Loading...
HomeMy WebLinkAbout163-08 RESOLUTIONRESOLUTION NO. 163-08 A RESOLUTION AWARDING BID #08-54 AND APPROVING A CONTRACT WITH HILL ELECTRIC, INC. IN THE AMOUNT OF $139,875.00 FOR THE INSTALLATION OF STREET LIGHTING ALONG COLLEGE AVENUE FROM ROCK STREET TO MAPLE STREET; AND APPROVING A 10% PROJECT CONTINGENCY IN THE AMOUNT OF $13,988.00. 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 Bid #08-54 and approves a contract with Hill Electric, Inc. in the amount of $139,875.00 for the installation of street lighting along College Avenue from Rock Street to Maple Street. A copy of the contract, marked Exhibit "A," is attached hereto and made a part hereof. Section 2. That the City Council of the City of Fayetteville, Arkansas hereby approves a 10% contingency in the amount of $13,988.00.• 'R�RWT h�G' GAS Y Oj - p Fv• gip; :FAYETTEVILLE: =rz�, I+. %9s'9RkAN5P�J�',' y��'GTON PASSED and APPROVED this 2nd day of September, 2008. APPROVED: By: DAN COODY, Mayor / ATTEST: By: O,l w SONDRA E. SMITH, City Clerk/Treasurer City of Fayetteville Bid 08-54, College Avenue Lighting Construction Contract This contract executed this aAd day of oitp$eni 2 K' , 2008, between the City of Fayetteville, Arkansas, and Hill Electric, Inc. In consideration of the mutual covenants contained herein, the parties agree as follows: Hill 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 08-54 as stated in Hill Electric, Inc. bid proposal, and in accordance with specifications attached hereto and made a part hereof under Bid #08-54, all included herein as if spelled out word for word. 2. The City of Fayetteville shall pay Hill Electric, Inc. based on their bid proposal in an amount not to exceed $139,875.00. 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 Hill 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 08-54 with the specifications & conditions typed thereon. B. Hill 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 Hill Electric, Inc. and may be modified only by a duly executed written instrument signed by the City of Fayetteville and Hill Electric, Inc. 5. Hill Electric, Inc. shall not assign its duties under the terms of this agreement. 6. Hill 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 Hill 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. Hill 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 Hill 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 $500,000 for each person injured. $1,000;000 for each accident. Property Damage Liability $1,000,000 aggregate. City of Fayetteville Contract: Bid 08-54, College Avenue Lighting Construction Page 1 of 2 The premiums for all insurance and the bond required herein shall be paid by Hill Electric, Inc. 8. Hill 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 Hill 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. 11. Changes in Scope or Price: Changes, modifications, or amendments in scope, price or fees to this contract shall not be allowed without a prior formal contract amendment approved by the Mayor and the City CouncilfGin advance of the change in scope, cost or fees. WITNESS OUR HANDS THIS l4- DAY OF 2008. CITY OF FAYETTEVILLE, VETTE LLE, ,RKANSAS DAN GOODY, Mayor Attes Sondra mith, City Clerk rCfrrr .ie1C CONTRATORY �lrryd-od NAME AND TITLE ATT ST: COMPANY SECRETARY 41u,1 Si tdevt.CJ 107,0 iti,,V1X01 BUSINESS ADDRESS City of Fayetteville Contract: Bid 08-54, College Avenue Lighting Construction Page 2 of 2 Matt Mihalevich Submitted By City of Fayetteville Staff Review Form City Council Agenda Items and Contracts, Leases or Agreements 9/2/2008 City Council Meeting Date Agenda Items Only Engineering Division Action Required: Operations Department Approval of a resolution awarding Bid # 08-54 and approving a contract with Hill Electric, Inc. in the amount of $139,875.00 for the complete installation of street lighting for College Avenue from Rock Street to Maple Street; and approving a 10% project contingency in the amount of $13,988.00. 153,863.00 Cost of this request 4520-9520-5809.00 Account Number 06035.1920 Project Number Budgeted Item X $ 23,992,298.00 Category / Project Budget Transportation Bond Street Improvements Program Category / Project Name 4,428,931.49 Transportation Improvements Funds Used to Date Program / Project Category Name 19,563,366.51 Sales Tax 2006A Construction Fund Remaining Balance Fund Name Budget Adjustment Attached OS Department Director Date City Attorney i_f_re- 4 Original Contract Number: Da Previous Ordinance or Resolution # Original Contract Date: Finance and Internal Service Director Mayor Date Date Comments: Revised April 16, 2007 City Council Meeting of September 2, 2008 CITY COUNCIL AGENDA MEMO To: Mayor and City Council Thru: Ron Petrie, City Engineer `? Gary Dumas, Director of Operations From: Matt Mihalevich, Trails Coordinator Date: August 15th, 2008 Subject: College Avenue Lighting Installation — Bid 08-54 RECOMMENDATION: Approval of a resolution awarding Bid # 08-54 and approving a contract with Hill Electric, Inc. in the amount of $139,875 for the complete installation of street lighting for College Avenue from Rock Street to Maple Street; and approving 10% project contingency in the amount of $13,988. BACKGROUND: As College Avenue improvements continue to progress, the installation of street lighting is now necessary to complete the project. 70 new street lights are planned for the 0.6 mile section of College Avenue from Rock Street to Maple Street. Bid #08-54 includes the complete installation of the street lights and the associated electrical wiring. The transportation crews are installing the electrical conduit under the new sidewalks along with the concrete pole base footing and anchor bolts for the street lights. The contractor of Bid #08-54 will complete the installation of the street lights by pulling the wire, building of two electrical service panels, erecting the poles, and making sure everything is working properly. DISCUSSION: The Style of the street light fixtures and poles will match the recently installed street lighting leading up to and around the outside of the square. See the attached light style information sheet. BUDGET IMPACT: This payment will be funded by the 2006 Transportation Bond Street Improvement proceeds. 1 RESOLUTION NO. A RESOLUTION AWARDING BID #08-54 AND APPROVING A CONTRACT WITH HILL ELECTRIC, INC. IN THE AMOUNT OF $139,875.00 FOR THE INSTALLATION OF STREET LIGHTING ALONG COLLEGE AVENUE FROM ROCK STREET TO MAPLE STREET; AND APPROVING A 10% PROJECT CONTINGENCY IN THE AMOUNT OF $13,988.00. 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 Bid #08-54 and approves a contract with Hill Electric, Inc. in the amount of $139,875.00 for the installation of street lighting along College Avenue from Rock Street to Maple Street. A copy of the contract, marked Exhibit "A," is attached hereto and made a part hereof. Section 2. That the City Council of the City of Fayetteville, Arkansas hereby approves a 10% contingency in the amount of $13,988.00. PASSED and APPROVED this 2nd day of September, 2008. APPROVED: ATTEST: By: By: DAN COODY, Mayor SONDRA E. SMITH, City Qerk/Treasurer „Q Aok P -;1;/3r' City of Fayetteville Bid 08-54, College Avenue Lighting Construction Contract This contract executed this day of 2008, between the City of Fayetteville, Arkansas, and Hill Electric, Inc. In consideration of. the mutual covenants contained herein, the parties agree as follows: 1. Hill 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 08-54 as stated in Hill Electric Inc. bid proposal, and in accordance with specifications attached hereto and made a part hereof under Bid #08-54, all included herein as if spelled out word for word. 2. The City of Fayetteville shall pay Hill Electric, Inc. based on their bid proposal in an amount not to exceed $139,875.00. 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 Hill 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 08-54 with the specifications & conditions typed thereon. B. Hill 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 Hill Electric, Inc. and may be modified only by a duly executed written instrument signed by the City of Fayetteville and Hill Electric, Inc. 5. Hill Electric. Inc. shall not assign its duties under the terms of this agreement. 6. Hill 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 Hill 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. Hill 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, Hill 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 $500,000 for each person injured. $1,000,000 for each accident. Property Damage Liability $1,000,000 aggregate. City of Fayetteville Contract: Bid 08-54, College Avenue Lighting Construction Page 1 of 2 The premiums for all insurance and the bond required herein shall be paid by Hill Electric, Inc. 8. Hill 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 Hill 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. 11. Changes in Scope or Price: Changes, modifications, or amendments in scope, price or fees to this contract shall not be allowed without a prior formal contract amendment approved by the Mayor and the City Council in advance of the change in scope, cost or fees. WITNESS OUR HANDS THIS DAY OF , 2008. CITY OF FAYETTEVILLE, FAYETTEVILLE, ARKANSAS DAN COODY, Mayor Attest: Sondra Smith, City Clerk ATTEST: COMPANY SECRETARY BUSINESS ADDRESS City of Fayetteville Contract: Bid 08-54, College Avenue Lighting Construction Page 2 of 2 CONTRACTOR BY NAME AND TITLE STREET LIGHTING STYLE: City Council Meeting of September 2, 2008 Shaft Details 5" OD Fluted .155 wall 3 -OD Tenon ( 13'-7" FIXTURE ORDFRING GUIDF 0733A01AC-T3/175 MH - 240V/CC/FDR POLE ORDERING GUIDE D1305-14 - 5° OD FLUTED - 3" TENON CUSTOM COLOR TO MATCH FIXTURE 17 1/4" le—t7"—+I D1305-14 FEATURES 17' diameter fluted and tapered aluminum base case from a permanent mold 5' OD fluted (15 flat Butes) .155 wall Extruded shaft is circumferentially welded to the base 3" tenon for luminaire mounting Strong yet lightweight for ease of installation Galvanized anchor bolts included Access door for anchor bolts and wiring is secured with tamper resistant stainless steel screws Ground lug provided Inside base Capable of supporting multiple light brackets MATERIALS Base -Cast aluminum (A319) Shaft- Extruded Aluminum (600545) Tenon Cast aluminum (A319) Author Bolts - Hot dipped galvanized steel 'CUSTOM COLOR FOR POLE AND FIXTURE TO MATCH THE NEW LIGHTS INSTALLED AROUND THE SQUARE. SAMPLE COLOR CHIP IS ON FILE WITH DYNAMIC LIGHTING. 2 a � W 00 O M O N ` Q N d O O N. O U) e.j0 00 'O N N a a J ` N 00 (0 N. N. ) N M O N m Q N d ≥ a O I 1"1"' N O �f 00 O N 0 y o o n o ≥ o �+1 � T V s• N •V_ A r r � w c H C /A fA /A /A O V O O O O O O O O O O O O u 1d a co E(0 U) C) ' O .^ O . O F- M U) h a0 0) (0 U r r r r r N C E I- - w wi vi fA fA w '-O a) J E > o` c ≥ a o c o = O7 U a = C C t0 00 U O R O L O w v u • Q N t C O r till O W o N a O W N W w U w C ? F Y .�O W O G w fo 0orU m Z Y d' F U N M a N (0 os da Expected Delivery Date: 1ASAP Quotes Attached Yes: . No: X Divison Head Approval: q -Zi, (Fixed Asset # Subtotal: $139,875.00 Tax: 50.00 Total: 5139,875.00 Purchasing Manager: Finance & Internal Services Director: Budget Manager: IT Manager: Dispatch Manager: Utilities Manager: Other: se 0 0 z F. g , Z o Z 77,% Taxable Yes:_ No:_X_ Extension: 416 'Project/Subproject # 06035/1920 City Of Fayetteville Vendor #: Vendor Name: • 16665 I Hill Electric, Inc. Fob Point: Zip Code: Ship to code: 104 Requester's Employee #: 2509 Account Numbers 4520.9520-5809.00 'Special Instructions: Per Bid #08-54 and Res # Approvals: Mayor Department Director: Address: v� >_ Extended Cost $139,875.00 50.00 Unit Cost 139,875.00 Unit of Issue LOT Lot City: a Street Lighting Installation for College Avenue Improvements Shipping/Handling cc 2 E .- ry n v 4n Cc r CO rn o P.4.08) Clarice Pearman - Res. 163-08 1! From: Clarice Pearman To: Mihalevich, Matt Date: 9.4.08 3:34 PM Subject: Res. 163-08 Attachments: 163-08 Hill Electric Inc.pdf CC: Audit Matt: Attached is a copy of the resolution passed by the City Council, September 2, 2008 regarding Hill Electric, Inc. I am forwarding to Purchasing your purchase requisition. I will also forward to you two of three original signed agreements. Please let me know if there is anything else needed for this item. Have a good day. Thanks. Clarice aye 011...e ARKANSAS City of Fayetteville, Arkansas Purchasing Division — Room 306 113 W. Mountain Fayetteville, AR 72701 Phone: (479) 575-8289 INVITATION TO BID: BI 1 08-54 College Avenue Lighting Construction DEADLINE: Friday, August 15, 2008 at 2:00 PM, Central Standard Time PRE-BID MEETING: Thursday, July 31, 2008 at 2:00 PM, City Hall, Room 326 DELIVERY LOCATION: Room 306 -113 W. Mountain, Fayetteville, AR•72701 PURCHASING AGENT: Andrea Foren, CPPB, aforen a(�ci.fayetteville.ar.us, 479.575.8220 DATES OF ADVERTISEMENT: 7/23/08 and 7/30/08 - Issued July 30th, 2008 INVITATION TO BID BID 08-54, College Avenue Lighting Construction No late bids will be accepted. Bids shall be submitted in sealed envelopes labeled "Bid 08-54, College Avenue Lighting Construction" with the name and address of the bidder. All bids shall be submitted in accordance with the attached City of Fayetteville specifications and bid documents attached hereto. Each bidder is required to fill in every blank and shall supply all information requested; failure to do so may be used as basis of rejection. The undersigned hereby offers to furnish & deliver the articles or services as specified, at the prices & terms stated herein, and in strict accordance with the specifications and general conditions of bidding, all of which are made a part of this offer. This offer is not subject to withdrawal unless upon mutual written agreement by the Proposer/Bidder and City Purchasing Manager. Name of Firm: 41ill c 2z2C Contact Person: K44 /4 / Title: E -Mail: ac /„,,, Ca`rv) Phone: 1-17y— 57/- 3 0`/7 Business Address: /Sbg0 cxlu.%? Cg lop f j,[ 4t City: r:;irrru/4 Signature: City of Fayetteville, Arkansas Bid 08-54, College Avenue Lighting Construction Page 1 of 49 State: � Zip: —72_7 dy Date: -d Q- City of Fayetteville Bid 08-54, College Avenue Lighting Construction Bid Index Page SECTION: PAGE NUMBER Advertisement 3 Project Terms and Conditions 4 Section 16010 - General Electrical Requirements 8 Section 16110 - Raceways 14 Section 16120 - Wires and Cables 18 Section 16130 - Boxes and Enclosures 21 Section 16140 - Wiring Devices 23 Section 16190 - Supporting Devices 25 Section 16195 - Electrical Identification 28 Section 16450 - Grounding 31 Section 16471 - Circuit Breaker Lighting Panelboards 240 VAC Max 33 Section 16485 - Contactors 35 Section 16510 - Lighting Fixtures 37 Bid Form — SHALL BE SUBMITTED WITH ALL BIDS - 44 Bid Item Detail — SHALL BE SUBMITTED WITH ALL BIDS 46 Sample Contract 47 Statement of No Bid (if applicable) 49 ATTACHMENTS: # OF PAGES Attachment A: Lighting Unit Diagram 1 Page Attachment B: Arkansas Department of Labor — Wage Determination 3 Pages Attachment C: College Avenue Lighting Construction - Plans 9 Full Sheets City of Fayetteville, Arkansas Bid 08-54, College Avenue Lighting Construction Page 2 of 49 City of Fayetteville Bid 08-54, College Avenue Lighting Construction Advertisement The City of Fayetteville is accepting bids from properly licensed professionals to bid on a project for the College Avenue Lighting Construction. Any questions should be addressed to Andrea Foren, City of Fayetteville Purchasing Agent at aforen a(7ci.favetteville.ar.us or by calling (479) 575-8220. Bids must be submitted in a sealed envelope or package labeled "Bid 08-54, North College Avenue Lighting Construction". All bids must be received on or before 2:00 PM, Central Standard lime (CST) on August 15th, 2008 to the City of Fayetteville, Purchasing Division - Room 306, 113 W. Mountain, Fayetteville, Arkansas 72701. A non -mandatory pre-bid conference will be held on Thursday, July 31, 2008 at 2:00 PM CST at Fayetteville City Hall, Room 326, 113 W. Mountain, Fayetteville, AR 72701 Bidding documents and plans must be picked up from one of the locations listed below. No partial sets will be issued. Southern Reprographics 2905 Point Circle Fayetteville, AR 72704 (479) 582-4022 Northwest Arkansas Planning Room 103-A Apple Blossom Road Lowell, AR 72745 (479)750-7704; Fax (479)750-7709 Each bid must be accompanied by a certified check or bid bond, in an amount riot less than five (5) percent of the amount bid. A one hundred percent (100%) performance and payment bond is required with a contract awarded amount of $20,000.00 or more. A State of Arkansas Contractor's License is required for any bid exceeding $20,000.00. Bidders shall be qualified to do business and licensed in accordance with all applicable laws of the state and local governments where the Project is located. Bids received from Bidders who are not recorded by Southern Reprographics or Northwest Arkansas Plan Room as having received the Bid Documents will not be opened. "Pursuant to Arkansas 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, City of Fayetteville encourages all general contractors to subcontract portions of their contract to qualified small, minority and women business enterprises." By: Andrea Foren, CPPB, City of Fayetteville, Purchasing Agent City of Fayetteville, Arkansas Bid 08-54, College Avenue Lighting Construction Page 3 of 49 City of Fayetteville Bid 08-54, College Avenue Lighting Construction Project Terms & Conditions 1. All bids shall be submitted in a sealed envelope, labeled "Bid 08-54, College Avenue Lighting Construction" and must contain valid Arkansas Contractors License number related to company submitting the bid. All bids must be submitted on forms acquired by the vendor from the City of Fayetteville. All packaging and shipping containers must be labeled in this same manner. 2. Bids with missing pages or missing any requested attachment could be deemed incomplete. 3. Bids received after the date and time set for receiving bids will not be considered. 4. The City reserves the right to accept or reject any or all bids, waive informalities in the bidding and make a bid award deemed to be in the best interest of the City. 5. The bid price shall remain good and firm until project is completed. Payment to the vendor by the City will be made within 30 days following delivery and acceptance in accordance with these specifications and the City's Purchase Order to the vendor. Payments can also be made from City to contractor via Visa through a Purchasing Card for faster payment processing. 6. All products and services delivered shall comply with applicable standards of quality. 7. Any exceptions to the specification requirements of the City ,of Fayetteville must be noted on the Bid Pricing Form. 8. Prices shall include all labor, materials, overhead, profit, insurance, etc., to cover the completion of the project being bid. This includes any federal, state, and local applicable. taxes. 9. Failure to deliver on or before the time specified in the contract may subject the contractor to payment of damages or other appropriate sanctions. 10. Copy of any warranties shall accompany the bid, and any exceptions to the warranty shall be clearly noted on the bid form. Written warranties shall specify the greater of the manufacturer's standard warranty or the minimum warranty specified herein by the City. 11. Bidders must provide the City with their bids signed by an employee having legal authority to submit bids on behalf of the bidder. The entire cost of preparing and providing responses. shall be borne by the bidder. 12.The City reserves the right to request any additional information it deems necessary from any or all bidders after the submission deadline. 13. The request for bid is not to be construed as an offer, a contract, or a commitment of any kind; nor does it commit the city to pay for any costs incurred by bidder in preparation of bid. City of Fayetteville, Arkansas Bid 08-54, College Avenue Lighting Construction Page 4 of 49 • 14. Bids must be received by mail or hand delivery in the Purchasing Office, Attention: Andrea Foren, Room 306, 113 W. Mountain St. Fayetteville, AR 72701, on or before Friday, August 15, 2008 at 2:00 PM, Central Standard Time. 15. The City will not be responsible for misdirected bids. Vendor should call the Purchasing Office at (479) 575-8220 to insure receipt of their bid documents prior to opening time and date listed on the bid form. 16.Bidder shall conform to the requirements listed below and include appropriate evidence for each with bid. a. Workers Compensation as required by Arkansas State Statutes b. A bid bond of five percent (5%) must be submitted with all bids.. A cashier's check for five percent (5%) of the amount bid will also be acceptable as a replacement to a bid bond. In the event a cashiers check is submitted AND that vendor is awarded the bid, the bid bond will not be returned until the City of Fayetteville has a valid one hundred (100) percent performance and payment bond for the project. 17. A one hundred percent (100%) performance bond is required after the project has been approved by City Council. Work shall not begin until the City of Fayetteville has a valid 100% performance and payment bond, stamped as being filed with the Washington County Clerk's Office. Bidder is responsible for filling a copy, including any cost, of the 100% performance bond with the Washington County Clerks Office and all fees associated with such filing. Such performance and payment bond shall be provided to the City within ten (10) calendar days of notice of award. 18. Plans are included with these bid documents (Attachment C). Any discrepancy between the specifications and plans should be brought to the attention of the Purchasing Agent immediately. 19. All new, used and excess construction materials related to this project, including those enticed via change order, belongs to the contractor and shall be removed from the property and job site by the contractor at no additional cost to the City of Fayetteville. Such removal of excess new and used construction materials shall be completed in a timely manner during and after project. Clean up requirements are also as follows: a) Area associated with trenching and construction shall be restored to its original condition. b) All damaged vegetation associated with this project shall be restored to its original condition c) Clean up all waste materials, rubbish, and debris resulting from this project weekly or at such frequencies as required by the City of Fayetteville. d) Place waste materials, rubbish, and debris in area designated by the City of Fayetteville project manager. City of Fayetteville, Arkansas Bid 08-54, College Avenue Lighting Construction Page 5 of 49 e) Oversee cleaning and ensure grounds, job, and all associated construction areas are maintained free from accumulations of debris. f) At reasonable intervals, and at a minimum of once a week, clean up site and access and dispose of debris off site. g) Be responsible for procuring permits, if required, for hauling and dumping rubbish, waste materials and debris to a dump site that is approved for the types of materials to be disposed of from this project. h) Recycle all excess and waste materials that are capable of being recycled. i) Contractor shall use the City of Fayetteville Solid Waste Division for all dumpster and waste disposal needs. j) Remove waste materials, debris, rubbish, etc., periodically and dispose off-site in accordance with other bid specifications, federal, state, and local regulations. 20. Bidders shall be licensed as required by the Arkansas Contractors License Board. Evidence of such license shall be submitted with all bids. 2/.Any reference to a particular brand, manufacturer, or model is done in an effort to establish an acceptable level of quality for this purchase. Brands or manufacturers that are included in a bid that are of at least equal quality, size and specification as to what has been specified, will be acceptable for consideration. All requests for approved equals shall be submitted no later than Monday, August 4`h• 2008 at 2:00 PM, CST via e-mail to Andrea Foren faforen(a ci.favetteville.ar.us). 22. Any inquiries or requests for explanation in regard to the City's requirements, bid specifications and associated plans should be made within seventy two hours prior to bid opening to Andrea Foren, City of Fayetteville Purchasing Agent via e-mail (aforen(a�ci.favetteville.ar.us) or telephone (479.575.8220). No oral interpretation or clarifications will be given as to the meaning of any part of this invitation to bid. All questions, clarifications, and requests, together with answers, if any, will be provided to all firms that have indicated an interest or intention to submit a bid, but the names of any firms submitting any questions,. clarifications, or requests will not be disclosed until after the award of a contract. 23. Insurance requirements are listed below. Proof of appropriate insurance must be provided before work begins and is not required for bid opening. Within ten (10) days of notice of award, bidder must provide a Certificate of Insurance within the following minimal requirements and list the City of Fayetteville as an additional insured: * Worker's Compensation: Statutory Amount Comprehensive General & Automobile Insurance: - Bodily Injury Liability $500,000 for each person injured. $1,000,000 for each accident. City of Fayetteville, Arkansas Bid 08-54, College Avenue Lighting Construction Page 6 of 49 * Property Damage Liability $1,000,000 aggregate 24. DEFINITIONS — The following definitions apply to all areas of this bid: a. "Lighting Unit(s)" is hereby defined as the pole, lighting fixture, and 175 Watt Metal Halide light bulb; manufactured by GE, Sylvania, or approved equal. There is a total of 70 lighting units included with this bid. The lighting units to NOT include the base of the unit as it will be provided by the City. b. "Total Turn -Key Bid Amount" is hereby defined as the entire cost of complete job, including, but not limited to the following: insurance, bonds, all materials, applicable state, local and federal taxes, labor, site preparation, vegetation restoration, 70 lighting units, etc. This amount listed on the Bid Form includes the figure calculated for "Deductive Alternate #1". c. "Deductive Alternate #1" is hereby defined the amount to subtract from figure listed as "Total Turn -Key Bid Amount" in the event that such is exercised. The amount for "Deductive Altemate #1" shall be calculated as the cost to omit (remove or not include in the contract) for the City of Fayetteville to provide 70 lighting units. This figure will be used to calculate a per lighting unit price (total divided by 70 lighting units). 25. Contractor shall be responsible for lighting unit assembly. This will apply no matter who the lighting units are purchased from (whether the purchase is from the City direct or through the contractor). 26.AII pole bases shall be furnished and installed by the City of Fayetteville. 27.AII underground conduits to be furnished and installed by the City of Fayetteville. 28. Bidders shall meet all requirements set forth in the following attachments: a. Attachment A — Lighting Unit Diagram b. Attachment B — Arkansas Department of Labor Prevailing Wage Determination c. Attachment C — College Avenue Lighting Construction Plans/Drawings City of Fayetteville, Arkansas Bid 08-54, College Avenue Lighting Construction Page 7 of 49 City of Fayetteville Bid 08-54, College Avenue Lighting Construction Section 16010 — General Electrical Requirements GENERAL ELECTRICAL REQUIREMENTS SECTION 16010 PART I - GENERAL 1.01 RELATED DOCUMENTS: A. Comply with the Conditions of the Contract, General and Supplementary Conditions, and any other applicable requirements contained herein or issued under separate cover. B. Perform other work related to or necessary for the electrical installation in accordance with the applicable Specification Division or Section contained herein. C. In Electrical Specification Sections, items under "RELATED WORK" are listed for convenience only and are not guaranteed to be a complete listing of all applicable work. 1.02 CODES, REGULATIONS, AND STANDARDS: A. Comply with the latest edition of applicable codes including the following 1. International Building Code 2. Life Safety Code (NFPA 101) 3. National Electrical Code NEC (NFPA 70) 4. State Fire Prevention Code B. Comply with applicable Regulations as amended, including the following 1. State Department of Health Regulations 2. Rules and Regulations for Energy Efficiency Standards for New Building Construction 3. State and Federal Department of Labor Regulations 4. Occupational Safety and Health Act (OSHA) 5. Utility Company Regulations and Requirements 6. Other State and Federal Laws and Regulations 7. Local Ordinances 8. Arkansas Highway Department (AHD) C. Furnish products and perform installation conforming to the latest accepted Standards published by the following organizations: 1. Underwriter's Laboratories, Inc. (UL) 2. National Fire Protection Association (NFPA) 3. National Electrical Manufacturer's Association (NEMA) 4. American Society of Testing Materials (ASTM) 5. American National Standards Institute (ANSI) 6. Institute of Electrical and Electronic Engineers (IEEE) 7. Insulated Power Cable Engineer's Association (IPCEA) 8. Certified Ballast Manufacturer (CBM) 9. Electrical Testing Laboratories (ETL) 10. Illuminating Engineering Society (IES) 11. Insurance Service Office (ISO) 12. Factory Insurance Association (FIA) 13. Factory Mutual (FM) City of Fayetteville, Arkansas Bid 08-54, college Avenue Lighting Construction Page 8 of 49 14. National Sanitation Foundation (NSF) 15. Electronic Industry Association/Telecommunicetions Industry Association (EIA/TIA) D. In case of discrepancy or conflict between Codes, Regulations, Standards, Drawings and/or Specifications, the requirement yielding the higher(est) quality of work shall govern. 1.03 PERMITS AND ADMINISTRATIVE FEES: A Obtain and maintain all necessary licenses, permits and inspection certificates and pay all fees including connection fees, taxes and penalties, if any, required by the Administrative Authority. Refundable deposits will be paid by the Owner. 1.04 PRE -CONSTRUCTION SUBMITTALS: A. Refer to each Electrical Section for a listing of required Submittals under that Section. Refer to Section entitled Shop Drawings, Product Data, and Samples for submittal procedure and requirements. B. Submit for approval, Manufacturer's technical data sheets including performance specifications for all equipment, major materials, and other manufactured items. Obtain approval on product manufacturers not specifically named prior to making submittals. C. Submit for approval, Contractor's original Shop Drawings of all assemblies of manufactured items including complete wiring diagrams. Indicate all pertinent dimensions on scale drawings necessary for clarity and for coordination of the installation between trades. D. Submit for approval, a schedule of nameplates and test report forms. E. Bind Submittals in durable cover(s) with contents conveniently organized and properly indexed. F. Make Submittals on all work contained in Division 16, Electrical, at one time except by special permission. 1.05 INTENT: A. It is intended that the Contractor provide a complete and operating electrical system including all incidental items and connections necessary for proper operation or customarily included even though each and every item may not be indicated. B. The Drawings indicate the general layout requirements for equipment, fixtures, conduit, devices, etc. Final layout will be governed by actual field conditions with all measurements verified at the site. C. Conduit and wiring shown on the Drawings are diagrammatic unless noted otherwise, and are intended to indicate switching and branch circuit arrangements, phase balance, and general wiring connection requirements. D. It is intended that the electrical installation be safe, reliable, energy efficient, and easily maintained with adequate provisions for access to equipment. E. It is intended that the electrical system operate quietly with noise levels below the criteria recommended for the application by NEMA. Provide corrective action as required to reduce objectionable hum or vibration. Acoustically insulate between outlet boxes in common wall serving different rooms. F. The Drawings indicate diagrammatically the number and function of the conductors required for the conduit routing as shown. The Contractor has the option of changing the routing or combining circuits in one conduit run, providing the installation does not interfere with work of other trades, the system functions as intended, the ampacity of the conductors is derated in accordance with the NEC, and none of the loads require a dedicated circuit or isolated ground. Indicate actual conduit routing and conductor arrangement on record drawings. Neutrals for circuits serving non-linear loads are considered a current carrying conductor. City of Fayetteville, Arkansas Bid 08-54, College Avenue Lighting Construction Page 9 of 49 G. Lighting and general purpose 20 -ampere branch circuits may share a common neutral, provided each branch circuit is derived from a different phase leg. Isolated ground circuits as well as circuits serving non-linear loads and those served with ground fault circuit breakers must have their own neutral or isolated ground. Branch circuits serving computers shall have a separate neutral for each circuit. Panelboards servings mostly computer loads shall have a double neutral feeder. H. "Home runs" are indicated on the Drawings with arrows from the branch circuit outlets pointing in the general direction of the panelboards to which they connect, complete with the panelboard and circuit designations. Continue "home runs" to the designated panelboards as though the conduit runs were shown in their entirety. PART 2 -PRODUCTS 2.01 PRODUCT REQUIREMENTS: A. Furnish only new standard products of a manufacturer regularly engaged in the production of said products B. Support all products by service organizations with adequate spare parts inventory and personnel located reasonably close to the site. C. Where multiple units of the same type or class of products are required, provide all units of the same manufacturer. 2.02 PRODUCT HANDLING: A. Store products in the original containers and shelter in a suitable environment at an approved location. B. Make products readily accessible for inspections and inventory accounting. 2.03 PRODUCT SUBSTITUTIONS: A. For products specified by generic reference standard, select any product meeting such standard. B. For products specified by naming one or more products or manufacturers, select any named. Submit request for substitution of any manufacturer not specifically named and obtain approval prior to bidding. C. Provide all information required to support claim of "equality" of product proposed for substitution. Substitutions will be considered only if equivalent in quality, efficiency, performance, size, weight, reliability, appearance, and ease of maintenance to the specified product or manufacturer. D. Where approved product substitutions alter the design, space requirements, electrical requirements, connections, cooling loads, or etc., include all work necessary to provide a complete installation of quality equal to or better than that which would have been achieved with products of manufacturers as specified. 2.04 PRODUCT APPLICATION: A. Furnish products that are UL listed for their intended use and environment For example, use only rain tight products suitable for wet locations when installed outdoors or where indicated on the Drawings to be weatherproof (WP). PART 3- EXECUTION 3.01 MANUFACTURER'S DIRECTIONS: A. Handle, install, connect, test, and operate all products, assemblies, and systems in accordance with manufacturer's recommendations. B. In case of conflicting requirements between the manufacturer's directions and the contract documents, obtain instructions before proceeding with the work. City of Fayetteville, Arkansas Bid 08-54, college Avenue Lighting Construction Page 10 of 49 3.02 INSPECTIONS: A Arrange with the Administrative Authority for inspections of all work required and obtain approval prior to concealing or proceeding with the work. B. Give adequate notice before concealing any work for inspections by the Owner's representatives. Obtain instructions to proceed before concealing the work. 3.03 CLEANING: A. Keep the premises dean and free from debris, dirt, and etc. B. Upon completion of the work, clean and polish all fixtures, equipment, and etc. 3.04 WORKMANSHIP: A. No person shall perform electrical work on the contract without possessing a Master or Journeyman License from the State Electrical Examiners Board. All electrical work and apprentice electricians shall be supervised by a Master or Journeyman Electrician on a one to two ratio. B. Perform all work in accordance with the best practices of the trade and provide a "near installation by technicians skilled in their respective trades and properly licensed. C. Accurately install conduit, and other equipment plumb, level, and true to line with runs parallel or perpendicular to building lines. Make bends or offsets uniform. D. Carefully perform all cutting, drilling, digging, and etc., and patch or refinish the disturbed area to the condition of adjoining or similar surfaces in an approved manner. Do not cut any structural member without specific approval. Do not cut any electrical or mechanical lines that may be concealed. E. Conceal conduit in chases, furrings, or above ceilings unless indicated otherwise. Flush mount equipment where shown in finished walls where possible. 3.05 FLAME AND SMOKE CONSIDERATIONS: A. In ducts or other enclosures used for transporting environmental air, including return air plenums above ceilings, use only products conforming to NFPA and UL composite classifications not exceeding 25 for flame spread and 50 for smoke developed ratings, or install in conduit or approved enclosure. This requirement applies to all materials including signal cable insulation jackets, finishes, and etc. B. Completely seal penetrations made through fire and/or smoke rated walls, ceilings, floors, or other barriers for the passage of conduit with a UL listed material to preserve the fire/smoke rating of the barrier. 3.06 COORDINATION: A. Coordinate the electrical work with the work of related trades to avoid interference. Determine the exact route of conduit prior to fabrication and the exact location of each outlet and equipment enclosure prior to installation. B. Study the Architectural, Structural, Mechanical and Electrical Drawings, and Specifications including Shop Drawings and manufacturer's technical data sheets, and compare to actual site conditions and constraints. In case of conflicts or interference, obtain clarification or instructions before performing any work. C. Piping or equipment requiring slope or specific mounting elevations will generally have right of way over conduit and other products whose elevations can be changed. D. Carefully plan the sequence of work as required to minimize disruptions and installation time. City of Fayetteville, Arkansas Bid 08-54, College Avenue Lighting Construction Page 11 of 49 3.07 EQUIPMENT CONNECTIONS: A. Make all required electrical connections to each item of equipment shown or specified including equipment furnished by Owner, and make operational. 3.08 PROTECTION REQUIREMENTS: A. Locate existing utility lines and adequately identify and protect during the execution of the work. B. Protect public and private property against damage. C. Protect all work including building finishes against damage due to dirt, water, chemicals, frost, heat, handling, theft, and etc. Keep openings in conduit and equipment closed with suitable plugs or caps during installation. D. Provide necessary warning devices, barricades, or coverings required for safety around exposed "live" parts or high temperature surfaces. 3.09 CHASES AND OPENINGS: A. Provide templates or details for chases and other openings required through floors, walls, ceilings, and etc. to accommodate conduit. B. Provide any necessary cutting or drilling for required openings, and patch and refinish as directed. 3.10 PAINTING: A. Painting shall be performed in accordance with the painting section of these specifications. B. Paint conduit, equipment, and etc. exposed in finished areas to match adjacent surfaces as directed C. Paint conduit flat black, or as directed, if visible through grilles or other openings. D. Paint all exposed conduit and equipment on outside of building or in equipment rooms for uniform appearance or identification as directed. E. Paint plywood backboards used for mounting equipment prior to installing equipment. F. Touch-up scratches in factory finished surfaces with an approved paint to match the surface. 3.11 TESTING AND ADJUSTING: A. Test the completed electrical systems and prove free from short circuits, poor connections, and improper grounding. B. Maintain on the premises a first class voltmeter, ammeter, milli -ohmmeter, and meggar insulation tester in proper calibration and provide test measurements as required. 1. Meggar all 600 volt rated wiring at 1000 volts minimum before applying power. Prove resistance in excess of 10 megohms. 2. Test metal conduit and grounds for continuity and prove resistance less than one ohm to farthest outlet from system ground. 3. Test system ground to earth per the NEC. C. Align, adjust, calibrate, and test all systems to assure safe and proper operation. City of Fayetteville, Arkansas Bid 08-54, College Avenue Lighting Construction Page 12 of 49 D. Verify proper taps on motors and transformers for rated performance. 3.12 POST CONSTRUCTION SUBMITTALS: A. Deliver special tools, and other products necessary for proper operation and maintenance of the electrical systems. B. Deliver spare parts as called for under other Electrical Sections contained herein or on the Drawings. C. Submit Project Record Documents indicating all changes from the Contract Documents made during construction. D. Submit Certificates of Final Inspections from the Administrative Authority. E. Submit Operation and Maintenance Manuals covering all phases of equipment and systems provided. Include complete spare parts data with current prices and sources of supply. Include copy of manufacturing data sheets and shop drawings required in pre- construction submittals. F. Submit extended warranties in excess of the standard one year warranty where required by other Electrical Sections contained herein or on the Drawings. G. Assemble all post construction documents for electrical system in 3 -ring binder(s) with divider tabs labeled and properly indexed. Submit the number of sets and arranged as required by Architect. H. Submit all closeout documents in accordance with Division 1 of these specifications. 3.13 INSTRUCTIONS TO OWNER: A. Provide competent instruction to Owners personnel covering operation and maintenance of all electrical systems. Provide specialized instruction by manufacturers technical representatives when required. 3.14 USE OF EQUIPMENT: A. The contractor shall not use the permanent electrical system for construction activity except by special permission. B. If permitted, the contractors use of any equipment shall not reduce warranty time specified for the equipment C. If permitted, lamps, ballasts and other such items used during construction shall be replaced by the contractor prior to acceptance if used for more than 5% of their rated life. 3.15 GENERAL WARRANTY: A. Warrant the electrical installation against defects in products and/or workmanship for a period of one (1) year from the date of substantial completion in accordance with architect's specifications. B. Provide all labor, replacement parts, services, transportation, and incidental costs necessary for the proper operation of all electrical systems during the warranty period. C. Make good any damage to the building or grounds or other equipment resulting from defects in products and/or workmanship during the warranty period. END OF SECTION 16010 City of Fayetteville, Arkansas Bid 08-54, College Avenue Lighting Construction Page 13 of 49 City of Fayetteville Bid 08-54, College Avenue Lighting Construction Section 16110 - Raceways RACEWAYS SECTION 16110 PART 1 -GENERAL 1.01 WORK INCLUDED: A. Conduit and fittings B. Wireways C. Sleeves D. Seals 1.02 RELATED WORK: A. Section 16010 General Electrical Requirements B. Section 16120 Wires and Cables C. Section 16190 Supporting Devices D. Section 16195 Electrical Identification E. Section 16450 Grounding 1.03 SUBMITTALS: A. Submit Manufacturer's data sheets on each manufactured assembly such as special fittings, modular seals, fire -stop material, and etc. 1.04 QUALITY ASSURANCE: A. Use only materials that are UL listed for the application and that bear the UL label. PART 2 -PRODUCTS 2.01 CONDUIT AND FITTINGS: A. Rigid Metal Conduit (RMC): 1. Heavy wall steel pipe, hot dipped galvanized inside and out, and with ends factory threaded prior to galvanizing (except at terminations). 2. Use only steel or malleable iron fittings. 3. Use box connectors with "biting" type locknuts. Use insulated bushings where wire is larger than #8 AWG. Provide approved watertight hubs in wet locations. 4. Use threaded couplings or approved unions. 5. Use factory elbows, long sweep where possible. Provide watertight "LB" fittings with gasketed covers where required. City of Fayetteville, Arkansas Bid 08-54, College Avenue Lighting Construction Page 14 of 49 B: Electrical Metallic Tubing (EMT) (the term "conduit" also applies to EMT): 1. Zinc electroplated inside and out, and with threadless ends. 2. Use set screw type fittings where concealed in walls, ceilings, etc., and use watertight and concrete tight gland and ring compression fittings where exposed or in concrete. 3. Use box connectors with "biting" type locknuts. Use insulated bushings where wire is larger than #8 AWG. C. Non-metallic Conduit (NMC): 1. Schedule 40 polyvinyl chloride (PVC) electrical conduit with smooth straight ends. 2. Use couplings and connectors of same material as conduit, and joined with solvent -cement specifically manufactured for the purpose. 3. Use only RMC or IMC elbows with PVC-NMC adapters. PVC-NMC elbows are not acceptable unless specifically allowed on the Drawings. 4. Use PVC-NMC box connectors only where allowed, such as for floor boxes. D. Liquidtight Flexible Metal Conduit (LFMC): 1. Electroplated steel tubing with extruded PVC jacket equal to "sealight." 2. Use steel or malleable iron LFMC box connectors with insulated throats and a threaded grounding cone. F. Flexible Metal Conduit (FMC): 1. Electroplated steel tubing equal to "Greenfield." 2. Use steel or malleable iron FMC box connectors with insulated throats and of type that threads into conduit convolutions. G. Rigid Aluminum Conduit (RAC) 1. Heavy wall aluminum pipe with factory threaded ends. 2. Conduit and fittings shall comply with ANSI C80.5 Use factory.elbows, long sweep where possible 2.02 WIREWAYS: A. Provide wireways property sized to accommodate the conductors or as shown on the Drawings. B. Provide wireways of code gauge steel with baked enamel finish. Furnish all necessary hardware and accessories. 2.03 SLEEVES: A. Provide Schedule 40 galvanized steel pipe sleeves sized to accommodate the outside dimension of conduit. B. Provide integral waterstop collar on sleeves in outside walls. 2.04 SEALS: A. Where conduit penetrates roof membrane, provide flashing assembly or pitch pan as recommended by roofing manufacturer. B. Where conduit penetrates outside walls, make watertight with approved sealant or provide modular rubber seal designed for the purpose. City of Fayetteville, Arkansas Bid 08-54, College Avenue Lighting Construction Page 15 of 49 C. Use conduit sealing compound equal to "Ductseal" or use approved modular sealing fittings to seal between conductors and conduit where conduit passes from warm to cold spaces, as well as from the outside... D. Use 3M "Fire Barrier" or non -shrinking grout to seal between the conduit and sleeve through fire/smoke barriers. PART 3- EXECUTION 3.01 CONDUIT APPLICATIONS: A. Use RMC for the following applications: 1. Above grade and exposed outdoors 2. Wet locations - 3. Risers from under slab or underground, including underground elbows 4. Locations subject to mechanical injury. B. Use EMT for above ground, inside, dry locations not subject to mechanical injury. C. Use NMC for underground or under slab only. D. Use LFMC for the final connection to motors, transformers and other adjustable or vibrating equipment exposed in finished areas or installed in wet or damp locations. E. Use FMC for the final connection to adjustable or vibrating equipment in dry, unfinished locations and to lighting fixtures and any other equipment in lay -in ceilings. Maximum length of any runs shall be six (6) feet except by special permission. 3.02 INSTALLATION: A. Size raceways for the number, AWG, and type of conductors to be installed therein in accordance with the NEC, but no smaller than %" for homeruns and %" for branches. B. Install conduit in standard 10 foot lengths except where a shorter section is required. Make required field cuts square and ream until all burrs are removed. Field cut threads required for RMC shall be coated with a high zinc dust content galvanizing repair compound with high electrical conductivity. C. Make field bends in EMT with an approved bending machine or device, and make free from kinks, dents, or flattened surfaces. Field bends in RMC are not allowed. Do not exceed 90" in any individual bend nor exceed 360' of total bends or elbows in any one conduit run. D. Maintain at least 6 inches clearance between conduit and hot piping or equipment. E. Where conduit crosses a building expansion joint, provide a junction box on each side of the joint and connect with a slack section of FMC, or provide approved expansion fitting with integral ground jumper. F. The diameter of conduit installed in structural slabs shall not exceed 20% of the thickness of the slab, and shall be installed as close to the center plane of the slab as possible. G. Provide sleeves for conduit through masonry or concrete walls, foundation walls, or concrete beams prior to laying up or pouring. Make wall sleeves flush with wall. H. Provide sleeves for conduit through structural slabs above grade prior to pouring. Make floor sleeves extend one inch above floor and seal watertight. For core drilled penetrations in existing floors, provide one inch angle rings or escutcheons set in sealant in lieu of floor sleeves. City of Fayetteville, Arkansas Bid 08-54, College Avenue Lighting Construction Page 16 of 49 I. Where outlets serving different rooms are mounted back-to-back or side -by -side in the same wall, sound insulate the boxes from each other with batt insulation. If the boxes are connected to each other through conduit, seal the conduit (after wiring) with "Ductseal." J. The Drawings indicate diagramatically branch circuits and feeders required. Install conduit runs to accommodate the wiring requirements. 3.03 EMPTY CONDUIT SYSTEMS: A. Where indicated on the Drawings, provide empty conduit of types as specified herein for future installation of wire or cable. B. Leave fish wire or rope in conduit with proper labels attached. END OF SECTION 16110 City of Fayetteville, Arkansas Bid 08-54, College Avenue Lighting Construction Page 17 of 49 City of Fayetteville Bid 08-54, College Avenue Lighting Construction Section 16120 — Wires & Cables WIRES AND CABLES SECTION 16120 PART 1 -GENERAL 1.01 WORK INCLUDED: A. Power wiring and connectors, 600 volts or less B. Control and signal wiring and connectors C. Miscellaneous materials 1.02 RELATED WORK: A. Section 16010 General Electrical Requirements B. Section 16110 Raceways C. Section 16190 Supporting Devices D. Section 16195 Electrical Identification E. Section 16450 Grounding 1.03 SUBMITTALS: A. Submit Manufacturers data sheets for fixture whips and for each type of wiring connector proposed for use. PART2-PRODUCTS 2.01 POWER WIRING AND CONNECTORS: A. For service entrance, feeders and branch circuits, use single conductor annealed copper with 600 -volt code type THHN insulation for above ground dry locations and dual rated THHN/THWN insulation for wet locations or underground or under slab locations unless noted otherwise. B. For lighting fixture whips, it is permissible to use code type MC cable with copper conductors and metal jacket with wire gauge and type complying with the NEC for fixture wire. Maximum length of fixture whips shall be 6 feet and shall include integral green insulated grounding conductor. C. Minimum wire size is #12 AWG except for fixture whips. Where developed distance from panelboard to first outlet exceeds the following, increase minimum size to #10 AWG. 1. 65 ft. for 120 volt circuits 2. 115 ft. for 208-240 volt circuits 3. 150 ft. for 277 volt circuits 4. 265 ft. for 480 volt circuits D. #12 and #10 AWG wire used for lighting, receptacles, and other non -vibrating equipment may be solid conductor. All other wiring including wiring connecting to motors, transformers, and special grounding systems shall be stranded conductor. City of Fayetteville, Arkansas Bid 08-54, College Avenue Lighting Construction Page 18 of 49 E. Make splices required in #12 and #10 AWG wire with insulated "Scotchlok" connectors. F. Make splices in all wire #8 AWG or larger with approved crimp -on or bolted pressure connectors with snap - on or bolt -on insulated caps. G. The voltage and temperature ratings of the connector insulator shall be at least equal to that required of the conductor insulation. H. Furnish wire with color coding conforming to the following: Conductor 250V or Less 480V/2T/V Phase A Black Brown Phase B Red Orange Phase C Blue Yellow Neutral White Gray Ground Green Green Color coding may be solid or striped -colored insulation. Colored plastic tape may be used at terminations on #8 AWG and larger conductors with black insulation. 2.02 CONTROL AND SIGNAL WIRING AND CONNECTORS: A. Use stranded annealed copper conductors with insulation suitable for the purpose B. For applications, 50 volts and greater, use #14 AWG minimum size conductor with 600 volt insulation and approved for the application. C. For power limited wiring and less than 50 volts, use #18 AWG minimum size conductor except for multi - conductor cable recommended or required by the system manufacturer. D. For power limited wiring in air plenums, use type CLP, CMP or FPLR if not in conduit for signal, communication, or fire alarm, respectively. E. For power limited wiring not in air plenums or installed in conduit and used for fire alarm and detection systems, use type FPL. F. Make splices required in #14 through #10 AWG wire with insulated "Scotchlok" connectors. G. Make splices required in #16 AWG and smaller wire with insulated crimp -on terminals screw connected to numbered terminal strips, or use approved cable connectors. H. Provide RG-6 coax cable with type "F" connectors for TV cable where shown. 2.03 MISCELLANEOUS MATERIALS: A. Where required, use wire lubricating compound suitable for the wire insulation and conduit and that does not harden nor become adhesive. Do not use on wiring for isolated power systems. B. Use plastic tape that is flame retardant and cold and weather resistant equal to Scotch #33. PART 3- EXECUTION 3.01 INSTALLATION: A. Thoroughly dean conduit prior to pulling -in wires. Do not install wire until the raceway can be maintained in a dry condition. City of Fayetteville, Arkansas Bid 08-54, College Avenue Lighting Construction Page 19 of 49 B. Use non-metallic pulling ropes attached to the conductors by means of woven basket grips or pulling eyes. Pull all conductors for a conduit run in together in such a manner as to avoid damage to the conductors, insulation, or conduit. C. Neatly trim and nest multiple conductors and cables in boxes and enclosures and hold in place with "tie - wraps." Where conductors terminate in panelboards, arrange conductors to be perpendicular or parallel to circuit breaker line-up. D. Make splices and terminations mechanically and electrically secure. Splices shall only be made in a suitable accessible junction box. E. Where multiple paralleled conductor make -ups are indicated on the Drawings for large feeders,.the conductors shall be identical in length, gauge, code type, and etc., and shall be terminated exactly alike. END OF SECTION 16120 City of Fayetteville, Arkansas Bid 08-54, College Avenue Lighting Construction Page 20 of 49 City of Fayetteville Bid 08-54, College Avenue Lighting Construction Section 16130 — Boxes & Enclosures BOXES AND ENCLOSURES SECTION 16130 PART I -GENERAL 1.01 WORK INCLUDED: A. Junction and pull boxes B. Outlet boxes C. Enclosures 1.02 RELATED WORK: A. Section 16010 General Electrical Requirements B. Section 16110 Raceways C. Section 16140 Wiring Devices D. Section 16190 Supporting Devices E. Section 16195 Electrical Identification F. Section 16450 Grounding 1.03 SUBMITTALS: A. Submit Manufacturer's data sheets on special enclosures. PART2-PRODUCTS 2.01 JUNCTION AND PULL BOXES: A. In dry locations, provide boxes of code gauge steel with galvanized or baked enamel finish and with bolted or screw attached covers. B. In damp or wet locations, provide cast metal type FS or FD boxes with gasketed covers. For underground locations, provide Quazite composition type boxes with watertight gasketed covers. 2.02 OUTLET BOXES: A. In dry locations, provide outlet boxes of code gauge galvanized steel. Install concealed outlet boxes so that work is flush with finished surfaces with no gaps. B. In unplastered masonry walls, use 3 1/2" deep solid or sectional type boxes with square comers. C. For empty conduit system outlets, provide 4' square boxes with single gang adapter ring unless noted otherwise. D. For surface mounted lighting fixtures and equipment, provide 4" octagonal boxes with rings except where smaller boxes are required for fixtures or equipment. City of Fayetteville, Arkansas Bid 08-54, College Avenue Lighting Construction Page 21 of 49 E. Provide Hubbell PFBRG boxes for floor outlets. Furnish with flush bronze cover with flip lids or concentric plugs as applicable. Provide type of cover compatible with floor finish. F. Provide galvanized extension rings, plaster rings, fixture studs, and etc. as required by conditions. G. In damp or wet locations, provide cast metal type FS or FD boxes with gasketed covers and watertight flip lids as required by device. 2.03 ENCLOSURES: A. Provide code gauge steel enclosures with baked enamel finish as manufactured by Hoffman to facilitate the installation of multiple components such as small motor starters, contactors, equipment controls, and etc. B. Furnish with hinged door and captive fasteners. PART 3- EXECUTION 3.01 INSTALLATION: A. Properly size boxes in accordance with the NEC to accommodate the number and size of conductors and conduits entering the boxes. B. Size enclosures to adequately accommodate the equipment with space for wiring and maintenance. C. Provide junction or pull boxes to facilitate pulling or splicing of conductors so that no one conduit run will exceed the allowable bends of 360°: D. Outlet boxes installed in structural slabs shall be of the proper depth to avoid bends in conduit from the center plane of the slab. E. All boxes shall be accessible at all times. Provide approved access panels where required to maintain accessibility. F. Close any unused knockouts or openings in boxes or enclosures with suitable caps or covers. G. Wall switch boxes for room lights and other devices shall be installed within B inches of door jamb except by special permission. END OF SECTION 16130 City of Fayetteville, Arkansas Bid 08-54, College Avenue Lighting Construction Page 22 of 49 City of Fayetteville Bid 08=54, College Avenue Lighting Construction Section 16140 — Wiring Devices WIRING DEVICES SECTION 16140 PART 1 -GENERAL 1.01 WORK INCLUDED: A. Wall switches B. Receptacles C. Cover plates D. Power poles E. Lighting controls 1.02 RELATED WORK: A. Section 16010 General Electrical Requirements B. Section 16130 Boxes and Enclosures C. Section 16190 Supporting Devices D. Section 16195 Electrical Identification 1.03 SUBMITTALS: A. Submit Manufacturer's data sheets on each type of device proposed for use. PART 2 -PRODUCTS: 2.01 RECEPTACLES: A. For general use convenience receptacles, use NEMA 5-20R, back and side wire, equal to Hubbell Specification Grade Series HBL 5352 for duplex and HBL 5251 which is a NEMA 5-15R for simplex receptacle: B. For ground fault circuit interrupter (GFCI) receptacles, use NEMA 5-20R, back and side wired with test and reset push buttons. Set trip point at 5 ma fault current. Furnish device equal to Hubbell specification Grade Series GF 5362. C. The color of receptacle face plates shall be as directed by the Architect unless shown otherwise. Furnish emergency power receptacles with red face plates. 2.02 COVER PLATES: A. Furnish cover plates equal to Leviton 860 Series plastic of color to match device face unless shown otherwise or Leviton 840 series in 302 stainless steel where indicated. Nylon cover plates will not be allowed. B. Gang groups of wall switches and/or receptacles installed in multi -gang boxes under one continuous cover. Wall dimmer switches shall not be ganged unless otherwise indicated on drawings. City of Fayetteville, Arkansas Bid 08-54, College Avenue Lighting Construction Page 23 of 49 C. For outdoor or other wet location receptacles subject to long term or permanent continuous unattended use, provide weatherproof enclosure, the integrity of which is not compromised when the attachment plug is inserted, per NEC 410-57 (b). Cover shall be equal to Carton E9U Series. 2.03 LIGHTING CONTROLS: A. Where packaged automatic lighting controls are indicated on the drawings, provide a preassembled exterior lighting control panel. Panel shall be a Wattstopper Series ELC or Leviton Lflekeeper with the following: 1. System clock to provide On/Off control signals based on time of day, day of week, holiday and calculated sunrise/sunset (astronomic) time. System clock shall have an LCD screen and keypad from which all programming functions may be performed. All programming shall be stored in non-volatile memory. 2. Contactors to switch 120 -volt or 277 -volt lighting circuits. Contact shall be rated at 20 -amps for both voltages. 3. Painted steel enclosure with hinged and locking door. 4. Override switch to bypass time control. 5. Battery backup for system clock. 6. System shall be able to control based on photocell/time, or astronomic/time, photocell only and time only. 7. Provide system rated for voltage suitable for project requirements. B. Where separate photo electric switches are indicated on the drawings, provide Tork Specification Grade Series 2100 photo electric (PE) control with the following: 1. Adjustable light level control. 2. 2000 watt rated at 120 volt or 277V and a 5 year warranty. C. Where separate timers are indicated on the drawings, provide Tork Model. DW200A digital single circuit seven-day time control with reserve power, 120 -volt operation with DPDT, 15 -amp switching. PART 3- EXECUTION 3.01 INSTALLATION: A. Adjust switches and receptacles to mount flush and plumb. B. Provide cover plates that fit the devices securely and completely cover wall openings. Property fill and patch oversized wall, openings. For outdoor receptacles, provide covers with orientation to match receptacle installation, i.e., vertical covers for vertical receptacles and horizontal covers for horizontal receptacles. C. For outlets of empty conduit systems such as telephone, television, computer terminals, and etc., provide cover plates compatible with outlet and cable/connector to be installed. Provide blank cover plates on all .unused outlets. D. Install PE controls to face north and out of direct sunlight where possible. E. Adjust controls and program timers to conform to Owner's use schedule as directed. END OF SECTION 16140 City of Fayetteville, Arkansas Bid 08-54, College Avenue Lighting Construction Page 240149 City of Fayetteville. Bid 08='54, College Avenue Lighting Construction Section 16190 — Supporting Devices SUPPORTING DEVICES SECTION 16190 PART 1 -GENERAL 1.01 WORK INCLUDED: A. Anchors B. Hangers and supports C. Plywood backboards D. Concrete bases 1.02 RELATED WORK: A. Section 16010 General Electrical Requirements B. Section 16110 Raceways C. Section 16130 Boxes and Enclosures 1.03 SUBMITTALS: A. Submit for approval Contractor's shop drawings indicating shape and dimensions of plywood backboards and concrete bases when necessary for clarity and coordination with other trades. PART 2 -PRODUCTS: 2.01 ANCHORS: A. Size anchors for minimum safety factor of two times recommended load. Use only corrosion resistant materials. B. In new concrete, use malleable iron inserts set prior to pouring concrete. C. In existing concrete or solid masonry, use Phillips "Redhead" expansion shields or Elcen self -drilling expansion shields. Use power driven fasteners only for light loads and with specific approval. D. In hollow masonry, use steel toggle bolts. E. On structural steel, use approved beam damps or direct weld. F. In wood, use wood screws or lag screws or through -bole with nuts and washers. G. In sheet metal, use self tapping sheet metal screws or machine bolts with washers and nuts. H. In bar joists, use threaded hanger rod between bottom angles secured with washers and nuts. 2.02 HANGERS AND SUPPORTS: City of Fayetteville, Arkansas Bid 08-54, College Avenue Lighting Construction Page 25 of 49 A. For multiple conduit runs, use trapeze hangers consisting of P-1000 "Unistrut" channels with pipe clamps and steel hanger rods where suspended. Anchor "Unistrut" to wall where multiple runs are wall mounted.. B. Support individual conduits with malleable iron one -hole conduit clamps, steel two -hole pipe straps, or split ring steel conduit clamps. Wire, perforated iron strap, or steel one -hole clamps will not be acceptable. C. For free standing boxes and enclosures, provide steel angle frame constructed to prevent any strain on conduits entering box. D. Support conduit through floors with steel riser clamps. E. Support conduit on flat roofs with 4"x4"x2' redwood blocks with steel straps loosely damped to conduit, or a pipe supporting assembly approved by the roofing manufacturer. F. Support outlet boxes occurring in lay -in ceilings with approved bar hangers clamped to ceiling grid to prevent any weight from bearing on ceiling tile.. G. Where hospital grade receptacles or multi -gang outlet boxes occur in metal stud walls, provide "caddy bar" hanger spanned between studs with each outlet box securely bolted to bar hanger. Single outlet boxes may be attached to the steel stud with approved spring steel brackets. H. Support lighting fixtures and other equipment located in lay -in ceilings with #12 gauge galvanized steel hanger wire attached to all four (4) comers of fixture. I. Support conductors in vertical raceways with approved split -wedge type cable supports. Support multiple conductors with approved cable clamps and "tie -wraps." J. Where called for on the drawings, provide communications cable supports equal to B -line 4" cable hooks with quick latch retainers. .. 2.03 CONCRETE BASES: A. Provide concrete bases for floor mounted equipment indicated on the Drawings and all exterior equipment mounted on grade. Use proper cement/sand mix to achieve strength of 3000 psi after 28 days. B. Provide steel reinforcing bars as required and provide proper ties and support during pouring. - C. Provide property sized anchor bolts held in position with templates. Where anchor bolts cannot be held in sufficient alignment, provide adjustable bolts in pipe sleeves. PART 3- EXECUTION 3.01 INSTALLATION: A. Install anchors in accordance with manufacturer's recommendations but sized to accommodate at least twice the actual load. Oversized holes that may weaken the installation will not be acceptable. B. Support all boxes and equipment enclosures directly by the building structure independently of the conduit. C. Support conduit independently by the building structure at intervals complying with the NEC. Do not support conduit from piping, ductwork, or suspended ceiling hangers. D. Support conduit without sagging to provide drainage of condensation. E. Permanently and securely support conduit, boxes, and enclosures before installing any wiring. F. Provide plywood backboards for all equipment mounted to masonry or concrete walls. Provide backboards. for any type wall for installation of multiple enclosures or products such as contactors, timers, motor starters. City of Fayetteville, Arkansas Bid 08-54, College Avenue Lighting Construction Page 26 of 49 automatic controls, telephone equipment, and etc. Generally, size backboards to accommodate the equipment plus a 3" border on all sides. G. Establish sizes of concrete bases required to accommodate equipment. Generally, make bases extend 3' larger than equipment on all sides. Prior to pouring on existing slab, set steel re -bar dowels in holes drilled in existing slab for proper anchorage of base. Install near each corner and at other intervals not to exceed 24 inches. Trowel finish and rub smooth. Form edges with 314" chamfer. END OF SECTION 16190 City of Fayetteville, Arkansas Bid 08-54, College Avenue Lighting Construction Page 27 of 49 City of Fayetteville Bid 08-54, College Avenue Lighting Construction Section 16195 — Electrical Identification ELECTRICAL IDENTIFICATION SECTION 16195 PART 1 -GENERAL 1.01 WORK INCLUDED: - A. Equipment nameplates B. Name tags C. Circuit directories D. Utility marker tape E. Self -adhering labels F. Wire markers 1.02 RELATED WORK: A. Section 16010 General Electrical Requirements 1.03 SUBMITTALS: A. Submit for approval, Manufacturer's data sheets on each manufactured identifying device. B. Submit for approval, a schedule of nameplates to be affixed to each item. 1.04 QUALITY ASSURANCE: A. Approved manufacturers are Seton and Brady. PART2-PRODUCTS 2.01 NAMEPLATES: A. Identify each major component and controller (except light switches) as it is named on the Drawings with engraved nameplates made from laminated plastic sheets equal to Seton Style 2060. 1. Furnish with white letters on black background except for other color coded requirements. 2. Provide appropriate size nameplates with information easily readable. Generally, furnish 3/4" high nameplates with 3/8" letters for major equipment such as switchboards, panelboards, transformers; and 1/2" high nameplates with 1/4" letters for minor equipment such as disconnect switches, contactors, starters, emergency power receptacles and etc. B. Identify entry location of each underground utility by providing an engraved brass nameplate equal to Seton Style EBS permanently attached on the outside wall directly above conduit where it enters building. 1. Furnish 1" high nameplate of .025" or greater thickness. 2. Indicate the type of utility such as "electric service entrance" or "telephone service entrance." City of Fayetteville, Arkansas Bid 08-54, College Avenue Lighting Construction Page 28 of 49 2.02 NAMETAGS: A. Identify each outlet box of empty conduit system by affixing a write -on vinyl name tag equal to Seton Style PTOB to each end of pull wire installed in each conduit. Indicate purpose of empty outlet box such as "telephone" with location of pull wire termination such as "main terminal board." B. Identify conductors terminated in junction box or outlet box intended for future connection. Provide write -on vinyl name tags indicating panelboard and circuit number or location of source. 2.03 CIRCUIT DIRECTORIES: A. Fill out circuit directory cards for cardholder slots inside panelboard doors. Provide typewritten directory indicating function and location served for each circuit used. B. Identify undesignated spare circuit breakers by writing the word "spare" in soft pencil in the blank for that circuit number. Leave blank the description line for uninstalled circuit breakers (spaces). C. Identify circuits feeding battery backup emergency or exit lighting fixtures. 2.04 UTILITY MARKER TAPE: A. For all conduit or direct burial cable installed underground and outside of building, provide continuous plastic tape directly above underground services. B. Provide orange or red tape with contrasting letters at regular intervals equal to Seton No. 210 Series. C. For multiple underground conduit runs, provide two strips of marking tape; one over each outside conduit. 2.05 LABELS: A. Identify each junction box and conduit exposed in equipment rooms or accessible above lay -in ceilings or behind access doors with permanent self -adhering orange labels equal to Seton "Opti-Code." B. Indicate voltage class such as "120/208 volts" or the type of signal cable installed therein such as "telephone." 2.06 WIRE MARKERS: A. Provide permanent self-adhesive wire markers on each conductor in panelboards or other equipment . enclosures. B. Indicate the circuit number or terminal number to which the wire is connected. PART 3- EXECUTION 3.01 INSTALLATION: A. Attach nameplates with approved adhesive on plastic surfaces and factory baked enameled surfaces only. Attach nameplates with proper screws on all other surfaces. B. Where shown, identify emergency system receptacles as to panelboard and circuit number supplying them. C. Install nameplates identifying utility service entrance 6" above finished grade. D. Attach name tags to pull wires or conductors with nylon cord or other approved method. E. Install typewritten circuit directories in appropriate card slots. City of Fayetteville, Arkansas Bid 08-54, College Avenue Lighting Construction Page 29 of 49 F. Install continuous strip of utility marker tape 12" above conduit or direct burial cable it is identifying. Do not backfill to grade until tape installation is approved. G. Install identifying labels on conduit where it enters or leaves a wall or floor and at other intervals not to exceed 20 feet. H. Install wire markers so that information is easily visible. END OF SECTION 16195 City of Fayetteville, Arkansas Bid 08-54, College Avenue Lighting Construction Page 30 of 49 City of Fayetteville Bid 08-54, College Avenue Lighting Construction Section 16450 - Grounding GROUNDING SECTION 16450 PART 1 -GENERAL 1.01 WORK INCLUDED: A. Equipment grounding and bonding B. System grounding C. Transformer secondary grounding 1.02 RELATED WORK: A. Section 16010 General Electrical Requirements B. Section 16110 Raceways C. Section 16120 Wires and Cables D. Section 16130 Boxes and Enclosures 1.03 SUBMITTALS: A. Submit certified test report of grounding electrode resistance. PART 2 -PRODUCTS 2.01 GROUNDING ELECTRODES: A. Provide 5/8 inch x 10 feet "copperweld" ground rods and accessories as required to achieve proper system ground, 2.02 GROUNDING WIRES: A. Provide insulated grounding conductors and jumpers sized in accordance with the NEC but no smaller than #12 AWG. Identify with continuous green insulation or with green tape at each termination. PART 3 -EXECUTION 3.01 INSTALLATION: A. Bond the entire metal raceway system including conduit, boxes, enclosures, equipment frames, motor housings, and etc. System to be mechanically and electrically continuous throughout installation. B. Bond grounding conductor to conduit at the entrance and exit from that conduit containing only the grounding conductor. C. Install grounding jumper from connector bushings to equipment grounding bars. Bond grounding bars and lugs to housing, except where an isolated ground is indicated. D. Install separate grounding conductor in all raceway systems. City of Fayetteville, Arkansas Bid 08-54, College Avenue Lighting Construction Page 31 of 49 E. Bond the grounding wires to each box and enclosure through which they pass, except where an isolated ground is indicated. F. Install grounding electrode in accordance with the NEC. Prior to connecting to system, measure ground resistance under "normal dry weather" conditions. If the electrode to ground resistance is not less than 25 ohms, install additional grounding electrode as required by the NEC. G. Establish the system ground (grounding bar) at the service entrance. Bond this bar to all of the following: 1. Metal raceway system. 2. Grounding conductors, including those for isolated grounding systems. 3. The service entrance neutral conductor. Keep neutral conductors isolated from ground throughout electrical system except at the system ground. 4. The grounding electrode. 5. Domestic water service pipe. Provide grounding jumper across water meter connections. 6. The building steel including steel reinforcing in concrete foundations and steel frames as applicable. 7. Interior metal gas piping. END OF SECTION 16450 City of Fayetteville, Arkansas Bid 08-54, College Avenue Lighting Construction Page 32 of 49 City of Fayetteville Bid 08=54, College Avenue Lighting Construction Section 16471 — Circuit Breaker Lighting Panelboards, 240 VAC Max CIRCUIT BREAKER LIGHTING PANELBOARDS, 240 VAC MAX SECTION 16471 PART1-GENERAL 1.01 WORK INCLUDED: A. Branch circuit panelboards rated 400 amperes or less B. Circuit breakers and accessories 1.02 RELATED WORK: A. Section 16010 Electrical Requirements B. Section 16190 Supporting Devices C. Section 16195 Electrical Identification D. Section 16450 Grounding 1.03 SUBMITTALS: A. Submit Manufacturer's data sheets for each panelboard and each type of circuit breaker proposed for use. Submit schedule of engraved name plates and panelboard circuit directories. 1.04 QUALITY ASSURANCE: A. Approved Manufacturer's are Square D, Siemens, GE, and Cutler -Hammer for comparable and competitive product lines as applicable. Additions to existing panelboards shall be made with circuit breakers and accessories from the same manufacturer as the existing panelboard. PART2-PRODUCTS 2.01 PANELBOARDS: A. Furnish with distributed phase sequence type bussing with approved plating. Provide plug -on or bolt -on circuit breaker connections as scheduled on the Drawings. B. Furnish with wiring terminals UL listed for 75°C and for copper wire. C. Endose bus assembly in galvanized steel cabinet of required gauge and gutter sizes. D. Provide "dead front" construction of code gauge steel with flush doors, concealed hinges, and flush cylinder tumbler -type locks. Key all panelboard locks in the building alike and also key like any existing panelboards where possible. E. For surface mounted cabinets, provide fronts of same size as the cabinets. For recessed cabinets, provide oversized fronts to completely cover wall openings. F. Provide solid neutral terminal block that is isolated from the cabinet. Provide an additional grounding terminal block that is isolated from the cabinet when used for service panelboard. City of Fayetteville, Arkansas Bid 08-54, College Avenue Lighting Construction Page 33 of 49 G. Provide a grounding terminal block that is bonded to the cabinet unless used for an isolated grqunded panelboard. H. Furnish panelboards with either a main circuit breaker (MCB) or main lugs only (MLO) as scheduled on the Drawings. I. Provide molded case circuit breakers of quick -make, quick -break, thermal -magnetic type with trip indication and common trip on all multi -pole breakers. Handle ties on multi -pole breakers will not be accepted. Where required, provide the following special breakers: 1. UL labeled "SWD" (switching duty) on breakers used for switching. 2. UL Class A ground fault circuit interrupter (GFCI) types where ground fault protection is required. 3. Current limiting types with test button and interrupting rating of 200,000 amperes RMS symmetrical for use as main breaker for series connected rating applications. 4. UL listed HACR on breakers serving HVAC equipment marked for use with HACR type circuit breakers. 5. Shunt trip type with coil clearing contacts and auxiliary relays as required. J. Rate each panelboard in accordance with UL Standard 67 for the integrated equipment short circuit rating indicated on the panel schedules. Where a Standard MB or MLO is provided, each branch breaker shall have the required interrupting capacity (AIC). At the Contractors option, a current limiting type main breaker may be provided with lower rated AIC branch breakers as long as the UL recognized combinations of the series connected interrupting ratings meet the required integrated equipment short circuit rating indicated on the panel schedules, K. Panelboards shall be equal to Square D type NQOD with circuit breaker types being O0, O1, Q2, Q4, IF, IK, or II as applicable. PART 3- EXECUTION 3.01 INSTALLATION: A. Mount panelboards with the top 6 feet above finished floor. B. Support and identify as specified in "Related Work", Paragraph 1.02 contained herein. END OF SECTION 16471 City of Fayetteville, Arkansas Bid 08-54, College Avenue Lighting Construction Page 34 of 49 City of Fayetteville Bid 08'=54, College Avenue Lighting Construction Section 16485 - Contactors CONTACTORS SECTION 16485 PART 1 - GENERAL 1.01 WORK INCLUDED: Branch circuit contactors, electrically or mechanically held. Feeder contactors, electrically or mechanically held. 1.02 RELATED WORK: Section 16010 General Electrical Requirements Section 16130 Boxes and Enclosures Section 16190 Supporting Devices Section 16195 Electrical Identification 1.03 SUBMITTALS: Submit Manufacturer's data sheets for each type of contactor proposed for use. Submit complete wiring diagrams of each type of contactor. PART2-PRODUCTS 2.01 CONTACTORS: For tungsten and ballast lighting, as well as resistance heating loads rated for 20 amperes or less, use Square D Class 8903, type L electrically held, or type LL mechanically held contactors as indicated on the Drawings. For tungsten and ballast lighting, as well as resistance heating loads rated for 30 through 800 amperes, use Square D Class 8903, type S electrically or mechanically held contactors as indicated on the Drawings. For motors, transformers, or capacitors with individual overload protection, use Square D Class 8502 AC magnetic contactors.. Provide the following accessories or features for contactors 1. 120 volt coils. Furnish fused control transformer where required. 2. Grounding lug. 3. HOA switch for manual operation or testing. 4. Pilot light. 5. Coil clearing contacts and control relay for mechanically held contactors. 6. Enclosure suitable for the environment. Where more than one contactor is located together, provide one enclosure for the group of contactors. City of Fayetteville, Arkansas Bid 08-54, College Avenue Lighting Construction Page 35 of 49 PART 3 -EXECUTION 3.01 INSTALLATION: A. Size contactors for load ampacity, kilo -volt amps reactive (KVAR), or horsepower as required or indicated on the Drawings. B. Provide mechanically held contactors where called for on drawings. END OF SECTION 16485 City of Fayetteville, Arkansas Bid 08-54, College Avenue Lighting Construction Page 36 of 49 City of Fayetteville Bid 08=54, College Avenue Lighting Construction Section 16510 — Lighting Fixtures LIGHTING FIXTURES SECTION 16510 PART 1 -GENERAL 1.01 WORK INCLUDED: A. Work under this section includes furnishing and installing the following: 1. Interior and exterior lighting fixtures with lamps, ballasts, accessories and mounting hardware.' 2. Exit signs and emergency lighting units with lamps, battery including automatic charger, controls, accessories and mounting hardware. 3. Exterior fixture poles including mast arms, brackets, anchor bolts, concrete bases, accessories and mounting hardware. B. The term "fixture' in this section shall pertain to lighting fixtures or luminaires. 1.02 RELATED WORK: A. Section 16010 General Electrical Requirements B. Section 16120 Wires and Cables C. Section 16140 Wiring Devices D. Section 16190 Supporting Devices 1.03 SUBMITTALS: A. Submit manufacturer's product data sheets on each fixture scheduled, arranged in order of fixture designation complete with the following: 1. Description of fixture including dimensions, materials, finishes and verification of indicated parameters. State total connected fixture watts and power factor. 2. Ballast manufacturer and model including electrical and energy efficiency data. 3. Lamp manufacturer and model number with ANSI code including rated watts, lumens, lamp life and color temperature. 4. Photometric data of fixture assembly with lamp/ballast combination as specified. B. Submit schedule of extra materials as required in paragraph 1.06 below including quantities of each type to be furnished to the owner upon substantial completion. 1.04 , QUALITY ASSURANCE: A. All fixtures shall be listed and labeled as defined in article 100 of the NEC by a testing agency acceptable to , the authorities having jurisdiction and marked for its intended use. Fixtures installed in damp or wet locations shall be listed and labeled as such. B. The manufacturer shall have a qualified responsive service organization with a proven record of successful in-service performance and contractor support during installation and warranty period. City of Fayetteville, Arkansas Bid 08-54, College Avenue Lighting Construction Page 37 of 49 1.05 SPECIAL WARRANTY A. Submit a warranty, mutually executed by manufacturer and installer agreeing to replace defective materials or workmanship within five (5) years from date of substantial completion for the items specified below. This warranty is in addition to, and not a limitation of other rights and remedies the owner may have under the Contract Documents. 1. Electronic ballasts 2. Rechargeable batteries 3. Metal parts exhibiting corrosion 4. Metal or plastic parts exhibiting color fading, staining, cracking or peeling. B. Replace any and all lamps, ballasts and fuses that fail within twelve (12) months from date of substantial completion. This is in addition to the stock of "Extra Materials" described below. 1.06 EXTRA MATERIALS A. Furnish and deliver to the Owner extra materials matching the installed products as described below, packaged for storage and property labeled describing contents. Furnish at least one of each type and rating. 1. Lamps: 5 for each 100 of each type and rating installed. 2. Ballasts: 1 for each 100 of each type and rating installed. 3. Glass or plastic lenses and covers: 1 for each.100 of each type and rating installed. PART2-PRODUCTS 2.01 FIXTURES AND COMPONENTS: A. Comply with the following UL Standards as applicable: 1. UL 1570, Fluorescent Lighting Fixtures 2. UL 1572, High Intensity Discharge Lighting Fixtures. 3.. UL 1571, Incandescent Lighting Fixtures 4. UL 1574, Track Lighting Systems B. Fixtures shall be furnished with all mounting and suspension accessories, brackets, covers and hardware for a complete operating installation in the intended location and mounting configuration. C. Metal parts shall be corrosion resistant and shall be rigidly formed and supported to prevent warping and sagging. D. Doors, frames and other access trim shall be smooth operating, free of light leaks and capable of relamping without tools. 1. Provide spring loaded latches for fluorescent troffer doors. 2. Design to prevent doors, frames, diffusers and other components from falling accidentally during relamping or under operating conditions. 3. Use resilient non -hardening gaskets to seal damp or wet location fixture doors or to prevent light leaks. E. Sheet metal surfaces required to be painted shall be painted after fabrication using non -yellowing, non -fading paint. Reflecting surfaces shall have minimum reflectance values as follows: 1. White surfaces: 90 percent 2. Specular surfaces: 95 percent 3. Diffusing specular surfaces: 85 percent City of Fayetteville, Arkansas Bid 08-54, College Avenue Lighting Construction Page 38 of 49 F. Lenses, diffusers, covers and globes shall be 100 percent virgin acrylic plastic or annealed crystal glass. Plastic diffusers shall be highly resistant to yellowing or other changes due to aging, exposure to heat and ultra -violet radiation. Nominal lens thickness for fluorescent troffers shall be .125" minimum. G. Indirect fixtures shall be designed for uniform brightness on the ceiling and free from "hot spots" when installed in accordance with manufacturer's recommendations. Optical efficiency of indirect fixtures shall be 85 percent or greater. H. Wiring and connectors within the fixture shall have insulation suitable for the voltage, current and temperature to which it will be subjected. Lamp sockets shall comply with UL 542. I. Fixtures shall be "Dynamic Lighting" model # D733A0/AC-T3/175MH - 240V/CC/FDR with FDR reflector, 240 volt with 175 watt metal halide lamp. See drawings for quantifies and locations. J. Fixture Poles shall be "Dynamic Lighting" model # D1305-14 5" OD fluted pole with 3" Tenon. See drawings for quantities and locations. K. Fixtures and Poles shall be the same custom color to match the new lights installed around the square. A sample color chip is on file with Dynamic Lighting, 2.02 FLUORESCENT LAMP BALLASTS: A. General requirements shall include the following: 1. Comply with UL 935, Fluorescent Lamp Ballasts. 2. Contain no PCB's. 3. Designed for the type and quantity of lamps required at full light output. 4. Harmonic distortion of 20% or less. 5. Current crest factor of less than 1.7. 6. Ballast factor of .85-.92 range for normal light output unless scheduled for low watts or high light output on the drawings. 7. Power factor of greater than 96% at full output. 8. Sound rating of "A". 9. Transient voltage protection complying with IEEE C62.41 Category A and electromagnetic interference complying with 47 CFR, Chapter 1, Part 18 for electronic ballasts. 10. Operating frequency of 20 kHz or higher for electronic ballasts. 11. Lamp end -of -fife detection and shutdown circuit for electronic ballasts serving compact fluorescent lamps or T5 diameter lamps. 12. Universal voltage taps to field adapt to the available circuit voltage. B. For linear lamps manually switched or infrequently switched, use electronic ballasts with the following features: Instant Start type. Parallel lamp circuit in multiple -lamp ballast applications designed to maintain full light output on surviving lamps if one or more lamps fail. Equal to Advance Standard Electronic C. For linear lamps controlled by occupancy sensors, use electronic ballasts with the following features: Programmed Rapid Start type. Series lamp connection. Equal to Advance Mark V. City of Fayetteville, Arkansas Bid 08-54, College Avenue Lighting Construction Page 39 of 49 D. For compact fluorescent lamps (CFL), use electronic ballasts with the following features: 1. Programmed Start type. 2. Flicker free operation. 3. Automatic input voltage sense/selection. 4. Equal to Advance Smartmate or lamp/ballast combination from lamp manufacturer.. E. For dimmer controlled lamps, use electronic dimming ballasts with the following features: 1. Programmed Start type. 2. Dimming range from 100 to 10 percent of rated lamp lumens. 3. Input watts capable of being reduced to less than 20 percent of full power at minimum lumen output. 4. Certified by ballast manufacturer to be compatible with specific dimming system installed. 5. Equal to Advance Mark VII. F. For emergency lamps, use battery back-up powered fluorescent ballasts with the following features: 1. Comply with UL 924, Emergency Lighting and Power Equipment. 2. One or two lamp operation to provide minimum of 1000 lumens for linear lamps and 500 lumens for CFL's. 3. High temperature nickel -cadmium battery with charger and electronic control circuiting for 90 minutes of standby operation. 4. Test switch and indicator light. 5. Equal to Bodine B50 or B84 as applicable. G. For low temperature environments (less than 50°F), ballasts shall be rated for - 20° F for linear lamps and 0° F for compact fluorescent lamps. 2.03 HIGH INTENSITY DISCHARGE (H.I.D.) LAMP BALLASTS: A. General requirements shall include the following: 1. Comply with UL 1029, High Intensity Discharge Lamp Ballasts. 2. Magnetic constant wattage autotransformer (CWA) type or regulator, high power factor type unless scheduled otherwise on the drawings. If pulse start type is scheduled, it shall specifically match the lamp supplied. 3. Contain no PCB's. 4. , Open circuit operation will not reduce average life. 5. Reliable operation in temperature environments from -20° F to 130° F. 6. Power factor of greater than 90 percent. 7. Universal voltage taps to field adapt to the available voltage. 8. Sound rating "A" for interior fixtures and "A or B" for exterior fixtures. B. Auxiliary, instant -on quartz system, where scheduled on the drawings, shall have the following features: 1. Automatically switch quartz lamp on when fixture is initially energized and after momentary power outages occur. 2. Automatically turn off quartz lamp when lamp reaches approximately 60 percent full light output. 3. Power for quartz lamp shall be supplied from ballast assembly regardless of ballast rated input voltage so that separate auxiliary power circuit is not required. C. Instant restrike device, where scheduled on the drawings, shall maintain ignitor with a self-contained rechargeable battery as specified above for instant restarting after power outage. 2.04 LAMPS: City of Fayetteville, Arkansas Bid 08-54, College Avenue Lighting Construction Page 40 of 49 A. General requirements include the flowing: 1. Comply with ANSI Standard C78 series applicable to each type of lamp. 2. Comply with Energy Policy Act including current revisions. 3. Lamps of specified type shall be the product of a single manufacturer. 4. Linear lamps and CFL's used in same area shall have similar color temperature unless scheduled otherwise on the drawings. B. Linear fluorescent lamps shall have the following features unless scheduled otherwise on the drawings: 1. 4 ft. nominal length F32T8. 2, 3 and 8 ft. lengths of T8 diameter as scheduled with approximately 8 watts per lineal foot. 2. Initial lamp lumens per watt of greater than 92 with end -of -life lumen maintenance of greater than 90%. 3. Color temperature of 4100° K and color rendering index (CRI) greater than 80. 4. Rated lamp life with 3 hour start cycle of 20,000 hours minimum. C. Compact fluorescent lamps shall have the following features unless scheduled otherwise on the drawings: 1. Initial lamp lumens per watt of greater than 60 with end -of -life lumen maintenance of greater than 85%. 2. Color temperature of 4100° K and CRI of greater than 80. 3. Rated lamp life with 3 hour start cycle of 10,000 hours. D. High Intensity Discharge lamps (metal halide) shall have the following features unless scheduled otherwise on the drawings: 1. No visible color shift after 100 hours of operation. 2. Initial lamp lumens per watt of greater than 80 with end -of -life lumen maintenance of greater Than 70%. 3. Color temperature of 3000° K or 4000° K as scheduled and CRI of greater than 65. 4. Rated lamp life with 10 hour start cycle of 10,000 hours. 5. Pulse start type lamps, where scheduled on the drawings, shall specifically match their respective ballast. E. Incandescent lamps shall have features and requirements as scheduled on the drawings. 2.05 EXIT SIGNS: A. Furnish with the following features: 1. Comply with NFPA 101, Life Safety Code. 2. Comply with local requirements on sign color and letter size. 3. Directional arrows as required by conditions. 4. Internally lighted signs shall use light emitting diodes (LED) lamps with 70,000 hours minimum rated lamp life. B. Emergency power units shall have the following features: 1. Comply with UL 924, Emergency Lighting and Power Equipment. 2. Sealed maintenance -free nickel cadmium battery for minimum of 90 minutes of emergency operation without utility power. 3. Integral automatic two -rate battery charger. 4. Sealed transfer relay, test switch, indicator light and electronic controls to switch to battery supply when supply voltage drops to below 80% of nominal. 2.06 EMERGENCY LIGHTING UNITS: City of Fayetteville, Arkansas Bid 08-54, College Avenue Lighting Construction Page 41 of 49 A. Self contained emergency lighting units shall have the following features: 1. Comply with UL 924, Emergency Lighting and Power Equipment. 2. Sealed maintenance -free battery with 10 year nominal life and 5 year warranty. Size for minimum of 90 minutes operation. 3. Automatic two -rate battery charger with sealed transfer relay. 4. Test switch, indicator lights and electronic controls to turn on lamp(s) when supply voltage drops to below 80% of nominal. Turn off lamp(s) when battery voltage approaches deep discharge level. 2.07 POLES: A. General requirements are as follows: 1. Comply with AASHTO LTS-1, Standard Specifications for Structural Supports for Highway Signs, Luminaries and Traffic Signals. 2. Steel poles, when scheduled, shall comply with ASTM A500, Grade B, carbon steel with minimum yield of 46,000 psi. 3. Aluminum poles, where scheduled, shall comply with ASTM B 429, Standard Specifications of Aluminum -Alloy Extruded Structural Pipe and Tube. Use 6063-T6 alloy for poles 16' or less. Use 5052-H34 alloy conforming to ASTM 13209 for poles over 16'. 4. Design for wind load strength of 80 mph and 1.3 gust factor for total support assembly including pole, base, anchors, fixtures and appurtenances at the indicated heights above grade without undue deflection or whipping. 5. Provide internal wireway and underground cable entry. 6. Provide access hand hole near pole base. 7. Provide threaded grounding lug or bus bar accessible through hand hole. 8. Arm, brackets and tenon mount materials shall match the poles. 9. Provide factory applied finish as scheduled with color selected by Architect B. Provide concrete foundations to support entire pole/fixture assembly under design wind load. 1. Use 3000 psi, 28 -day concrete mixture complying with Division 3 Section "Cast -in -Place Concrete" of these specifications. 2. Comply with details and manufacturer's recommendations for steel reinforcing, anchor bolts, hardware and grout. 3. Provide smooth finish with chamfered edges on exposed part of foundations. PART 3- EXECUTION 3.01 INSTALLATION: A. The Contractor shall study the finished conditions. 1. Furnish fixtures compatible with the type of ceiling or wall in which they are to be installed including all required mounting accessories. 2. Relocate any fixture which, after installation, is found to interfere with other equipment or is otherwise located to conflict with proper performance or maintenance as intended. 3. Inspect each installed fixture for damage. Replace damaged fixtures and components. 4. Install lamps in each fixture. Verify normal operation in all modes. B. Support and connect fixtures per manufacturer's recommendations. 1. Final wiring connections to fixtures located in lay -in ceilings shall be through Flexible Metal Conduit (FMC) or MC cable whips. 2. Lay -in fluorescent fixtures shall be supported at all four (4) comers directly from the structure above with #12 AWG galvanized steel hanger wire. Hanger wires may be attached to the fixture or to the ceiling T -bar grid system at the fixture comers. Where hanger wires are attached to the T -bar grid, provide approved earthquake clips to attach fixture to the grid. City of Fayetteville, Arkansas Bid 08-54, College Avenue Lighting Construction Page 42 of 49 City of Fayetteville Bid 08-54, College Avenue Lighting Construction Bid Form — SHALL BE SUBMITTED WITH BID PLEASE NOTE: ALL ITEMS MARKED * ARE CONSIDERED MANDATORY REQUIREMENTS FOR CONSIDERATION OF BID. FAILURE TO COMPLETE THESE ITEMS MAY RESULT IN REJECTION OF BID. Bidder Information: *CONTRACTORS NAME: �/Vll/ 4°C J-r'c Must match name listed with license number & payments *CONTRACTORS LICENSE NUMBER:�I Zo Z d KI d 2r *CONTACT NAME: 1, g & /x./7' 'TITLE: __s *BUSINESS ADDRESS: / 9a 2,O c s GrP E i J *CITY: q//uNyf _______________________*STATE: Z *STATE*ZIP: 7ii7Y *PHONEY/%i g%I-)a/FAX: *E-MAIL ADDRESS: do I;,%/ ,Go)' I Bid Amount (in US Dollars). Refer to "Terms and Conditions" for descriotions. . A.) Total Turn -Key Bid Amount: *$ ) ( 9� y ) S, 'Total amount to complete project based on bidding documents provided, including plans (including contractor providing lighting units' — Quantity of 70). B.) Deductive Alternate #1: **$ Jly 657, �� 'T'4 :$gc)oded '• Amount to subtract from above figure, for omitting Lighting Units — Quantity of 70) C.)Turn-Key Bid Less Deductive Alternate **'$_ 2.$ 8/ g', O! A -B AA Total number of working days estimated to complete project: 23 Jag Notice: The City of Fayetteville will also be bidding the "lighting units" as described in Deductive alternate #1 (per Bid 08-60). In the event the City can purchase the "lighting units" cheaper than the contractor, the City will exercise the deductive alternate and purchase the lighting units direct from manufacturer. The contractor will only purchase the lighting units if the City's cost is cheaper than purchasing direct from Bid 08-60 or other equal lighting bid. This form continues on next page and MUST be signed in order for your bid to be acceptable for consideration. City of Fayetteville, Arkansas Bid 08-54, College Avenue Lighting Construction Page 44 of 49 3. Recessed fixtures installed in lay -in ceiling panels shall be provided with bar hangers attached to the T -bar grid and supported with a minimum of two #12 AWG galvanized steel hanger wires and shall support fixture with no force on the ceiling panels. 4. Trim rings shall completely cover openings in ceilings. 5. Exposed sides of surface mounted fixtures shall have no visible knock -out indentations. 6. Support suspended fixtures with stem hangers, rods or aircraft cable per manufacturer's details. Where pendants are longer than 48, brace to limit sway. 3.02 CLEANING AND ADJUSTING: A. Upon completion of the work, thoroughly clean and polish all fixtures inside and out, and clean all lamps. Use methods and materials recommended by the manufacturer. Adjustable fixtures shall be carefully aimed and positioned in the presence of the Architect END OF SECTION 16510 City of Fayetteville, Arkansas Bid 08-54, College Avenue Lighting Construction Page 43 of 49 EXECUTION OF BID - Upon signing this Bid, the bidder certifies that he/she has read and agrees to the requirements set forth in this proposal, including specifications, terms, standard conditions, and any pertinent information regarding the articles being bid on. Bids must be submitted on this bid form in its entirety AND accompanied by descriptive literature on the products being bid. If specifications of item bid differ from provided literature, deviation must be documented and certified by the manufacturer as a regular production option. Unless otherwise noted and explained, the unit bid and listed meets or exceeds all of these requirements as specified by The City of Fayetteville. The Bidder can and will comply with all specifications and requirements for delivery, documentation and support as specified herein. Unsigned bids will be rejected. Items marked * are mandatory for consideration. *AUTHORIZE BY (PRINTED NAME) *AUTHORIZEDSIGNATURE *COMPANY/CONTRACTOR *TITLE *DATE City of Fayetteville, Arkansas Bid 08-54, College Avenue Lighting Construction Page 45 of 49 City of Fayetteville Bid 08-54, College Avenue Lighting Construction QiA — QWAI I RI: Q1 IRMITTFII lA/ITI-1 Rlfl As part of this bid, each contractor shall provide line item detail to be used for this bid and contract: 1.) Linear foot cost:$ 2 ,75 per linear foot i. Line Item Notes: 1. Price for each linear foot of work as shown in plans and described in this bid specification 2. City to install conduit underneath existing sidewalk 3. City to install pole base 2.) Pole Installation (only — no equipment): $ ) S , per i. Line Item Notes: 1. Includes complete installation and assembly of lighting unit 3.) Lighting Unit $ ,/ Z 9 , 3 9 per unit I. Line Item Notes: 1. Includes pole, luminaire and bulb City of Fayetteville, Arkansas Bid 08-54, College Avenue Lighting Construction Page 46 of 49 City of Fayetteville Bid 08-54, College Avenue Lighting Construction Sample Contract This contract executed this day of , 2008, between the City of Fayetteville, Arkansas, and In consideration of the mutual covenants contained herein, the parties agree as follows: 1- 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 08-54 as stated in bid proposal, and in accordance with specifications attached hereto and made a part hereof under Bid #08-54, 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 $ 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 consist of this Contract and the following documents attached hereto, and made a part hereof: A. Bid form identified as Invitation to Bid 08-54 with the specifications & conditions typed thereon. B. 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 by the City of Fayetteville and 5. shall not assign its duties under the terms of this agreement. 6. 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 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. 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, 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 City of Fayetteville, Arkansas Bid 08-54, College Avenue Lighting Construction Page 47 of 49 Bodily Injury Liability $500,000 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 8. 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 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. 11. Changes in Scope or Price: Changes, modifications, or amendments in scope, price or fees to this contract shall not be allowed without a prior formal contract amendment approved by the Mayor and the City Council in advance of the change in scope, cost or fees. WITNESS OUR HANDS THIS DAY OF . 2008. CITY OF FAYETTEVILLE, FAYETTEVILLE, ARKANSAS DAN COODY, Mayor Attest: Sondra Smith, City Clerk CONTRACTOR BY NAME AND TITLE ATTEST: COMPANY SECRETARY BUSINESS ADDRESS City of Fayetteville, Arkansas Bid 08-54, College Avenue Lighting Construction Page 48 of 49 City of Fayetteville Bid 08-54, College Avenue Lighting Construction Statement of No Bid (if applicable) We, the undersigned, have declined to bid for the following reason(s): 1 • We do not offer this service/product 2. Our schedule would not permit us to perform 3. Unable to meet specifications 4. insufficient time to respond to the Invitation to Bid 5. : We are unable to meet bond requirements 6. Other (Explain) *NAME OF FIRM: *BUSINESS ADDRESS: *CITY: *STATE: *ZIP: *PHONE: *FAX: *E-MAIL ADDRESS: *BY :( PRINTED NAME) *AUTHORIZED SIGNATURE: *PLEASE LIST OTHER COMMENTS BELOW: *Please note: We appreciate your feedback on this form and are very interested in your reason for not bidding. Please do not hesitate to contact us at 479-575-8220 if you have questions, comments, or concerns regarding these bid documents. City of Fayetteville, Arkansas Bid 08-54, College Avenue Lighting Construction Page 49 of 49 uwunum 1 rgmiu �eeax q ' 01 loft ew 1„. uVfmsr a"ss�aei -_� nun ,,, 6aaoem..n e wx L \..mtns• (Ell{] OShaft Details 5" OO Fluted .155 wall o Tenon 13'-7" FIXTURE ORDERING GUIDE D733AO/AG-T3/175 MH - 240V/CC/FDR 171/4" POLE ORDERING GUIDE D1305=14 - 5" OD FLUTED 3 TENON CUSTOM COLOR TO MATCH FIXTURE s--17"� FEATURES '17" diameter flutedand tapered aluminum. base casf froma permanent mold 5' OD fluted•(15 flat flutes) .155•wall Extruded shaft is circumferentially welded to the base 3" tenon for luminaire mounting Strong yet lightweight for ease of installation Galvanized anchor bolts included Access door for anchor bolts and wiring is secured with tamper resistant stainless steel screws Ground lug provided inside base Capable of supporting multiple light brackets MATERIALS Base - Cast aluminum (A319) Shaft - Extruded Aluminum (6005 -TS) Tenon- Cast aluminum(A319) Anchor Bolts - Hot dipped galvanized steel *CUSTOM COLOR FOR POLE AND FIXTURE TO MATCH THE NEW LIGHTS INSTALLED AROUND: THE SQUARE. SAMPLE COLOR CHIP IS ON FILE WITH DYNAMIC: LIGHTING. MIKE BEEBE. STATEOFARKANSAS JAMES SALKELD GOVERNOR DIRECTOR ARKANSAS DEPARTMENT OF LABOR PREVAILING WAGE DMSION 10421 WEST MARKHAM . LITTLE ROCK, AR 72205-2190 Phone: 501-682-4536 Fax: 501-682-4508 TRS: 800-285-1131 July 22, 2008 Andrea Foren City of Fayetteville 113 West Mountain Fayetteville, AR 72701 Re: COLLEGE AVENUE LIGHTING CONSTRUCTION FAYETTEVILLE, ARKANSAS WASHINGTON COUNTY Dear Ms. Foren: In response to your request, enclosed is Arkansas Prevailing Wage Determination Number 08-027 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 Ann. §§ 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 include 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 project. When you issue the Notice to Proceed for this project, please email 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, q Jill Stacy Prevailing Wage Division Enclosures Arkansas Department of Labor Determination #: 08-027 Prevailing Wage Determination Expiration Date; 1/22/2009 HEAVY RATES Survey#:. 708-AH05 Date: 7/22/2008 Project: College Avenue Lighting Construction Site: City: Fayetteville, Arkansas Project County: Washington CLASSIFICATION Basic Hourly Rate Fringe Benefits Bricklayer/Pointer, Cleaner, Caulker $9.95 Carpenter $14.05 $1.75 Concrete Finisher/Cement Mason $12.80 Electrician/Alarm Installer $21.30 $7.81 Ironworker (Including Reinforcing Work) $16.30 Laborer $9.95 Pipelayer $9.00 $1.00 Truck Driver $16.20 Asphalt Paving Machine $12.55 Backhoe - Rubber Tired (1 yard or less) $13.75 Bulldozer, finish $14.60 Bulldozer, rough $10.60 Distributor $12.35 Front End Loader, finish $13.70 Front End Loader, rough $10.65 Mechanic $14.70 Motor Patrol, finish $13.05 Motor Patrol, rough $9.95 Roller $12.40 Scraper, finish $11.75 Scraper, rough $11.25 Trackhoe $14.95 Crane, Derrick, Shovel, Dragline & Backhoe $14.90 Welders -receive rate prescribed for craft performing operation to which welding is incidental. Certified 7/2/2008 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 form. 7/22/2008 9:47 AM Page 1 of 1 0 § 0 /� z § ,k )�UI § >]o L2z LU 0, Su■ } &&$2 JI\\ fgLn% § 2J §ae0) k■)� /�k\ X22) \±22 c=) t §)§ __4 §/§§ k�fi ;$\0 0)0. o & '- °-E /0 E §�2« \U a»0)\ \t�2@ .=E»$ ��k(2 W 0 0.2 \ff\2 \0o .4- r'. Rtk (1) 0. $ a)k40 a). .0) r -M .2 o ,-o /])J\ §2a) O K2 a) -C CL § N a) z k 2 \ ) ) O U Dl k < u)oLn §�® §0 J /§§ /{$ L0Z -Ec z 2\w «77 \\k uJ §k\ LL \�a o%- §oo (�2 yo§ [§N /k\ -J z uJ 0 O. c 0 �R\ z 2: EEC cu /\Lu 00 §/\ �§§ (R( Bid 08-54, Addendum 1 Date: Monday, August 04, 2008 To: All Prospective Vendors From: Andrea Foren, CPPB — 479.575.8220 — aforeni ci.favetteville.ar us RE: Bid 08-54, College Avenue Lighting Construction This addendum is hereby made a part of the contract documents to the same extent as though it were originally included therein. Bidders should indicate their receipt of same in the appropriate blank of the Form of Proposal. Failure to do so may subject bidder to disqualification. Addendum shall be attached to the inside cover of the bidding documents, signed, and dated. • Bid 08-54, has the following modifications and clarifications: 1.) FOB Destination for all lighting unit components shall be 1525 South Happy Hollow Road, Fayetteville, AR 72701. 2.) All anchor bolts shall be included as part of the lighting units. 3.) Bids will be awarded based on the lowest responsive responsible bidder according to price given for Item "A" on bid form. Item A is the total turn -key bid amount (which includes the lighting units). Bid award shall be based off of Item A unless the deductive alternate has to be subtracted to get the project within certification of funds. 4.) The required bid bond shall be 5% of "Item A — Total Turn -Key Bid Amount" (including the purchase of all lights) and shall be submitted with all bids. 5.) The footings shall be completed by the City of Fayetteville. The pole base shall be included as part of the "Lighting Unit". 6.) Contractor shall have 10 working days from date of notice to proceed to begin work on the section indicated in such notice to proceed. The City reserves the right to issue notice to proceed documentation as sections are completed along College Avenue and become ready for lighting installation. 7.) The City is willing to issue an initial primary payment to the contractor for stored materials purchased for this project. 8.) Conduit installed is 1 inch. The plans show an inaccurate figure of 3/4 inch. City of Fayetteville, Arkansas Bid 08-54, Addendum 1 Page 1 of 2 9.) Modify Section 16510 - Lighting Fixtures as follows: • Modify 1.05 Special Warranty (B) to include the following: The contractor shall furnish installation for any defective lighting units that fail within 12 months after project final completion. In the event the contractor provides the lighting units to the City, they will also be responsible for replacement of complete lighting unit, including but not limited to pole base, pole, lamp, ballast, & fuses. • Modify Section 1.06 Extra Materials: Replace quantity of 100 to 70. .Extra materials will therefore, read as follows: • 1. Lamps: 5 for each 70 of each type and rating installed • 2. Ballasts: 1 for each 70 of each type and rating installed • 3. Glass or plastic lenses and covers: 1 for each 70 of each type and rating installed. 10.) The City anticipates awarding a contract on the September 2nd City Council Meeting. A notice of award should be issued by Tuesday, September 9th at which time contractor can order materials for entire job. Acknowledge Addendum #1: Printed Name• —//% Signature: i Title: rah Date: Company:,// /}/ac r;r City of Fayetteville, Arkansas Bid 08-54, Addendum I Page 2 of 2 Bid 08-54, Addendum 2 Date: Wednesday, August 06, 2008 To: All Prospective Vendors From: Andrea Foren, CPPB — 479.575.8220 — aforen(cDci.fayetteville.ar us RE: Bid 08-54, College Avenue Lighting Construction This addendum is hereby made a part of the contract documents to the same extent as though it were originally included therein. Bidders should indicate their receipt of same in the appropriate blank of the Form of Proposal. Failure to do so may subject bidder to disqualification. Addendum shall be attached to the inside cover of the bidding documents, signed, and dated. • Bid 08-54, has the following modifications and clarifications: 1.) City shall have all responsibility for the concrete base/footing including anchor bolts. Anchor bolts shall not be included with this bid. 2.) Grounding rod at panels as shown on plans shall be installed and provided by the contractor. Grounding rods shown at each individual pole location is hereby omitted and deleted from the specifications. 3.) The definition for "Lighting Unit(s)" as indicated on page 7, part 24, section a, is hereby changed to the following: 24.) a. "Lighting Unit(s)" is hereby re -defined as the aluminum base, aluminum pole, fixture, and 175 Watt Metal Halide light bulb; manufactured by GE, Sylvania, or approved equal. There are a total of 70 lighting units included with this bid. The lighting units shall NOT include the footing/concrete base or anchor bolts. The footing/concrete base, anchor bolts, and below ground electrical conduit will be provided by the City. Acknowledge Addendum #2: Printed Name: L) , ip // Signature: Title: v.r Date: Company: // £'c c /'c i_ 4 City of Fayetteville, Arkansas Bid 08-54, Addendum 2 Page 1 of 1 Bid 08-54, Addendum 3 Date: Tuesday, August 12, 2008 a)Te 1 ie To: All Prospective Vendors A R K A N S A S From: Andrea Foren, CPPB — 479.575.8220 — aforent ci.favetteville.ar.us RE: Bid 08-54, College Avenue Lighting Construction This addendum is hereby made a part of the contract documents to the same extent as though it were originally included therein. Bidders should indicate their receipt of same in the appropriate blank of the Form of Proposal. Failure to do so may subject bidder to disqualification. Addendum shall be attached to the inside cover of the bidding documents, signed, and dated. • Bid 08-54, has the following modifications and clarifications: 1.) Model number for pole is D1305-14. 2.) SWEPCO will be providing all pedestals. All panels (CSI and CS2) are within ten (10) feet of pedestals. City of Fayetteville, Arkansas Bid 08-54, Addendum 3 Page 1 of 1 Acknowledge Addendum #3: Printed Name: Signature: /%--`�z Title: ' r 1 c91 Date: Company: F L'r Bid 08-54, Addendum 4 eeville Date: Thursday, August 14, 2008 To: All Prospective Vendors ARKANSAS From: Andrea Foren, CPPB — 479.575.8220 — aforen[a)ci.favetteville ar us RE: Bid 08-54, College Avenue Lighting Construction This addendum is hereby made a part of the contract documents to the same extent as though it were originally included therein. Bidders should indicate their receipt of same in the appropriate blank of the Form of Proposal. Failure to do so may subject bidder to disqualification. Addendum shall be attached to the inside cover of the bidding documents, signed, and dated. • Bid 08-54, has the following modifications and clarifications: 1.) All applicable city permits will be required for this project; however, there will be no fee to the contractor for these permits. Acknowledge Addendum #4: Printed Name: J %/ Signature: Title: �r Date: 'g 'r'cY Company: /� � o�rftE -2, City of Fayetteville, Arkansas Bid 08-54, Addendum 4 Page 1 of 1 •- NOTICE.7O CUSTOMQi5 THE PURCHASE OF AN INDEMNITY BOND. WILL BE RECUIRED. BEFORE ANY OFFK:DAL CHECK OF THIS SMUT WILL BE REPLACED WE OR REFUNDED IN E EVENT IT IS LOST MISPLACED OR STOLEN. • 1 88426 BANK.: . . • .. P.O..Boz-099 - 81-87/1129 REMITTER DATE Hill. Electric, INC. L-01.AR72745 - Aagust 15, 2002 11sa�11zr PAY ORDER 0FCi tv of Fet+11e:. ,. �o,99_. -9 . THIS 000OMENT HAS A MICHO-0NNTSIONATIIBE LINE WATERMARK AND A THERMOCHBOMICCO ABSENCE OF THESE FEATURES WILL INDICATE A COPY P" 9-9 0oL 750 DOLLARS e: CASHIER'S CHECK •1088.42.6 n'- ':082.900872': L53362'L" 1b3 -OS From: Kathy Nobel At: Renner and Company FaxID: To: Ron Peachtree Date: 11/18/1008 02:05 PM Page: 1 of 2 ACORD_ CERTIFICATE OF LIABILITY INSURANCE OPID Kl DATEIMMIDDmn HILLS -1 11/18/08 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Renner and Company HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR P.O. Box 9930 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Fayetteville AR 72703 Phone: 479-684-4100 Fax:479-684-4111 INSURERS AFFORDING COVERAGE NAIC # INSURED INSURER A: State Auto Insurance Co 25127 INSURER B: Hill Electric, Inc. INSIA1ERC: INsURERD: 14020 Goose Creek Rd. Fayetteville AR 72704 INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR NSRC TYPE OF INSURANCE POLICY NUMBER DATE (MMIDDNY) DATE (MMIDDM') LIMITS A GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY CLAIMS MADE OCCUR SOC2056923 05/16/08 05/16/09 EACH OCCURRENCE $1000000 X PREMISES(Eaoccurence) $ 100000 NEDEXP(Any oneperson)' $ 5000 PERSONAL&ADVINJURY $1000000 GENERAL AGGREGATE s2000000 GENL AGGREGATE LIMIT APPLIES PER: POLICY JERCT LOC PRODUCTS-COMP/CP AGG $2000000 A AUTOMOBILE LIABILITY ANY AUTO ALL OWNED NJTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS BAP2205370 - 10/05/08 10/05/09 COMBINED SINGLE LIMIT (Ee accident) $2000000 X BODILY INJURY ( Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY ANY AUTO AUTO ONLY- EA ACCIDENT $ OTHER THAN EAACC AUTO ONLY: AGG $ $ A EXCESSNMBRELLA LIABILITY OCCUR I ICLAIMSMADE DEDUCTIBLE X RETENTION $ O SOC2056923 05/16/08 05/16/09 EACH OCCURRENCE $ 1000000 AGGREGATE $ $ $ A WORKERS COMPENSATION AND EMPLOYERSLIABIL T' OFF PROPRIETOR/PARTNERIEXECUTIVE FFICERAAEMBFR EXCLUDED? lives, describe under SPECIAL PROVISIONS below WCP2135168 08/26/08 08/26/09 TORY LIMITS IXI ER E. L. EACH ACCIDENT $ 1000000 E.L. DISEASE-EAEMPLOYEE $1000000 E.L. DISEASE - POLICY LIMIT $1000000 OTHER DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS ELECTRICAL WORK -WITHIN BUILDINGS CFRTIFICATF MOLDER CANCELLATION CITYFAY SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN City of Fayetteville NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT. BUT FAILURE TO DO SO SHALL Ron Peachtree IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER. RS AGENTS OR 113 W Mountain St Fayetteville AR 72701 REPRESENTATIVES. AUTHORIZED REPRESENTATIVE ---------------------------- Judy Watson ACORD 25 (2001/08) '9 MJflU ..JnrcJnM I OJI1fr. From: Kathy Nobel At: Renner and Company FaxiD: To: Ron Peachtree Date: 11/182008 02:05 PM Page: 2 of 2 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. r.. r. e/�i/IO.DeONgs.fl/tGY L4e LIn n Oat BWh,..,.,IpN PERFORMANCE BOND KNOW ALL BY THESE PRESENTS, that we, HILL ELECTRIC INC of 14020 GOOSE CREEK RD FAYETTEVILLE, AR 72704 (hereinafter called the Principal), as Principal, and AUTO -OWNERS INSURANCE COMPANY a corporation organized and existing under the laws of the State of Michigan and duly authorized to transact business in the State of ARKANSAS, (hereinafter called the Surety), are held and firmly bound unto CITY OF FAYETTEVILLE, 113 W MOUNTAIN ST, FAYETTEVILLE AR 72701 (hereinafter called the Obligee), in the full and just sum of One Hundred Thirty -Nine Thousand Eight Hundred Seventy -Five and xx / 100 Dollars ($139,875.00) lawful money of the United States of America, to be paid to the said Obligee to which payment well and truly be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that WHEREAS, the Principal has entered into a contract with the said Obligee, dated the 18th day of November, 2008 for INSTALLATION OF STREET LIGHTING ALONG COLLEGE AVE FROM ROCK ST TO MAPLE ST which contract is herein referred to and made a part of as fully and to the same extent as if the same were entirely written herein and WHEREAS, it was one of the conditions of the award of the said Obligee, pursuant to which said contract was entered into, that these presents should be executed. AND THE SAID SURETY, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in anywise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the work or to the specifications. NOW, THEREFORE, if the above Principal shall in all respects comply with the terms and conditions of said contract, and their obligation thereunder, including the specifications therein referred to and made a part thereof, and such alteration as may be made in such specifications, as herein or therein provided for, then this obligation to be void, or otherwise to be and remain in full force, effect and virtue. Signed and sealed this 17th day of November, 2008 11 WMese Michelle A. Bottum W tress Print Date: 12/03/2008 Print Time: 9:22:03 am AUTO -OWNERS INSURANCE COMP? Jim House Attorneyan-Fact Doc ID: IE Recorded: 12/01/2 012597560002 T 12/01/2008 at 11:20:54 AM Fee Amt: $20.00 Paqe I of 2 Mashlnaton County. AR Bette Stamps Circuit Clerk FlleB029-00000230 r .l, Bond Number 85045459 lvtOwness b+smWet Use Ibms Ca, Buunn. WM�O.Iy. PAYMENT OR LABOR AND MATERIAL BOND KNOW ALL BY THESE PRESENTS, that we, HILL ELECTRIC INC of 14020 GOOSE CREEK RD FAYETTEVILLE, AR 72704 (hereinafter called the Principal), as Principal, and AUTO -OWNERS INSURANCE COMPANY a corporation organized and existing under the laws of the State of Michigan and duly authorized to transact business in the State of ARKANSAS, (hereinafter called the Surety), are held and firmly bound unto CITY OF FAYETTEVILLE, 113 W MOUNTAIN ST, FAYETTEVILLE AR 72701 (hereinafter called the Obliges), in the full and just sum of One Hundred Thirty -Nine Thousand Eight Hundred Seventy -Five and xx / 100 Dollars ($139,875.00) lawful money of the United States of America, to be paid to the said Obligee to which payment well and truly be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that WHEREAS, the Principal has entered into a contract with the said Obligee, dated the 18th day of November, 2008 for INSTALLATION OF STREET LIGHTING ALONG COLLEGE AVE FROM ROCK ST TO MAPLE ST which contract is herein referred to and made a part of as fully and to the same extent as if the same were entirely written herein and WHEREAS, it was one of the conditions of the award of the said Obligee, pursuant to which said contract was entered into, that these presents should be executed. AND THE SAID SURETY, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in anywise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the work or to the specifications. NOW, THEREFORE, if the above Principal shall in all accordance with applicable Statutes, promptly have made payment to all persons supplying labor and material in the prosecution of the work provided for in said contract that may hereinafter be made, notice of which modifications to Surety being waived, then this obligation to be void; otherwise to remain in full force and effect. Signed and sealed this 17th day of November, 2008 41 lC�c n wt Witness Michelle A. aaaum V✓mess AUTO -OWNERS INSURANCE COMPA .,, Jim House Attorney -in -Fact Print Date: 1111712888 Print Time: 3:43:39 pm frog -off DATE AND ATTACH TO ORIGINAL BOND AUTO -OWNERS INSURANCE COMPANY LANSING, MICHIGAN BOND NO. 66045459 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the AUTO -OWNERS INSURANCE COMPANY AT LANSING. MICHIGAN, a Michigan Corporation, having Its principal office at Lansing, County of Eaton, State of Michigan, pursuant to the following Resolution adopted by the directors of the said Company on January 27, 1971, to wit "RESOLVED. That the President or any Vice President or Secretary or Assistant Secretary of the Company shall have power and authority to appoint Attorneys -In -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity, and other writings obligatory In the nature thereof. Signatures of officers and seal of Company imprinted on such powers of attorney by facsimile shall have same force and effect as if manually affixed . Said officers may at any time remove and revoke the authority of any such appointee." does hereby constitute and appoint Jim House its true and lawful attorneys) -in -fact, to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings recognizances, contracts of indemnity and otherwritings obligatory in the nature thereof, provided, however, that the penal sum of any one such instrument executed hereunder shall not exceed Five Hundred Thousand and xx 1100 ($500,000.00) Dollars and the execution of such instrument(s) in pursuance of these presents, shall be as binding upon the said AUTO.OWNERS INSURANCE COMPANY AT LANSING, MICHIGAN, as fully and amply, to all intents and purposes, as If the same had been duly executed and acknowledged by Its regularly elected officers at its principal office. IN WITNESS WHEREOF, the AUTO -OWNERS INSURANCE COMPANY AT LANSING, MICHIGAN. has "used these presents to be signed and its corporate seal to be affixed byy/Its authorized officer this ,]L day of November. 2008. Attest S. R. Bim . Secretary . . J. F. Harrold, President STATE OF MICHIGAN } as. COUNTY OF EATON On this 17th day of November 2008'\ ,before me a notary public, came the individual to me personally0yeareb I. known, who executed the preceding Instrument and being by me duly sworn, said that he is the therein described and authf the AUTO -OWNERS INSURANCE COMPANY AT LANSING, MICHIGAN: that the seal affixed to said instrument is the torpod Company, and the sold corporate seal and his signature were duly affixed by the authority and direction of the said Corporation. IN%WITNESS WHEREOF, I have hereunto set my hand, and affixed my official seal at the City H�of LL�AA�NNSS�ING,, the day and e written. My commission expires September 28th 2011 Michelle A. Bottum Notary Put& STATE OF MICHIGAN l COUNTY OF EATON J a3. I, S. R. Birn. Secretary of the AUTO -OWNERS INSURANCE COMPANY AT LANSING, MICHIGAN, do hereby car true and correct copy of Power of Attorney issued by said AUTO -OWNERS INSURANCE COMPANY of LANSING, compared same with the ORIGINAL on file in the Home Office of said Company, and that it's a correct transcript of the said original, and that the said Power of Attorney has not been revoked and is now in full force and effect In WITNESS WHEREOF, I have hereunto subscribed my name as Secretary, and affixed the corporate seal of tl Lansing, Michigan, this 17th day of November 2008 2W S. R. Bim Secretary 2940 (2-99) AR - Print Date: 11/17/2008 Print Time: 3:43:34 pm