarment, Suspension, and Other Responsibility Matters." I understand that a false statement on this certification regarding any of the above certifications may subject the Contractor or Subcontractor to civil or criminal prosecution. I further certify that I will obtain a similar certification for each subcontract awarded. AUTHORIZED AGENT �o CONTRACTOR NAME: H & H ELECTRIC, INC. AR LICENSE: 00125501 SIGNATURE: DATE: PRINTED NAME: Ivan Holloway TITLE: President 26 CITU OF �FAYETTEVILLE ARKANSAS Bid 19-63, Construction - Wind Cones and Beacon Official Bid Tabulation Lioneld Jordan, Mayor Dates of Advertisement: Issue Date: Number ofAddendums: Certification of Funds: Max Award Amount: SCANNED 312,500.00 390,625.00 Bid No. 19-63 Date: 12.31.2019 Time: 2:00 PM ITEM NO. SPEC. NO. DESCRIPTION UNIT ESTIMATED QUANTITY H & H ELECTRIC, INC. UNIT PRICE AMOUNT 1 C-105-6.1 Mobilization (Max 5% of Total Bid) LS 1 $ 15,000.00 $ 15,000.00 2 SS -120-3.1 Construction Safety and Security LS 1 $ 300.00 $ 300.00 3 SS -300-5.1 Lockout/ragout and Constant Current Regulator Calibration Procedures LS 1 $ 500.00 $ 500.00 4 SS -300-5.2 Electrical Vault Modifications LS 1 $ 3,000.00 $ 3,000.00 5 SS -301-5.1 Existing Wind Cone and Foundation, Removed EA 2 $ 3,500.00 $ 71000.00 6 SS -301-S.2 Existing Beacon, Disconnected EA 1 $ 1,500.00 $ 1,500.00 7 SS -305-5.1 Directional Boring, 2 -Way 2"C Polyethylene Conduit LF 200 $ 206.00 $ 41,200.00 8 SS -307-5.1 Beacon Radio Controld System LS 1 $ 5,000.00 $ 5,000.00 9 L-101-5.1 L -802A, Airport Rotating Beacon, In Place EA 1 $ 19,500.00 $ 19,500,00- 10 t-101-5.2 Beacon Baffle, Installed EA 1 $ 2,500.00 $ 2,500.00 11 L-103-5.1 108' Monopoloe Beacon Tower and Foundation, in Place EA 1 $ 117,500.00 $ 117,500.00 12 L-107-5.1 L -807(L), Style I -B, Size 1 Wind Cone and. Foundation, in Place EA 1 $ 25,000.00 $ 25,000.00 13 L-107-5.2 L -806(L), Style I -B, Size 1 Wind Cone and Foundation, in Place EA 1 $ 21,800.00 $ 21,800.00 14 L-107-5.3 .Segmented Circle Marker System, in Place LF 1 $ 22,000.00 $ 22,000.00 15 L-108-5.1 No. 8 AWG, 5 kV, L-824, Type C Cable, Installed in Trench, Duct Bank or Conduit LF 9,000 $ 1.50 $ 13,500.00 16 L-108-5.2 No. 6 AWG, Solid, Bare Copper Counterpoise Wire Installed Above the Duct Bank or Conduit, Including Con nections/Terminations LF 2,750 $ 1.50 $ 4,125.00 17 L-110-5.1 Non -Encased Electrical Conduit, 1 -Way 2 -Inch C EA 2,250 $ 20.00 $ 45,000.00 18 L-115-5.1 Electrical Junction Structure, L-867 Class 1, Size 16" Diameter by 24" Depth LS 8 $ 1,100.00 $ 8,800.00 19 SP -C-00 Bonds and Insurance EA 1 $ 9,000.00 $ 9,000.00 TOTAL BASE BID $ 362,225.00 'Highlighting Notes Corrected Calculation Error City of Fayetteville, Arkansas - Budget Adjustment Form (Legistar) Budget Year Division AIRPORT SERVICES (760) Adjustment Number 2020 /Org2 Requestor: Dee McCoy BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION: Bid # 19-63 A budget adjustment is needed to recognize $250,000 for an 80/20 Arkansas Department of Aeronautics grant for the beacon/windcone project. The Aviation Division may expend up to $93,750.00 of its fund balance reserve, $62,500.00 in order to match 20% of the project total cost, plus a 10% project contingency of the approved project budget, or $31,250.00. COUNCIL DATE: LEGISTAR FILE ID#: 2/4/2020 2020-0050 }f cay Tila ck 1/17/2020 10:11 AM Budget Director Date TYPE: JOURNAL #: RESOLUTION/ORDINANCE I GLDATE: CHKD/POSTED: TOTAL Account Number 343,750 343,750 Increase / (Decrease) Expense Revenue Proiect.Sub# Project Sub.Detl AT v.20191231 Account Name 5550.760.3960-5801.00 343,750 - 31712 2019 EX Fixed Assets 5550.760.3960-4302.00 5550.760.3940-4999.99 - - 250,000 93,750 31712 2019 RE RE State Grants - Capital Use Fund Balance - Current H:\Budget Adjustments\2020_Budget\City Council\02-04-2020\BA 2020-0050 Airport Beacon & Wind Cones 1 of 1 7.1111.1- City of Fayetteville Staff Review Form Change Order 02 to Bid 19-63 2020-1102 Legistar File ID N/A City Council Meeting Date-Agenda Item Only N/A for Non-Agenda Item Summer Fallen 12/10/2020 AIRPORT SERVICES (760) Submitted By Submitted Date Division/Department Action Recommendation: Staff requests approval for the Aviation Division to execute a Change Order 02 to Bid 19-63 reflecting a reduction of$12,713.00.This change order reconciles all as-bid quantities to the final constructed quantities as part of the project completion. Budget Impact: 5550.760.3960-5801.00 Airport Account Number Fund 31712.2019 Beacon/Windcone Project Project Number Project Title Budgeted Item? NA Current Budget $ - Funds Obligated $ - Current Balance $ Does item have a cost? NA Item Cost Budget Adjustment Attached? No Budget Adjustment Remaining Budget $ - j V20180321 Purchase Order Number: Previous Ordinance or Resolution# 45-20 Change Order Number: Approval Date: Original Contract Number: Comments: CITY OF FAYETTEVILLE STAFF MEMO ARKANSAS TO: Lioneld Jordan, Mayor THRU: Susan Norton, Chief of Staff Staff/Contract Review Committee FROM: Summer Fallen,Airport Services Manager DATE: December 10, 2020 SUBJECT: Beacon and Wind Cones—Bid 19-63 Change Order 02 RECOMMENDATION: Staff requests approval for the Aviation Division to execute a Change Order 02 to Bid 19-63 totaling -$12,713.00. This change order reconciles all as-bid quantities to the final constructed quantities as part of the project completion. BACKGROUND: The Airport's existing rotating beacon has passed its useful life. The beacon has required excessive maintenance over the last few years and is no longer able to be controlled from the ATCT. The Airport has reviewed multiple options regarding replacement of the rotating beacon, including replacement of the beacon on the existing tower located on the west side of the airfield. However, the view of the existing beacon is partially blocked from aircraft approaching from the west of the Airport. Therefore, the Aviation Division has proposed a new beacon to be located on the east side of the airfield. The new beacon has been installed on a new monopole near the ATCT, including new beacon power and control equipment. During a recent Part 139 inspection, the FAA requested that the Airport relocate its two wind cones to a new location outside of the Runway's Object Free Area (ROFA). The wind cones had already exceeded their useful life and the Aviation Division was already considering upgrading the wind cones to LED, as one of the wind cones was currently not functioning. To site the wind cones in an FAA approved location and to upgrade them to a more sustainable LED technology, the Aviation Division proposed to construct new wind cones as part of the beacon project. A new primary wind cone, segmented circle, and supplemental wind cone have been constructed. BUDGET/STAFF IMPACT: This Change Order recognizes the impact on quantities in relation to the original bid packet, as well as a $12,713 monetary decrease. Attachments: Staff Review Form Staff Memo Change Order 02 Resolution 45-20 Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 Construction Contract Change Order Project: Change Order No. 2 FYV Beacon and Windcones Fayetteville-Drake Field Airport Date Prepared: November 17,2020 Garver Job No.19A13211 Prepared by: Adam 1Nhite,PE Owner: Contractor: City of Fayetteville H&H Electric,Inc. 113 W Mountain Street 158 Technic Circle Fayetteville.AR 72701 Hot Springs,AR 71901 Description of Work Included in Contract The project includes,but is not limited to,removal of two existing wind cones as well as disconnecting the existing beacon and installing a new primary wind cone,supplemental wind cone,rotating beacon and beacon tower,and associated controls.as shown on the plans and indicated in the specifications. Changes and Reasons Ordered(List Individual Changes as:A,B,C,D,etc.) A. Reconciliation of bid quantities to final installed quantities. Attachments:None Bid Bid Unit Original Contract Revised Revised Original Revised Contract Item Item of Contract Unit Contract Unit Contract Contract Changes No. Descri•ion Measure Quantit Price i Quantit Price Cost Cost No.8 AWG,5 kV.L-824.Type C A L-108-5.1 Cable,Installed in Trench,Duct Bank LF 3.000rS4,500.00 $3,474.00 or Conduit No.6 AWG.Solid,Bare Copper A L-108-5.2 Counterpoise Wire.Installed Above ��r r rr 0r h 117 the u $ 3.00 Duct Bank or Conduit.Including Connections/Terminations A L-110 5.1 Non-Encased Electrical Conduit,1- Way 2-InchCLF 000 00 r 00 $20,000.00 $15,640.00 A SS-301-5.1 Existing Wind Cone and Foundation, EA 2 Removed $3,500.00 " " $7,000.00 $0.00 $0.00 S0.00 Summation of Cost $33,000.00 $20,287.00 Net Cost for this Change Order ($12,713.00) Estimated Project Cost Time Change Estimated Project Cost Contract Start Date June 17.2020 Original Contract Amount $362,225.00 Original Contract Time(calendar days) 35 Previously Approved Changes ($80,675.00) Previously Approved Changes(calendar days) 0 This Change Order ($12,713.00) Additional Contract Time This Change Order(calendar days) 0 New Contract Amount $268,837.00 Suspended Time(calendar days) 106 New Construction Completion Date November 11,2020 THIS AGREEMENT IS SUBJECT TO ALL ORIGINAL CONTRACT PROVISIONS AND PREVIOUS CHANGE ORDERS • ISSUED FOR REASONS INDICATED ABOVE AdOVITT—s-4- 5 Engineer: Garver Project Manager 12/7/2020 Engineers Signature Title Date ACCEPTED BY CONTRACTOR A : ,. Project manager 11/20/2020 Contract•,'Signature Tile Date ii APPROVED BY ' • OWNER % / �� Mayor 12/14/2020 j, Owners Signature „� % Title Date gi&Y E_2,,,_e. V 9:r.NSFS 113 West Mountain Street Fayetteville,AR 72701 ' (479)575-8323 Resolution: 45-20 File Number: 2020-0050 BID#19-63 H&H ELECTRIC,INC.: A RESOLUTION TO AWARD BID #19-63 AND AUTHORIZE A CONTRACT WITH H&H ELECTRIC, INC. IN THE AMOUNT OF $362,225.00 FOR THE BEACON AND WIND CONES PROJECT AT THE AIRPORT, TO APPROVE CHANGE ORDER NO. 1 TO CHANGE THE LOCATION OF THE POWER SUPPLY FOR THE PROPOSED BEACON AND REDUCE THE CONSTRUCTION COST TO $281,550.00, TO APPROVE A BUDGET ADJUSTMENT RECOGNIZING AN 80-20 GRANT RECEIVED FROM THE ADA, AND TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $31,250.00 WHEREAS, on February 19, 2019, the City Council approved Resolution No. 46-19 which authorized the application for and acceptance of an 80/20 matching grant from the Arkansas Department of Aeronautics for the construction of the Beacon and Wind Cones Project at the Airport and the City was notified that it was awarded funding in the amount of$250,000.00. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby awards Bid #19-63, authorizes Mayor Jordan to sign a contract with H&H Electric, Inc. in the amount of $362,225.00 for the Beacon and Wind Cones Project at the airport, approves Change Order No. 1 to the contract reflecting the location change of the power supply for the proposed beacon and reducing the total contract amount to$281,550.00,and further approves a project contingency in the amount of $31,250.00. Section 2: That the City Council of the City of Fayetteville,Arkansas hereby approves a budget Page 1 Printed on 2/6/20 File Number.2020-0050 Resolution 45-20 adjustment,a copy of which is attached to this Resolution, recognizing the Arkansas Department of Aeronautics grant funds in the amount of$250,000.00. PASSED and APPROVED on 2/4/2020 Approve . Attest: ``````,JERK�►+,,i, C I T T.c4`S p .9 . L oneld Jord or Kara Paxton, City Clerk Treasure:FgyF >- �••� v1<<F:�� ;i'•.r'9NSPS.����.�� Page 2 Printed on 2/6/20