INVITATION FOR BIDSBATESVILLE AIRPORTCOMMISSIONDATE: April 4,2021Sealed bids, subject to the conditions contained herein, will be received until 2 o'clock P.M., on April 22, 2021, and be read in the Conference Room of the Batesville Regional Airport Terminal, 1126 Batesville Boulevard, Batesville, Arkansas, for furnishing all labor and materials and performing all work for MEDIUM INTENSITY TAXIWAY LIGHTING AT BATESVILLE REGIONAL AIRPORT located in Batesville, Arkansas.Copies of the Plans and Specifications and wage rate decision are on file and may be inspected at:Miller-Newell Engineers, 510 Third Street, Newport, ARBatesville Regional Aiport,1126 Batesville Blvd., Batesville, ARDodge Plans Room, (www.dodgeplans.construction.com)Construction Market Data (www.cmdgroup.com)Southern Reprographics, 901 West Seventh, Little Rock, Plans, Specifications and wage rate decisions must be obtained from the Consulting Engineer upon payment of $100.00; $50.00 of which will be refunded upon return of Plans and Specifications in good condition within ten (10) days after receipt of bids.Guarantee will be required with each bid as follows: A certified check on a solvent bank or a bid bond in the amount of five (5) percent of the total amount of bid, made payable to the Batesville Airport Commission.In accordance with Act 150 of 1965, as amended, all bidders shall conform to the requirements of the Arkansas State Licensing Law for Contractors.The Contractor will be required to comply with the Davis-Bacon Requirements regarding wage and labor (2 CFS §200 Appendix II(D)) and pay minimum wages in accordance with the schedule of wage rates established by the United States Department of Labor. A copy of the wage rates are contained in the Specifications.The proposed contract is subject to the Buy American Preference contained in 49 USC §50101. Details of such requirements are contained in the Specifications.The proposed contract is subject to the Trade Restriction Clause contained in 49 CFR Part 30. Details of such requirements are contained in the Specifications.The Contractor must certify at the time of bid submission that neither it nor its principals are presently debarred or suspended by and Federal department or agency from participation in this transaction as defined by Title 2 CFR Part 180.The Contractor must comply with Government-Wide Requirements for Drug-free Workplace.It is the policy of the Department of Transportation that Disadvantaged Business Enterprises as defined in 49 CFR Part 26 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 26, Regulations of the Office of the Secretary of Transportation, to subcontract 4% 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 included 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 DBE's that will participate in this contract. The information will include the name and address for each DBE, a description of the work to be performed by each named firm, and the dollar value of the contract (subcontract). If the bidder fails to achieve the contract goal stated herein, it will be required to provide documentation demonstrating that it made good faith efforts in attempting to do so.The proposed contract is under and subject to Executive Order 11246 of September 24, 1965, and to the Equal Opportunity Clause. The Bidder's (Proposer's) attention is called to the "Equal Opportunity Clause" and the "Standard Federal Equal Employment Opportunity Construction Contract Specifications" set forth in the Specifications. (41 CFR part 60-4, Executive Order 11246).The Bidder (Proposer) must supply all the information required by the bid or proposal form.The successful bidder will be required to submit a Certification of Non-Segregated Facilities prior to award of contract, and to notify prospective subcontractors of the requirement for such a certification where the subcontract exceeds $10,000.00. 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.The Batesville Airport Commission, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 U.S.C. §§ 2000d to 2000d-4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award.It shall be a condition of the Contract, and shall be made a condition of such subcontract entered into pursuant to the Contract, that the Contractor and any subcontractor shall not require any laborer or mechanic employed in performance of the Contract to work in surroundings or under working conditions which are unsanitary, hazardous, or dangerous to his health or safety, as determined under construction safety and health standards promulgated by the United States Secretary of Labor in accordance with Section 107 of the Contract Work Hours and Safety Standards Act (83 Stat. 96).Liquidated damages for delay will be provided in the Specifications.Bids must be submitted on the specified bid form and the successful bidder will be required to execute the specified form of Contract for construction.The right is reserved, as the the Batesville Airport Commission may require, to reject any and all bids and to waive any informality in bids received. Bidders are hereby notified that all bids may be rejected if the lowest responsive bid received exceeds the Engineer's estimate by more than 7% and it is determined that an award of contract would cause excessive inflationary impact. No bidder may withdraw his bid within a period of 90 days from the date of the opening.Envelopes containing bids must be sealed and addressed to the Batesville Airport Commission, Batesville, AR, and marked in the upper left corner as follows:BID OF (Contractor's Name) FOR MEDIUM INTENSITY TAXIWAY LIGHTING SYSTEM (LED) AT BATESVILLE REGIONAL AIRPORT, FAA AIP PROJECT 3-05-0004-017-2021.Bobby Hughes, ChairmanBatesville Airport CommissionBatesville, AR75401200f