HomeMy WebLinkAbout124-05 RESOLUTIONRESOLUTION NO. 124-05
A RESOLUTION AWARDING A CONTRACT TO LIGHTENING
ELECTRIC, INC. IN THE AMOUNT OF $120,300.00 TO. IMPROVE
THE ELECTRICAL SYSTEMS IN T -HANGARS "A" THROUGH "D"
AT THE FAYETTEVILLE MUNICIPAL AIRPORT, DRAKE FIELD;
APPROVING A PROJECT CONTINGENCY OF $6,015.00; AND
APPROVING A BUDGET ADJUSTMENT IN THE AMOUNT OF
$126,315.00
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 a contract to Lightening Electric, Inc. in the amount of $120,300.00 to improve
the electrical systems in T -Hangars "A" through "D" at the Fayetteville Municipal
Airport, Drake Field.
Section 2: That the City Council of the City of Fayetteville, Arkansas hereby
approves a project contingency of $6,015.00.
Section 3: That the City Council of the City of Fayetteville, Arkansas hereby
approves a budget adjustment in the amount of $126,315.00.
PASSED and APPROVED this 5th day of July, 2005.
ATTEST:
�••�G•\TY OA%%e e
•
U• •13I
•
:FAYETTEVILLE•
141
'*i'QKANSPSJ�'.'
By: titi'i_.E-j
S NDRA SMITH, City Clerk
APPROVED;
By
D
Mayor
•
• •
CONTRACT
J w�
This contract executed this day of 44 , 2005, between the City of
Fayetteville, Arkansas, and Lightening Electric Inc. 1800 Stirman, Suite 115,
Fayetteville, AR 72701. In consideration of the mutual covenants contained herein, the
parties agree as follows:
Lightening Electric Inc. at its own cost and expense shall furnish all labor,
materials, supplies, machinery, equipment, tools, supervision, bonds, insurance,
tax permits, and all other accessories and services necessary to complete items bid
per bid 05-42 as stated in Lightening Electric Inc. bid proposal, and in accordance
with specifications attached hereto and made a part hereof under Bid #05-42, all
included herein as if spelled out word for word.
2. The City of Fayetteville shall pay Lightening Electric Inc. based on their bid
proposal in an amount not to exceed One Hundred, One Thousand, Two Hundred,
Fifteen dollars ($101,215). Payments will be made after approval and acceptance
of work and submission of invoice. Payments will be made approximately 30
days after receipt of invoice.
3. The Contract documents which comprise the contract between the City of
Fayetteville and Lightening Electric Inc. consist of this Contract and the following
documents attached hereto, and made a part hereof:
A. Bid form identified as Invitation to Bid 05-42 with the specifications and
conditions typed thereon.
B. Lightening Electric Inc. bid proposal.
C. The Notice to Prospective Bidders and the Bid Tabulation.
These Contract documents constitute the entire agreement between the City of
Fayetteville and Lightening Electric Inc. and may be modified only by a duly
executed written instrument signed by the City of Fayetteville and Lightening
Electric Inc.
5. Lightening Electric Inc. shall not assign its duties under the terms of this
agreement.
•
• •
Lightening Electric Inc. agrees to hold the City of Fayetteville harmless and
indemnify the City of Fayetteville, against any and all claims for property
damage, personal injury or death, arising from Lightening Electric Inc.
performance of this contract. This clause shall not in any form or manner be
construed to waive that tort immunity set forth under Arkansas Law.
7. Lightening Electric Inc. shall furnish a certificate of insurance addressed to the
City of Fayetteville, showing that he carries the following insurance which shall
be maintained throughout the term of the Contract Any work sublet, the
contractor shall require the subcontractor similarly to provide worker's
compensation insurance In case any employee engaged in work on the project
under this contract is not protected under Worker's Compensation Insurance,
Lightening Electric Inc. shall provide and shall cause each Subcontractor to
provide adequate employer's liability insurance for the protection of such of his
employees as are not otherwise protected.
Workmen's Compensation Statutory Amount
Comprehensive General &
Automobile Insurance
Bodily Injury Liability
Property Damage Liability
$250,000 for each person injured.
$1,000,000 for each accident.
$1,000,000 aggregate.
The premiums for all insurance and the bond required herein shall be paid by Lightening
Electric Inc.
Lightening Electric Inc. to furnish proof of licensure as required by all local and
state agencies.
9. This contract may be terminated by the City of Fayetteville or Lightening Electric
Inc. with 10 days written notice.
10. 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.
5/4
WITNESS OUR HANDS THIS -17 DAY OF , 2005.
CITY OF FAYETTEVILLE
FAYETTEV E,A' j AS
BY
MA OR
ATTEST: CITY CLERK
ATTEST: COMPANY SECRETARY
roo 5f;gma1 , 5 {eat
BUSINESS ADDRESS
Fyt6k (g,Af-200/
L;!At Elm,
CONTRACTOR
•
•
Change Order #1 To Contract
City of Fayetteville & Lightning Electric Inc.
Bid 05-42 Hangar Rewiring
Item
No.
Item Description
Alt. 1 1 Alternate #1 Per Revised Plans
Unit
Estimated
Quantity
1 Lot 1 1 Lot
Unit Price
$19,085.00
Extended
Price
$19,085.00
Original Contract Amount
Net Increase (decrease) of the Change Order
Revised Contract Amount
$101,215.00
$ 19,085.00
$120,300.00
WITNESS OUR HANDS THIS '' 1 DAY OF A , 2005.
CITY OF FAYETTEVILLE,
FAYETTE s•I LE, ARKANSAS
BY .,t / // /
YOR DAN COOD
ATTT: CITY CLERK
t..,
SONDRA SMITH
t6�:Gii O,c s•
- •
E :FAYETTEVILLE•
; • y Q`'%
• •
CONTRACT
This contract executed this 't'day of fa Mt , 2005, between the City of
Fayetteville, Arkansas, and Lightening Electric Inc 1800 Stirman, Suite 115,
Fayetteville, AR 72701. In consideration of the mutual covenants contained herein, the
parties agree as follows:
Lightening Electric Inc. at its own cost and expense shall furnish all labor,
materials, supplies, machinery, equipment, tools, supervision, bonds, insurance,
tax permits, and all other accessories and services necessary to complete items bid
per bid 05-42 as stated in Lightening Electric Inc. bid proposal, and in accordance
with specifications attached hereto and made a part hereof under Bid #05-42, all
included herein as if spelled out word for word.
2. The City of Fayetteville shall pay Lightening Electric Inc. based on their bid
proposal in an amount not to exceed One Hundred, One Thousand, Two Hundred,
Fifteen dollars ($101,215). Payments will be made after approval and acceptance
of work and submission of invoice. Payments will be made approximately 30
days after receipt of invoice.
3. The Contract documents which comprise the contract between the City of
Fayetteville and Lightening Electric Inc. consist of this Contract and the following
documents attached hereto, and made a part hereof:
A. Bid form identified as Invitation to Bid 05-42 with the specifications and
conditions typed thereon.
B. Lightening Electric Inc. bid proposal.
C. The Notice to Prospective Bidders and the Bid Tabulation.
4. These Contract documents constitute the entire agreement between the City of
Fayetteville and Lightening Electric Inc. and may be modified only by a duly
executed written instrument signed by the City of Fayetteville and Lightening
Electric Inc.
5. Lightening Electric Inc. shall not assign its duties under the terms of this
agreement.
•
•
• •
6. Lightening Electric Inc. agrees to hold the City of Fayetteville harmless and
indemnify the City of Fayetteville, against any and all claims for property
damage, personal injury or death, arising from Lightening Electric Inc.
performance of this contract. This clause shall not in any form or manner be
construed to waive that tort immunity set forth under Arkansas Law.
7. Lightening Electric Inc. shall fumish a certificate of insurance addressed to the
City of Fayetteville, showing that he carries the following insurance which shall
be maintained throughout the term of the Contract. Any work sublet, the
contractor shall require the subcontractor similarly to provide worker's
compensation insurance. In case any employee engaged in work on the project
under this contract is not protected under Worker's Compensation Insurance
Lightening Electric Inc. shall provide and shall cause each Subcontractor to
provide adequate employer's liability insurance for the protection of such of his
employees as are not otherwise protected.
Workmen's Compensation Statutory Amount
Comprehensive General &
Automobile Insurance
Bodily Injury Liability
Property Damage Liability
$250,000 for each person injured.
$1,000,000 for each accident.
$1,000,000 aggregate.
The premiums for all insurance and the bond required herein shall be paid by Lightening
Electric Inc.
8. Lightening Electric Inc. to furnish proof of licensure as required by all local and
state agencies.
9. This contract may be terminated by the City of Fayetteville or Lightening Electric
Inc. with 10 days written notice.
10. 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.
6q -k
WITNESS OUR HANDS THIS DAY OF Jane , 2005.
CITY OF FAYETTEVILLE,
FAYETTEVJJ LE, ARKANSAS
BY
MAYOR
ATTEST: CITY CLERK
ATTEST: COMPANY SECRETARY
/0 link&
1700 54rmati J4,/! lir
BUSINESS ADDRESS
taro 14016,4Q 'a7O/
BY
LIt A 4) &4&k�
eONTCTOR
NAME AND TITLE
1 -
•
•
Change Order #1 To Contract
City of Fayetteville & Lightning Electric Inc.
Bid 05-42 Hangar Rewiring
Item
No.
Item Description
Alt. 1 1 Alternate #1 Per Revised Plans
Unit
Estimated
Quantity
Lot 1 Lot
Unit Price
$19,085.00
Extended
Price
$19,085.00
Original Contract Amount
Net Increase (decrease) of the Change Order
Revised Contract Amount
$101,215.00
$ 19,085.00
$120,300.00
WITNESS OUR HANDS THIS f DAY OF 7n{
CITY OF FAYETTEVILLE,
FAYETTEVILLE, ARKANSAS
BY
MAYOR DAN COODY
ATTEST: CITY CLERK
SONDRA SMITH
, 2005.
-U• ••1�3
• FAYETTEVILLE •
._3
5
' ti RKANSPOJ�
LIGHTNING ELECTRIC INC.
BY Jrtn Fund PoS,481
PRINTED NAME AND TITLE
ATTEST: CO ANY SECRETARY
feetAy
USINESS ADDRESS:trwn
Rje.6i¢uldei .4i? 74.,761
•
CITY COUNCIL AGENDA MEMO
TO: Mayor and City Council
City Council Meet. of: July 5, 2005
+AgendsItem Number:
?2&5-
7/5
2&S7/5 /05
l4"/
4Iyiten ins
g lick 1 eI -Me/
ha„,5ar,5
THRU: Staff/Contract Review Committee
FROM: Ray M. Boudreaux, Director, Aviation and Ecrno it is Development
DATE: June 14, 2005
SUBJECT: Hangar Rewire Project T Hangars A thru D at : ayetteville Municipal Airport, Drake
Field.
RECOMMENDATION: Approve contract with Lightening Electric, Inc. to improve the electrical
systems in T Hangars A thru D at the airport for $120,300.00 plus a 5% contingency of $6,015.00 and
approve the application and acceptance of a State of Arkansas Department of Aeronautics 50/50
grant to help pay for the improvements. The Airport Board approved this project at their special
meeting on June 22, 2005.
BACKGROUND: T Hangars A thru D are the first T Hangars constructed at the Fayetteville
Municipal Airport. Since they were constructed, there has been a problem with the electrical
systems. There are three hangar bays on each 20 amp circuit breaker. With little exception, every
time a tenant turns on an air compressor to inflate his or her aircraft tires, the circuit breaker trips.
This project will separate the bays and put each tenant on a separate 20 amp breaker. Since this
project is being done, we will replace the light fixtures at the same time. The lighting is
unsatisfactory even to back an aircraft into the hangar. A single, 100 watt, incandescent bulb is all
there is installed. Some tenants have added lighting but it is non -conforming. The new fixtures will
conform to code and provide sufficient lighting to allow someone to remove or hangar an aircraft
safely The Airport Board originally approved this project at their October 14, 2004 meeting. There
were no bids received at the first offering. The board approved a new offering and bids were received
June 14, 2005. The low bid was from Lightening Electric, Inc.
DISCUSSION: This has been a long time request of the tenant group of Fayetteville Municipal airport,
Drake Field. The project will significantly improve the buildings.
BUDGET IMPACT: This project is eligible for 50/50 funding through the State of Arkansas
Department of Aeronautics. The Engineering estimate was $120.000 for the 4 buildings. The low bid
was $101,215 for the basic project. To install explosion proof door switches next to the door is an
additional $19,085 for a total low bid of $120,300.00. Funds are available and budgeted for this
project.
Attachments: Staff Review Form
Bid Tab
Contract
Aviation and Economic Development Department
Fayetteville Municipal Airport, Drake Field
4500 South School Avenue, Suite F
Fayetteville, Arkansas 72701
Ray M. Boudreaux, Director
• •
RESOLUTION NO.
A RESOLUTION AWARDING A CONTRACT TO LIGHTENING
ELECTRIC, INC. IN THE AMOUNT OF $120,300.00 TO IMPROVE
THE ELECTRICAL SYSTEMS IN T -HANGARS "A" THROUGH
"D" AT THE FAYETTEVILLE MUNICIPAL AIRPORT, DRAKE
FIELD; APPROVING A PROJECT CONTINGENCY OF $6,015.00;
AND APPROVING A BUDGET ADJUSTMENT IN THE AMOUNT
OF $126,315.00.
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 a contract to Lightening Electric, Inc. in the amount of $120,300.00
to improve the electrical systems in T -Hangars "A" through "D" at the
Fayetteville Municipal Airport, Drake Field.
Section 2. That the City Council of the City of Fayetteville, Arkansas
hereby approves a Project Contingency of $6,015.00.
Section 2. That the City Council of the City of Fayetteville, At:
hereby approves a Budget Adjustment in the amount of $126,315.00
PASSED and APPROVED this 5th day of July, 2Q,05
APPROVE
DAN GOODY, Mayor
By:
City qjs
• •
PROPOSAL #15160 DATE: 06/14/05
LIGHTNING ELECTRIC INC.
AR CONTRACTORS LIC. # 0092180406
MASTER ELECTRICIAN LIC. # M-7484
PLEASE ACCEPT OUR PRICE FOR THE ELECTRICAL ON THE REWIRING OF HANGARS
A,B,C,D AT DRAKE FIELD IN FAYETTVILLE, AR
PRICE INCLUDES:
1. NECESSARY LABOR STRAIGHT TIME ONLY ( per prevailing wage )
2. MISC. HARDWARE, CONDUIT, WIRE, .1 -BOXES, ETC.
3. ELECTRICAL GEAR & BREAKERS PER PLANS
4. LIGHTING PER PLANS
5. PERFORMANCE & PAYMENT BOND
6. PERMIT & INSPECTION FEE's
7. PROPER TESTING AND LABLING OF CIRCUITRY
8. JOB SCHEDULING AT OUR PACE ONLY
9. INSTALLATION AND WIRING OF DEVICES ON PLANS
10. ALL NECESSARY INSURANCE
11.ADDEDUMS1-6 NOTED
PRICE DOES NOT INCLUDE
1. ANY TYPE OF CHANGE IN SCOPE OF WORK (if it is not on the plans, it is not in the bid )
2. ANY OVERTIME OR HOLIDAY PAY (if work must be done on any major holidays prior notice of 2 weeks must
be made and holiday labor rates must be applied)
3. ANY LANDSCAPING OR REPARING OF LANDSCAPING DUE TO ELECTRICAL INSTALLATION
4. ANY TYPE OF CONCRETE WORK SUCH AS: SAW CUTTING, PATCHING, OR REMOVAL
OF EXISTING SURFACES, FORMING AND POURING OF TRANSFORMER PADS & POLE BASES ETC.
5. ANY RE -ARRANGING OR MOVING OF HANGAR TENNENT PLANES & EQUIPMENT
6. ANY DAMAGE TO TENNENT'S PROPERTY (not responsible for tennent's property )
7. ANY ROOFING, FIRE PROOFING OR RELATED MATERIALS DUE TO ELECTRICAL PENETRATIONS
8. ANY
9. ANY POWER COMPANY FEE'S OR UTILITY FEE'S ASSOCIATED WITH THIS PROJECT
TOTAL PRICE AS SPECIFIED $ 101,215.00
Alternate # 1 add $ 19,085.00
This proposal is rood for 30 days only.
THANK YOU
JASON KUNCL, PRESIDENT
LIGHTNING ELECTRIC INC.
1800 STIRMAN, SUITE 115
FAYETTEVILLE, Alt 72701
PHONE: (479) 695-1322, 695-1323
MOBILE: (479) 601-5127
FAX: (479) 695-1324
• •
MID-CONTINENT CASUALTY COMPANY
P. 0. Box 1409
TULSA, OKLAHOMA 74101
BID BOND
KNOW ALL MEN BY THESE PRESENTS: That We Lightning Electric, Inc.
as Principal, and MID-CONTINENT CASUALTY COMPANY, a corporation organized and existing under the laws of the
State of Oklahoma, and authorized to do business in the State of
andfimdyheurhdhmtothe City of Fayetteville
Arkansas as Surety, are held
as Obligee,
in the amount of 5% of bid DOLLARS lawful
money of the United States of America, to the payment of which sum of money well and truly to be made, the said Principal and
Surety bind themselves, their and each of their heirs, executors, administrator:, successors and assigns, jointly and severally, by
these presents.
THE CONDITION OR THIS OBLIGATION IS SUCH, that, if the Obligee shall make any award to the Principal for.
Bid# 05-42 Rewiring hangars A, B, C, D
According to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a
contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful
performance thereof with MID-CONTINENT CASUALTY COMPANY as Surety or with other Surety or Sureties approved by the
Obligee; or if the Principal shall, in case of failure so to do, pay to the Obligee the damages which the Obligee may suffer by reason
of such failure not exceeding the penalty of this bond then this obligation shall be null and void, otherwise it shall be and remain in
full force and effect
Signed, Sealed and Dated this 13th day of
June 2005
Lightning Electric, Inc
By
(Seal)
MID-CONTINENT CASU .TY COMPANY
Danny L SC eider Atlomey-in-Pact
By
d
MIDOCINTINENT CASUALTY COIIIIANY
Tulsa, Oklahoma
Know: all Menby these presents: That the MID-CONTINENT CASUALTY COMPANY; a corporation of the State of Oklahoma; having its
principal office in the city of Tulsa, Oklahoma,pursuant to the following By-law, which was adopted by the Stockholders of the said Company.'
ompany'
on March 13th, 1947, to -wit:
-Article P/, Section. 7. — The :Executive Officers of the Company shall have power and: authority to appoint, for purposes only of ekecuting
mid attesting bonds and undertakings and other writings obligatory in the nature thereof, one more Resident. Vice President, Resident Assistant
Secretaries and Attorneys -in -Fact and at any time to remove any such Resident Vice President,,ResidentAssistant Secretary, orAttorney-in-Fact
and revoke the power and authority given him.None of such appointees need be Directors of the Company."
The Company does hereby constitute and appoint Billy E. Bennett Jr, Kenneth L Galloway, Jacque
L Lindsey, Adrian W. Luttrell, Mike A. Luttrell and Danny L Schneider, individually
of SPRINGDALE AR
its true cud :.lawful -attomey(s)-m-fact, to execute, seal anddeliverfor and on its behalf as Surety, and as its act and deed,
Any and all bonds and undertakings of Suretyship - - --
Andthe execution of such.instttunent(s) inpursuance of these presents, shalLbe as binding: upon the said MID-CONTINENT CASUALTY .,
• COMPANY, 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 Tulsa, Oklahoma.
IN WITNESS WHEREOF,
presents this , 15
MID-CONTINEWI CASUALTY. COMPANY ..
day of November - -
has executed and attested these
c� 0.,4 tlu�—O B—,.t Inial 1) del
SARA ANDERSON ASSISTANT SECRETARY TODD BAZATA VICE PRESIDENT •
On this 15 day of November - , 2001 before me, a Notary Public of the State of Oklahoma in and
for .the •County of Tulsa, carne the individual to me personally known.to be the officer described in; and who executed the preceding instrunent;
anelhe.atdmowledged the execution of the same, and being by me duly sworn, Said that heis the"therein described and authorized officer of the.
MBYCONIINENI' CASUALTY COMPANY aforesaid, and that the seal affixed to the preceding instrument is the -corporate of saidCompany;
and the said corporate seal and his signature as such officer were duly affixed to the said instrument by the authority and direction of the said
Company, and that Article IV, Section 7, of the By -Laws .of said Company; referred to in the preceding instrument, is now in force.
,0 0.41 1 {Llky� maffixed OF, I. have hcreuo set my hand and axed my official seal at the City of Tulsa, the day and year first above written.
r de
sK. tgo ' .
t1N AND scowav a),roiti
t ?44;•. "'C AN O_,,fa.
C_,-" "•O `t.. LFAYSCOTT
OV
My Commission expires
Notary:Publie
SAHICAN il`RSON Assistant Secretary of MID-CONTINENT CASUALTY COMPANY do hereby certify thai the foregoing
extracts of the_ By -Laws andof a Resolution of the Board of Directors of this corporation, and of Power of Attorney issued pursuant thereto, are
:.:;:true and correct, and thatboth the. By -Laws, the Resolution and the Power of Attorney are still in full force and effect.
This certifies that any facsimile or mechanically -produced signature of any officer of the Company and Company seal, wherever appearing upon a power of attorney issued
by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed.
1N, WITNESS WHEREOF, 1 have hereunto set my hand and affixed the facsimile seal of said'wrpoiation
%% o
"011�
tt•11j CA51/4e% this 13th day of June. , 2005
c (.02V°RAI? o:
�1?7� }- moo? SARA ANDERSON `;' Assistant Secretary
h1 �;
yee[.9i'' KOM r''
.
THE
ANY
MAY
POLICIES.
ACORD CERTIFICAT06F LIABILITY
INSURANCE • OPID S9
LIGELOEL-1
onsm0O°"W"
06/14/05
ow
NSR'
PRODUCER
Walker Bros. Insurance, Inc.
P.O. Box 7570
Springdale AR 72766-7570
Phone:479-306-4677 Fax:479-306-5110
THIS CERTIFICATE IS ISSUED ASA MATTER
ONLY AND CONFERS NO RIGHTS UPON THE
HOLDER. THIS CERTIFICATE DOES NOT
ALTER THE COVERAGE AFFORDED BY THE
OF INFORMATION
CERTIFICATE
AMEND, EXTEND OR
POLICIES BELOW.
INSURERSAFFORDINGCOVERAGE
NAIC#
INSURED
a IIM�O EE11 11
1800 Sti2ian, Suite Inc
Fayetteviille AR 72701
wSRERA Lafayette Insurance Co.
wanma AIG Insurance Company
AMMERC-
02/03/05
INSURER
EACH OCCURRENCE
INSURER E.
X
(XX SERCIAGEWIALLIA8ILITY
P SEs(Fa�a sr.)
THE
ANY
MAY
POLICIES.
POLICIES
REQUIREMENT,
PERTAIN,
OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
TERMOR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE ISSUED OR
THE INSURMICE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
TLW
LTR
ow
NSR'
TYPE OF INSURANCE
POLX:Y NUMBER
PULLS
DATE
SI -alive
(OIIDO(T)
PORTLY EAI. MIItm
BATE (iDAY)
UNITS
A
GENERAL UNSAID'
60307390
02/03/05
02/03/06
EACH OCCURRENCE
$1000000
X
(XX SERCIAGEWIALLIA8ILITY
P SEs(Fa�a sr.)
$100000
MAIMS MME
X
OCCUR
MED SIP (Amy cos lras.n)
$ 5000
X
Terrorism
PFJTSLYVL $Arn IN,LRY
$ 1000000
GETERAL ADCfSGATE
52000000
GEM AGGREGATE
LMT APPLIES
PRO -
PER:
n LOC
PHOCUCTS.COAYiCP PGG
$2000000
PCI. CT
A
AUTOMOBILE
LIABILITY
AUTOS
AUTOS
AUTOS
60307390
05/31/05
05/31/06
CCAedED SINGLE LIMIT
(Enctthm)
$ 1000000
an NATO
ALLOWED
BODILY INJURY
(P., Arson'
$
SOEDILED
'SPED AUTOS
NON -OWNED
BODILY INJURY
(Pa .cadal)
$
PROPERTY DAMAGE
(PV .cadent)
$
GARAGE
LMBLRY
ANY AUTO
AUTO ONLY- EA ACCIDENT
$
ODER
AUTO
FA ACC
$
W
CART:
AGG
$
A
EXCESS/UMBRELLA
LABIUTT
aAIMSMwE
OEDUCTI9LE
RETENTION $10000
60307390
02/03/05
02/03/06
EACHCCCU$ENOE
$ 2000000
AGGREGATE
$ 2000000
__CCCUR_
$
$
X
$
B
WORKERS COMPENSATION AND
EMPLOYERS' LIABILITY
ANY PRCPRIETORAPARREWEKECUNVE
OFFICEPA.£AeER IXCLIAEDT
It yin. SPECIAL PROVISIONS
SPECIdePRC cribe unOer below
WC9369496
01/28/05
Wt stall/.
TORY LIMITS
GIM
m
01/28/06
El.EACHACCIDENT
1500000
E.L. DISEASE - EA EMPLOYEE
$ 500000
E.L. DISFASF- ASCOT LIMIT
$500000
A
ODER
Equipment Floater
60307390
02/03/05
02/03/06
°ESCRP1g 1 OF OPERATIONS 1 LOCATIONS 1 VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT 1 SPECIAL PROVISIONS
Electrical Wiring
PCOTIC,raTC I„M nen
SAMPLE
Certificates will be issued to
specified holders upon request
ACORD 25 (2001108)
8AM1002
SHOULD ANY OF TIE ABOVE DESCRIBED POLICES BE CANCELLED BEFORE THE EXPIRATION
DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAL 10 OATS WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FALURE T000 SO SHALL
IMPOSE NO OBLIGATION OR LABILITY OF ANY MD UPON THE INSURER, R'S AGENTS OR
REPRESENTATIVES.
O ACORD CORPORATION 1986
•
License
LIGHTNING
1800
FAYETTEVILLE,
This
is
and
following
with
from
when
duly
e
No. 0092180406
Contractors
ELECTRIC, INC.
STHIMAN ST #115
AR 72701
is to Certify That
licensed under
is entitled to practice
classification:
ELECTRICAL
the following
May 13, 2005
w
State of Arkansas
Licensing Board
LIGHTNING ELECTRIC, INC.
the provisions of Act 150 of the 1965 Acts as amended
Contracting in the State of Arkansas within the
suggested bid limit UNLIMITED
until April 30, 2006
this Certificate
P.
expires.
Witness our hands of the Board, dated at North Lime Rock, Arkansas:
',se It/A--
Itlt 8714
i t.e,I .,:kr`r kr
J CHAIRMAN
SECRETARY
May 13, 2005
THIS IS TO CERTIFY
Jason E Kuncl
1410 Castleview Dr
Springdale, AR 72762
LICENSED AS.
MASTER ELECTRICIAN
IN THE STATE OF ARKANSAS
Expires: 11/30/2006
•
M-7484
•
•
Bid 05-42, Hangar Rewiring
Time Extension
Date: 5/18/05
To: A11 Prospective Vendors
From: Andrea Foren
RE: Time Extension
Bid 05-42, Hangar Rewiring..has been extended
•
yr
y� KANSAS
11;-2005 at:3:00 PM.
Any questions regarding this extension, of Bid 05-42, should be directed to City
of Fayetteville Purchasing Division at one of the contacts listed below.
Andrea Foren
Buyer
aforen@ci.favetteville.ar.us
(479)575-8220
Peggy Vice
Purchasing Agent
pvice@ci. fayettevi I le. ar.us
(479)575-8289
1
BID 0542, Addendum 2
Date: 05/25/05 - Wednesday
To All Prospective Vendors
From: Andrea Foren
RE: Bid 05-42
0
a7�/Y/%e.cRYAIAle
I
• BID 05-42 has the following modifications:
DATE REQUIRED: Completion (60) sixty days after receipt of
notice to proceed.
Eleaseidb not hesitate to contact us if you have any problems, questions
or concerns. We will be more than happy to assist you/ Also, please
ndtethat a copy of this addendum must be submitted with your bid in
dr`deEfor your bid to be considered complete.
Thank you,
Andrea Foren Peggy Vice
Buyer Purchasing Agent
aforen@ci.fayetteville.ar.us pvicenu,ci.fayetteville.ar.us
(479)575-8220 (479)575-8289
05/25/05 1
BID 05-42, Addendum 3
Time Extension
Date: 05/26/05 - Thursday
To: All Prospective Vendors
From: Andrea Foren
RE: Bid 05-42
• BID 05-42, Hangar Rewiring has the following modifications:
r
- Time Extension: Bid is now due June 7, 2005 at 2:00 pm
Please contact us if you have any problems, questions or concerns. We
will be more than happy to assist you! Also, please note that a copy of
this addendum must be submitted with your bid in order for your bid to
be considered complete.
Thank you,
Andrea Foren
Buyer
aforen(a,ci. fayettev it le. ar. us
(479)575-8220
05/26/05
Peggy Vice
Purchasing Agent
pvice(a ci.favetteville.ar.us
(479)575-8289
I
Date: 05/26/05 - Thursday
To: All Prospective Vendors
From: Andrea Foren
RE: Bid 05-42, Hangar Rewiring
• BID 05-42, has the following modifications:
DATE REQUIRED: Completion (90) ninety days after receipt of
notice to proceed.
M
Please contact us if you have any problems, questions or concerns. We
will be more than happy to assist you! Also, please note that a copy of
this addendum must be submitted with your bid in order for your bid to
be considered complete. Sorry about any confusion this may have
caused.
Thank you,
Andrea Foren
Buyer
aforen(a,ci.fayetteville. anus
(479)575-8220
Peggy Vice
Purchasing Agent
pvice(ac i . fayettevi lle. ar. us
(479)575-8289
I
BID 0542, Addendum 5
Date: 06/02/05 - Thursday
To: All Prospective Vendorsq evlie
From: Andrea Foren y ARKANSAS
RE: Bid 05.42, Hangar Rewiring -2 pages
a BID 05-42, has the following modifications:
l.) Please be advised that the drawings for the rewiring of hangars A, B, C
and D have been revised. Also, please note that these revised drawings
contain new panel schedules. It is very important that you pick up a copy
ofth. so you will be aware of the changes that have been made.
Copies: of these drawings are available, at no charge to bidders, at the
fcsildvy rig locations:
Soutl�tfn Reprographics Plan Room NW Arkansas Planning Room
09:P iiftte Circle 103 W Apple Blossom
Faygitcville, AR 72704 Bethel Heights, AR 72764
(¢7+)) 582-4022 (479) 750-7704
2.) In all four T -Hangar Buildings, change indicated receptacle circuits from
#12 to #10 or #8 Str THHN CU conductor and change conduit sizes as
shown on the revised Drawings and on the new panel schedules.
3.) In all four T -Hangar Buildings, separate the lighting circuits from the
receptacle circuits. This requires adding new lighting circuits and circuit
breakers for these circuits. It also requires changing Panels A, B, C and D
to larger panels with adequate spaces to accommodate the additional
lighting circuit breakers. See new panel schedules on the revised
Drawings for complete clarification.
•
0
• 4.) The Airport Management will remove aircraft from each Hangar bay.
The Contractor shall coordinate with the airport to provide at least 24
hours notice.
Please do not hesitate
to contact us
if you have
any problems,
questions or concerns. We
will
be more
than
happy
to assist you!
AA=,
Thank you,
Andrea Foren
Buyer
aforen ri.ci.fayetteville.ar.us
(479)575-8220
Peggy Vice
Purchasing Agent
pvice(r�ci.fayetteville.ar.us
(479)575-8289
Ry UU4/UU4
BID 0542, Addendum 6
Date: 6/3/05-Thursda a e evi. �e
i ARKANSAS
To: All Prospective Vendors
From: Andrea Foren
RE: Bid 05-42, Hangar Rewiring
• BID 05-42, has the following modifications:
:-TIME EXTENSION: The submittal date of Bid 05-42 has been
eit[ended to June 14, 2005 at 2:00 pm.
Pleesecontact us if you have any problems, questions or concerns. We
will≤lie more than happy to assist you! Please note to include this
Addendum with your bid.
Thank you,
Andrea Foren
Buyer
aforenna.ci.fayetteville.ar.us
(479)575-8220
Peggy Vice
Purchasing Agent
oviceta)ci.favetteville.ar.us
(479)575-8289
I
Ll
Li
1 ARKANSAS
CITY OF FAYETTEVILLE
113W. Mountain St.
Fayetteville, AR 72701
INVITATION TO BID
Bid # 05-42
Rewiring Hangars: A, B, C, D
Airport Division
479-718-7642
BID #: 05-42
DATE ISSUED: May 16, 2005
Sun/E -7, a-OOr
DATE & TIME OF OPENING: May 31, 2005 — at 2:00pm
BUYER: Andrea Foren, Room 306 - (479) 575-8220
F.O.B. Fayetteville, AR
General Information and Specifications:
THIS INVITATION TO BID IS BASED ON THE NEED FOR REWIRING OF FOUR HANGARS, AS
LISTED IN SPECIFICATIONS & DRAWINGS. HOWEVER, THE CITY RESERVES THE RIGHT
TO ACCEPT OR REJECT ANY OR ALL BIDS, WAIVE FORMALITIES IN THE BIDDING, AND
MAKE A BID AWARD DEEMED TO BE IN THE BEST INTEREST OF THE CITY.
DATE REQUIRED: Completion (30) thirty days after receipt of notice to proceed.
Contractors should visit the site to verify site condition and accessibility before submitting
their bid. For a tour of the site contact Ray Boudreaux at (479) 718-7642, Monday through
Friday, 8:00am to 4:30pm.
Proposals
must conform to the following
specifications
and include appropriate evidence for
each:
1.
Bidder shall
have
a State of Arkansas Contractors License.
2.
Bidder shall
have
an Arkansas Electrical License.
3. Bidder shall have workers' compensation as required by Arkansas State statutes.
4. Bidder shall have general liability insurance as required at a minimum of $1,000,000. A bid
bond of 5% must be submitted with the bid. Upon contract award a 100%
performance/payment bond are required.
The successful bidder will be responsible for providing the following:
1. Provide all labor, equipment, materials and supplies needed to complete the job as specified.
2. Remove ano cleanup of all debris and construction materials after installation.
3. Project will not be accepted until the City approves the work after construction. When work
is in progress, it is the contractors responsibility to supervise area. If any area is damaged,
it is the contractors responsibility to correct.
4. Project is subject to applicable labor laws, non- discrimination provisions, wage rate laws,
and other federal laws including the Fair Labor Standards Acts of 1938. The Work Hours Act
of 1962 and Title VI of the Civil Rights Act of 1964.
r
0
PROPOSAL FORM
Bid Details
HangarA
$ 25 3e3e'r
HangarB
$ ar,Sc3.'s
Hangar C
$ aS3o3,
is -
Hangar 0
$ as 3493.
1r
Total Turn -key Bid Amount
$ IDi, dIS.O
SurnoSA,B,C&D
1'A l*rnak = I
19, obS, 00
The Bidder understands the
City of Fayetteville reserves the
right to
reject any or all bids and to
waive formalities deemed to
be in the City's best interest.
Bidder agrees
that this
bid shall be good
and
may not be withdrawn for a period of thirty (30)
calendar days
after the
schedule closing
time
for receiving bids.
CONTRACTORS NAME L,t /1 111 E'eckc $c.
CONTRACTORS LICENSE # oogal $oyoco
CONTACT PERSON IUD___ I\ RtgC
TITLE P _ deoy+
ADDRESS ($OD SJct t tic
�a�re e.trl(P. R 1...7Ol
N79-(___ __ FAX 1171- 4gs-IDq
EMAIL ADDRESS
SIGNATURE:
All inclusive bids must be submitted no later than 2:00 p.m., May 31, 2005 to the City of Fayetteville,
Purchasing Office, Room 306, 113 West Mountain Street, Fayetteville, Arkansas, 72701 in a sealed
envelope marked "Rewiring of Hangars A, B, C, D" "Bid 05-42." Each bidder will be required to
meet or exceed the specifications attached. Any deviation must be noted with specifications
attached to bid. Questions should be directed to Andrea Foren, City of Fayetteville Purchasing
Division, at (479) 575-8220 or aforen(a)ci.fayetteville.ar.us
a
Pursuant to Ark. Code Annotated 22-9-203, the City of Fayetteville encourages all
qualified small, minority and women business enterprises to bid on and receive
contracts for goods, services, and construction. Also, the City of Fayetteville
encourages all general contractors to subcontract portions of their contract to
qualified small, minority, and women business enterprises.
ELECTRICAL SPECIFICATIONS FOR
REWIRING HANGARS A, B, C AND D AT DRAKE FIELD
FAYETTEVILLE, ARKANSAS
GENERAL CONDITIONS
The preceding General Conditions are part of these Specifications and this Contractor is referred to them and
shall consult them in detail in connection with this part of the work.
DRAWINGS AND SPECIFICATIONS
The Drawings and Specifications are to be construed according to full intent, meaning and spirit when taken
together or separately. Drawings and Specifications taken co -jointly shall be deemed to explain each other and be
descriptive of necessary work to be performed under Contract. Any apparent discrepancy in either Drawings or
Specifications shall be promptly reported to the Engineer, who is sole interpreter of the meaning of the Plans and
Specifications, and his directions shall be followed. Anything shown on. the Drawings and not mentioned in the
Specifications, or vice -versa, shall be fully executed and carried out the same as if mentioned in theSpecifications and
shown on the Drawings.
For the sake of brevity these Specifications may omit, at times, phrases such as "Contractor shall furnish and
install", "unless otherwise indicated or specified", etc., but these phrases are nevertheless implied. Mention of materials
and operations requires the Contractor to furnish and install such materials and perform such operations complete to the
satisfaction of the Owner. Exceptions are noted herein or shown on the Drawings.
SITE INSPECTION AND FAMILIARITY WITH THE PROJECT
The Contractor shall inspect thejobsites, study existing conditions, be completely familiar with the Drawings
and Specifications, and, in general, be fully informed as to work required to complete Contract. No allowance will be
made for misunderstanding after Contract is awarded.
GENDER REFERENCE
For the sake of brevity these Specifications may use the masculine "he", "him" or "his", etc. but shall
nevertheless at all times indicate and include both the masculine and feminine gender.
FEES, PERMITS, ETC.
The Contractor shall pay all fees, licenses, permits, inspections charges, etc. incurred in obtaining services and
installing work and shall deliver to Owner at completion of job all permits, inspection reports, etc.
LAWS, CODES AND ORDINANCES
These Drawings and Specifications are to be regarded as minimum requirements. The Contractor shall further
comply with, all applicable Federal, State and Local requirements and with the 2002 edition of NFPA 70, National
Electric Code, (with special reference to Articles 501 and 513 (Aircraft Hangers); the latest and current editions of NFPA
101 (Life Safety Code) and NFPA 409 (Aircraft Hangers). In case of conflicts between governing codes, state laws or
local ordinances, the most stringent shall apply. Should the work of the Contractor fail to conform to the governing
codes, he shall provide work to bring project in conformance at no expense to the Owner.
r
SCOPE OF WORK
Furnish all materials and equipment specified or called for on Drawings and Specifications, except as stated
otherwise. Furnish all incidental material and equipment not specifically mentioned but essential to make installation in
accordance with intent and requirements of Drawings, Specifications and Contract. Work must be complete from point
of service to each and every fixture shown on the Drawings or herein specified with all accessory construction as may be
herein itemized or required to make installation complete and ready for service.
All material and equipment shall be new, of best quality and design and free from defects. All material and
equipment furnished in quantity shall be all of one manufacturer for each item unless otherwise specified.
Installation shall be complete including electrical service, mounting brackets, painting, patching, circuit breaker
panels, boxes, covers, conduit, grounding, lighting fixtures, etc., connected, adjusted, aimed and ready for service.
GUARANTEE
The Contractor, by acceptance of the Drawings and Specifications and signing Contract, acknowledges his
acquaintance with all requirements and guarantees that every part going to make up the systems as herein described shall
be as specified and will be erected in a most thorough and substantial manner by experienced labor.
He guarantees that all conduit and raceway as specified will be free from all obstructions of every description
and will be free from holes or breaks and well -bonded together at joints.
He further guarantees to hold himself responsible for any defects which may develop in any part of the entire
system, including apparatus and appliances as provided for under these Specifications, due to faulty workmanship, design
or materials for a period of one year from date of final acceptance. Defects arising during this period will be promptly
remedied by the Contractor at his expense to the complete satisfaction of the Owner. Lamps shall be excluded from this
guarantee, but one complete, new and operative set of lamps for lighting fixtures shall be in place at time of final
acceptance.
CHARACTER OF SERVICE AND SYSTEM
The electrical system shall commence at the north end of existing hangers as shown on the Drawings at a
delivery voltage of 120/240 volts, single phase, 60 hertz.
HOUSEKEEPING AND SAFETY
Contractor shall remove his rubbish from the premises at intervals and shall maintain the workplace in an
orderly and safe manner. On completing his work, and prior to submission of final estimate, he shall remove all tools,
appliances, material and rubbish from the grounds. See Drawings for special lighted barricades required for this project.
COOPERATION AND COORDINATION
This Contractor shall install his work without unduly delaying other trades. He shall furnish sufficient labor to
accomplish this end. He shall coordinate his work with all other trades so that all electrical work shall be properly
installed. The Contractor shall verify field and site conditions to determine the precise routing and location of electrical
work. Installation of electrical work shall be coordinated with other equipment and structural members. Provide access
panels as required by NEC for access of concealed electrical work.
LABOR AND WORKMANSHIP
Contractor shall comply with the labor laws of the State of Arkansas and the various Acts Amendatory and
Supplementary thereto, and other Federal, State and Local laws, ordinances and legal requirements applicable thereto.
All labor shall be performed in the best and most workmanlike manner by mechanics skilled in their trades. The
standard of work required throughout shall be of such grade as will bring results of the first class only. Defective work
shall be repaired or replaced at no expense to the Owner.
Mechanics whose work is unsatisfactory to the Owner or are considered by the owner to be unskilled or
otherwise objectionable shall be dismissed from the work upon notice from the Owner.
All manufactured articles, material and equipment listed or described shall be applied, installed, connected,
erected, used, cleaned, conditioned and aimed as directed by the Manufacturer and these documents.
LOCATION OF FACILITIES
Locations shown on Drawings are approximate unless dimensioned. Check large scale details to determine
missing dimensions or for explanatory notes.
SUBSTITUTION OF SPECIFIED MATERIALS
The Specifications and Drawings make reference to material or equipment supplied by a particular
manufacturer. This has been done to establish a minimum standard of acceptance concerning quality, workmanship,
reliability, serviceability, etc. It is not the intent to discriminate against an approved equal by other manufacturers.
The Contractor shall furnish sufficient detailed information to enable the Owner to determine whether or not the
proposed substitute is equal to that appearing in the Specifications or on the Drawings. No substitute item shall be
approved without the written consent of the Owner.
Any additional work or changes necessitated by the approval and installation of substitute equipment shall be
done by the Contractor without extra cost to the Owner. Any savings shall be passed to the Owner.
( HAZARDOUS AREAS
Areas within 5 feet horizontally of engines or fuel tanks are Class 1, Division 2. Vertically, these areas extend
from floor level to 5 feet above the highest point of the wings or engines. Horizontally, these areas extend 5 feet from the
rear, front and tip of the wings. For purposes of this project, the hazardous area is assumed to extend to 14 feet above
floor level. Sealing requirements of Section 501 of the National Electrical Code shall apply to both the horizontal and
vertical boundaries of this defined area.
WIRING METHODS. CONDUIT AND FITTINGS
All circuits shall be installed as shown and sized on the drawings in conduit types shown. EMT connections
shall be compression type. Galvanized conduit, EMT and fittings shall be manufactured in accordance with applicable
NEMA standards and ASTM specifications. Conduit shall be Republic or equal and fittings shall be Appleton or equal.
GROUNDING
All electrical equipment and the structure installed on this project shall be properly grounded in accordance with
Article 230 of the 2000 National Electrical Code.
A #14 stranded THHN copper grounding conductor, Green color, shall be installed in each conduit with lighting
or receptacle circuits.
LIGHTING FIXTURES
Contractor to furnish and install lighting fixtures as listed in the Fixture Schedule on the Drawings
10
•
WIRE AND CABLE
All conductors for panel feeder, lighting, receptacle and motor circuits shall be stranded copper, type THHN,
600 volt, code grade. Wire shall be sized as shown on the Drawings.
ELECTRICAL PANELS
Contractor shall furnish and install circuit breaker load centers as indicated on the Panel Schedule and located
where shown on the Drawings.
Load -centers shall be rated 120/240 volts, I phase, 3 wire, 60 Hz and shall be Square D Type QO or equal.
Circuit breakers shall be quick make and break, thermal -magnetic, trip indicating, with common trip for multi -pole
breakers (no handle ties will be permitted). Circuit breakers shall be Square D Type QO or equal. The cabinet shall be
NEMA Type 3R for exterior surface mounting. Fronts will be provided with locking provision with two (2) sets of keys
to be provided to Owner. A typewritten directory of branch circuits shall be provided in cabinet.
DOOR CONTROL
The existing door control switches do not conform to the present National Electrical Code in that they are
NEMA I switches in a hazardous area. As part of this contract the Contractor shall provide explosion -proof door
switching in the present location. This shall be accomplished as follows:
Hangars A, B, C
The Contractor shall furnish and install two contactors wired as shown and an explosion -proof pushbutton
station replacing the existing door switches. The motor circuits in these three hangars have no contactors or
starters installed at the present time and will require installation of contactors as shown on the Drawings.
Hangar D
The Contractor shall furnish and install explosion -proof pushbutton stations in same location as existing door
controls.
CUTTING, PATCHING AND PAINTING
The Contractor is responsible for all cutting, patching and painting required by electrical work. The Contractor
shall arrange with the appropriate sub -contractor for the execution of this work. Cutting of structural members is not
allowed unless approved in writing by the Engineer or the Owner. Factory painted equipment which has been damaged,
scratched, or otherwise marred shall be restored to its original condition.
ELECTRICAL TESTS AFTER INSTALLATION
Before final acceptance will be given by the Owner, Contractor shall make insulation and load tests to assure the
proper performance of each circuit. Instruments for such tests shall be furnished by the Contractor.
All circuits shall be tested in the presence of the Owner or his Representative with a two hundred and fifty (250)
volt megohm. meter and each reading shall be recorded. Test records shall be given to the Owner.
SUBMITTALS AND SHOP DRAWINGS
All submittals shall be submitted in seven (7) copies to the Owner. The Owner shall examine these submittals in
detail to determine if the material conforms to the Specifications and the Drawings. Written approval of the submittals is
required before materials may be incorporated into the project.
AS -BUILT DRAWINGS
Contractor shall keep at least one (1) copy of the Drawings at the project at all times. These Drawings shall be
11
-la --I
m D m
D A
3Z
Z m m
m -I
D ca
--1
A
my
0
2
En
Ci
m
D A
m ti GA
z -1
_
Nrn0
3
D Zr
�v
D N O
D
m Z
v
m�
C,
>�C)
� O�
3
ro O
N m
O T
VI t7
3 �
Otan
t.
d
a
m
U)
Q
C
tog
a0 .nD
N criii'
=u = u<
m =(0
nJ�Ea
amm g
C-
o
-� Q
fr
t n b. O
w� a
O• (D UsIa rr
G (D
n n
tv O F p
W
ai c
a o
N RVr. c
T
o n Ory .J.r Q.
ic
m
n
m a S
N-.,O-,-, N
to 0 rt 0
= o
o w o u-
7
K 0
a=
m -1-flCD-
m a
ci,,-S.
C H
o � CD �
atno-0
0
�aa
`o D
a
ID O as OJ
Ix N
O
m
m
m
M-
aw.
3
m
T
3
�Aaa
n>Sp
C
7C
7
y
'O
N
In
�I
a..
39VM 9NIlIVA3Nd 10Qtl
80StZ89109
E0:bI 500Z}81/S0'`
-Q5/1fl/2005 14:03 5016824W ADOL PREVAILING to PAGE 03/04
Page 2 of 2 ARKANSAS DEPARTMENT OF LABOR
PREVAILING WAGE DETERMINATION — BUILDING RATES
DATE: May 18, 2005 DETERMINATION #: 04-367
PROJECT: Rewiring Hangars COUNTY: Washington
Drake Field Municipal Airport EXPIRATION DATE: 11-18-05
Fayetteville, Arkansas SURVEY #: 704-AROS
Power Equipment Operators:
Groupl
operators engaged in operating the following equipment: Cranes, draglines, shovels and
piledrivers with a lifting capacity of 50 tons or over, and operators of all tower dimbing cranes and
derricks required to work 25 feet or over from the ground, blacksmith and mechanics.
Group II
Operators engaged in operating the following equipment or performing work relative to the
engineer's jurisdiction: Hydraulic cranes, cherry pickers, backhoes, and all derricks with a lifting
capacity less than 50 tons, as specified by the manufacturer, all backhoes, tractor or truck type, all
overhead & traveling cranes, or tractors with swinging boom attachments, gradealls, all above
equipment irrespective of motive power, leverman (engineer), hydraulic or bucket dredges,
irrespective of size.
Group III
Heavy Equipment Operators. Operators engaged in operating the following equipment: all
bulldozers, all front end loaders, all sidebooms, skytracks, forklifts, all push tractors, all pull
scrapers, all motor graders, all trenching machines, regardless of size or motive power, all
backfillers, all central mixing plants, 10S and larger, finishing machines, all boiler fireman high or
low pressure, all asphalt spreaders, hydro truck crane, multiple drum hoist, irrespective of motive
power, all rotary, cable tool, core drill or chum drill, water well and foundation drilling machines,
regardless of size, regardless of motive power and dredge tender operator.
Group N
Light Equipment Operators. Operators engaged In operating the following equipment: Oilerdriver
motor crane, single drum hoists, winches and air tuggers, irrespective of motive power, winch or A
frame trucks, rollers of all types and pull tracors, regardless of size, elevator operators inside and
outside when used for carrying workmen from floor to floor and handling building material, Lad-A-
Vator Conveyor, batch plant, and mortar or.concrete mixers, below 10S, end dump euclid,
pumperete spray machine and pressure grout machine, air compressors, regardless of size. All
light equipment, welding machines, light plants, pumps, all well point system dewatering and
portable pumps, space heater, irrespective of size, and motive power, equipment greaser, oiler,
mechanic helper, drilling machine helper, asphalt distributor and like equipment, safety boat
operator and deckhand.
c
-Y5/1R/2005 14:03 50168245E• ADOL PREVAILING We
Page 1 of 2 ARKANSAS DEPARTMENT OF LABOR
PREVAILING WAGE DETERMINATION - BUILDING RATES
1 '
DATE: May 18, 2005 DETERMINATION #: 64-367
PROJECT: Rewiring Hangars COUNTY: Washington
Drake Field Municipal Airport EXPIRATION DATE: 1t-18-05
Fayetteville, Arkansas SURVEY #: 704-AR05
BASIC
HOURLY
FRINGE
CLASSIFICATION
RATE
BENEFITS
Asbestos Worker/Insulator
9.50
Bricklayer/Pointer, Cleaner, Caulker
18.80
Carpenter
13.35
Concrete Finisher/Cement Mason
12.70
Electrician/Alarm Installer
16.70
3.40
Elevator Mechanic
24.30
12.18
Glazier
14.35
2.25
HVACR Mechanic (Excluding HVAC Duct Work)
14.25
Ironworker (Including Reinforcing Work)
13.95
2.95
Laborer
9.50
Marble%Tle/Terrazzo Setter
12.69
Metal Building Erector (Includes all construction of pre -fabricated
components supplied by the manufacturer)
12.55
Millwright
. 10.85
1.65
Painter/Sheet Rock Finisher
12.60
Plasterer
13.60
Plumber/Pipefitter
16.35
1.96
Roofer
12.65
2.60
Sheet Metal Worker (Including HVAC Duct Work)
13.30
2.30
Sprinkler Fitter
18.95
4.60
Truck Driver
11.35
Waterproofer
14.00
1.09:
Power Equipment Operators:
Group I
14.75
2.85:
Group II
14,40
3.78
Group 111
13.00
Group N
11.50
Welders --receive rate prescribed for craft performing operation to which welding is incidental.
Certified July 1, 2004
Classifications that are required, but not listed above, must be requested in writing
from the Arkansas Department of labor, Prevailing Wage Division. Please call (501)
682-4536 for a request fonn.
" 05.[10: 2005 14:03
50168240
ADOL PREVAILING tt
PAGE 01/04
Ake Huckabee
Dwartrx
Ms. Andrea Foren
City of Fayetteville
113 W Mountain St, Purchasing Room 306
Fayetteville, AR 72701
Dear Ms. Foren:
STATE OF ARKANSAS
ARKANSAS DEPARTMENT OF LABOR
10421 WEST MARKHAM • LITTLE ROCK. ARKANSAS 722D5-2190
(501) 692-4500 • FAX (501) 6824535 • TDD: (800) 285-1131
May 18, 2005
Re: Rewiring Hangars
Drake Field Municipal Airport
Fayetteville, Arkansas
Washington County
James L. Salkeld
Diadv
In response to your request, enclosed Is Arkansas Prevailing Wage Determination Number 04-367
establishing the minimum wage rates to be paid on the above -referenced project. These rates were
established pursuant to the Arkansas Prevailing Wage Law, Ark. Code Mn. §§ 22-9-301 to 22-9-315 and the
administrative regulations promulgated thereunder.
If the work is subject to the Arkansas Prevailing Wage Law, every specification shall indude minimum
prevailing wage rates for each craft or type of worker as determined by the Arkansas Department of Labor Ark.
Code Ann. § 22-9-308 (b) (2). Also, the public body awarding the contract shall cause to be Inserted in the
contract a stipulation to the effect that not less than the prevailing hourly rate of wages shall be paid to all
workers performing work under the contract. Ark. Code Ann. § 22-9-308 (c).
Additionally, the scale of wages shall be posted by the contractor in a prominent and easily accessible
place at the work site. Ark. Code Ann. § 22-9-309 (a).
Also enclosed is a "Statement of Intent to Pay Prevailing Wages" form that should be put in your
specifications along with the wage determination. The General/Prime Contractor is responsible for getting this
form filled out and returned to this office within 30 days of the Notice to Proceed for this projecL
When you issue the Notice to Proceed for this project, please mail or fax a copy of the
notice to my office.
If you have any questions, please call me at (501) 682-4536 or fax (501) 682-4508.
Sincerely,
O�f'bri e
Don Cash
Prevailing Wage Division
Enclosures
This coni
Arkansas, and _
consideration of
executed
CONTRACT
h day of, 2005, between the City of Fayetteville,
7'tc. . In
contained herein, the parties agree as follows:
L:.h4ri,nn 6bi.Ie�tc ?rC at its own cost and expense shall furnish all labor,
materials, upplies, machinery, equipment, tools, supervision, bonds, insurance, tax permits,
and all other accessories and services necessary to complete items bid per bid 05-42 as stated
in LSkh,),t„ F.L.�ra lint 4 bid proposal, and in accordance with specifications
attached h eto and made a part hereof under Bid #05-42, all included herein as if spelled out
word for word.
2. The City of Fayetteville shall pay (,` based on their bid proposal in an
amount not to exceed $ . Pa tnents wi) be made after approval and
acceptance of work and submission of invoice. Payments will be made approximately 30
days after receipt of invoice.
The Contract documents which comprise the contract between the City of Fayetteville and
l;� 4v E,{�,;e� c consist of this Contract and the following documents attached
eretH o�and made a part hereof:
A. Bid form identified as Invitation to Bid 05-42 with the specifications and conditions
typed thereon.
B. f"a%� 1 jekInC bid proposal.
C. The Notice to Prospective Bidders and the Bid Tabulation.
4. These Contract documents constitute the entire agreement between the City of Fayetteville
and and may be modified only by a duly executed written instrument
signed y the City o Fayetteville and U;A%a`m &k4", lit.
5. j4,,k, shall not assign its duties under the terms of
en this agree nl tsp�f�
6. t%4k(' 4w, Gi.er,1C 1k agrees to hold the City of Fayetteville harmless and
indemnity the City of Fayetteville, against any and all claims for property damage, personal
injury or death, arising from LiM4jEtdw Z 2s performance of this contract.
This clause shall not in any form or manner be construed to waive that tort immunity
set forth under Arkansas Law.
rN'ask Ewlr� 1,� . shall furnish a certificate of insurance addressed) to the f ;tv
of Fayetteville, showing that he carries the following insurance which shall be maintained
throughout the term of the Contract. Any work sublet, the contractor shall require the
subcontractor similarly to provide worker's compensation insurance. In case any employee
engaged in work on the project under this contract is not protected under Worker's
Compensation Insurance, I ;rl✓rttM Elee,4 e t 4St . shall provide and shall
cause each Subcontractor to provid adequate employer's liability insurance for the protection
of such of his employees as are not otherwise protected.
Workmen's Compensation Statutory Amount
Comprehensive General &
Automobile Insurance
Bodily Injury Liability $250,000 for each person injured.
$1,000,000 for each accident.
Property Damage Liability $1,000,000 aggregate.
The premiums for all insurance and the bond required herein shall be paid by
l:kt�,t E4.,�ctY ,1c.
8. Li4rt 4!N etetl"e .int. to furnish proof of licensure as required by all local and state
a ncie .
9. This contract may be terminated by the City of Fayetteville or
L746'.'1 S with 10 days written notice.
10. 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.
WITNESS OUR HANDS THIS 6tk DAY OF
G
ATTEST: CITY CLERK
ATTEST: COMPANY SECRETARY
BUSINESS ADDRESS
2005.
CITY OF FAYETTEVILLE,
FAYETTEVILLE, ARKANSAS
CONTRACTOR
BY
NAME AND TITLE
• City of Fayetteville •
Staff Review Form
City Council Agenda Items
Contracts
5 -Jul
City Council Meeting Date
Ray M. Boudreaux Aviation & Economic Development
Submitted By Division
Action
General Government
1322, 695-1323, Cell: 479-601-5127, Fax: 479-695-1324, to rewire T -hangars A through D.
a Budget Adjustment.
$126,315.00
Cost of this request
5550.3960.5804.00
Account Number
04048.1
Project Number
$
Category/Project Budget
$ 620.00
Funds Used to Date
$ (620.00)
Remaining Balance
Budgeted Item Budget Adjustment Attached �X
Department
T -Hangar Wiring Maintenance
Program Category / Project Name
Airport Capital Expenditures
Program / Project Category Name
Airport
Fund Name
Ptrevious Ordinance or Resolution #
/� LU
Departure Director Date Original Contract Date:
Original Contract Number:
City Attorney
Received in City Clerk's Office
Finance and Internal Service Director Date
Received in Mayor's Office
L � S
Mayor Date
Clarice Pearman- Lightening Electric Page 1
From: Clarice Pearman
To: Boudreaux, Ray
Date: 7/6/05 3:18PM
Subject: Lightening Electric
Ray,
The Council passed a resolution approving a contract with Lightening Electric on July 5, 2005. However I
do not have a signed contract to attach to the resolution. Please get me a signed copy to continue
processing this resolution. Thanks.
Clarice
From: Andrea Foren
To: Boudreaux, Ray; Pearman, Clarice
Date: 7/6/05 5:21 PM
Subject: Re: Lightening Electric
Ray,
We did not have the contract signed. Last I knew, Lightning Electric was bringing you 2 original
contracts that were signed.....
Andrea Foren
City of Fayetteville, Buyer
Phone: (479) 575-8220
Fax: (479) 575-8257
aforen@ci.fayetteville.ar.us
www.accessfayetteville. org
From: Clarice Pearman
To: Boudreaux, Ray
Subject: Re: Lightening Electric
You received the same email from Andrea as I. There is not a signed contract. Please get me a signed
contract. Thanks.
>>> Ray Boudreaux 07/06/05 05:17PM >>>
Hi Clarice,
I think we had a signed copy when Lightning presented the contract. Please check with Andrea in
Purchasing.
Thanks, Ray.
Ray M. Boudreaux, Col. USAF (ret)
Director, Aviation & Economic Development
4500 S. School Ave., Suite F
Fayetteville, AR 72701
ph. 479.718.7642
fax. 479.718.7646
email: roudreauxla)ci.fayetteville.ar.us
>>> Clarice Pearman 07/06/05 03:18PM >>>
Ray,
The Council passed a resolution approving a contract with Lightening Electric on July 5, 2005. However I
do not have a signed contract to attach to the resolution. Please get me a signed copy to continue
processing this resolution. Thanks.
Clarice
From: Clarice Pearman
To: Boudreaux, Ray
Date: 7/12/05 3:23PM
Subject: Res. 124-05
Ray,
Attached is a the resolution passed by City Council, July 5, 2005 awarding a contract to Lightening
Electric. Also attached is a copy of the budget adjustment. The original will be forwarded via interoffice
mail to Budget & Research.
Thanks
Clarice
CC: Deaton, Vicki; Fell, Barbara