Loading...
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