HomeMy WebLinkAbout163-09 RESOLUTIONRESOLUTION NO. 163-09
A RESOLUTION AWARDING BID #09-46 AND APPROVING A
CONTRACT WITH OIL CAPITAL ELECTRIC IN THE AMOUNT OF
$27,750.00 FOR REPLACEMENT OF AN ELECTRICAL BUSS AT THE
NOLAND WASTEWATER TREATMENT PLANT; AND APPROVING A
CONTINGENCY IN THE AMOUNT OF $2,775.00.
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
#09-46 and approves a contract with Oil Capital Electric in the amount of $27,750.00 for
replacement of an electrical buss at the Noland Wastewater Treatment Plant. 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
contingency in the amount of $2,775.00.
PASSED and APPROVED this 4th day of August, 2009.
APPROVED:
By
ATTEST:
By:iiG 4W �.
SON E. SMITH, City Cler reasurer
'.\
Co.; S Yofe G4•
•F:
•• -33
•
: FAYETTEVILLE:
:9S •'9RKANS:C
e
Shannon Jones
Submitted By
City of Fayetteville Staff Review Form
City Council Agenda Items
and
Contracts, Leases or Agreements
8/4/2009
City Council Meeting Date
Agenda Items Only
Water and Wastewater
Division
Action Required:
Water and Wastewater
Department
Approval of Bid #09-46 for a construction contract with Oil Capital Electric in the amount of $27,750 with a 10%
contingency of $2775 for electrical buss replacement at Noland wastewater treatment plant
30,525.00
Cost of this request
5400.5800.5414.00
Account Number
02069
Project Number
250,867.00
Category / Project Budget
Wastewater Treatment
Program Category / Project Name
6,840.00 WWTP Plant Pumps & Equipment
Funds Used to Date Program / Project Category Name
244,027.00 Water / Sewer
Remaining Balance Fund Name
Budgeted Item xx Budget Adjustment Attached
Depart�j�jtDire
In
CityAttor -y
�P a_ LL
Fin2frtlCe and Internal Services Director
of S
tier -
�oJJ�Jt O$
Date J
/21107
Date
7-2.1-2do9
Date
Date
Date
Previous Ordinance or Resolution #
Original Contract Date:
Original Contract Number:
Received in City
Clerk's Office
0/o9
Received in
Mayor's Office
ENIEEE
Comments:
Revised January 15, 2009
"eve
M5 S
CITY COUNCIL AGENDA MEMO
City Council Meeting of August 4, 2009
To: Fayetteville City Council
Thru: Mayor Lioneld Jordan
Fayetteville Water and Sewer Cgiijmittee
Don Marr, Chief of Staff
David Jurgens, Utilities Director
From: Shannon Jones, Water and Waste\Fater Engineer,lyor
Date: 9 July 2009
Subject: Approval of Bid #09-46 for a construction contract with Oil Capital Electric for
$27,750 with a contingency of $2,775 for electrical buss replacement at Noland wastewater
treatment plant
RECOMMENDATION
Staff recommends approval of Bid #09-46 for a construction contract with Oil Capital Electric
for $27,750 with a contingency of $2,775 for electrical buss replacement at Noland wastewater
treatment plant.
BACKGROUND
The electrical buss provides one of two power feeds to the Noland WWTP aeration basin and is
an integral part of the secondary power system. In the event that the secondary power source
fails, the treatment facility will be unable to treat wastewater and comply with its NPDES
discharge permit. This project will replace the existing electrical buss that failed in April 2009.
DISCUSSION
The City received one bid in the amount of $27,750 from Oil Capital Electric on July 9, 2009.
Oil Capital Electric has performed a great deal of work for the City and was the lead electrical
contractor for the West Side WWTP and for many of the renovations at the Noland WWTP.
The Engineer's estimate was $30,000.00. The bid has been reviewed by staff, and recommends
award to Oil Capital Electric.
BUDGET IMPACT
Funds are available within the WWTP - Plant Pumps and Equipment budget.
1Iancka ae G11a'
7-01S7 10 9
RESOLUTION NO.
A RESOLUTION AWARDING BID #09-46 AND APPROVING A
CONTRACT WITH OIL CAPITAL ELECTRIC IN THE AMOUNT
OF $27,750.00 FOR REPLACEMENT OF AN ELECTRICAL BUSS
AT THE NOLAND WASTEWATER TREATMENT PLANT; AND
APPROVING A CONTINGENCY IN THE AMOUNT OF $2,775 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 #09-46 and approves a contract with Oil Capital Electric in
the amount of $27,750.00 for replacement of an electrical buss at the Noland
Wastewater Treatment Plant. 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 contingency in the amount of $2,775.00.
PASSED and APPROVED this 4th day of August, 2009.
APPROVED: ATTEST:
By: By:
LIONELD JORDON, Mayor SONDRA E. SMITH, City Clerk/Treasurer
City of Fayetteville, Arkansas
Purchasing Division — Room 306
113 W. Mountain
Fayetteville, Alt 72701
Phone: (479) 575-8220
INVITATION TO BID: BID 09-46, Electrical Buss Replacement
DEADLINE: Thursday, July 9, 2009 at 2:00 PM, Central Standard Time
DELIVERY LOCATION: Room 306 —113 W. Mountain, Fayetteville AR 72701
PURCHASING AGENT: Andrea Foren, CPPB, aforen a@ci.fayetteville.ar.us, 479.575,8220
DATE OF ISSUE AND ADVERTISEMENT' June 11, 2009 & June 18, 2009
INVITATION TO BID
BID 09-46, Electrical Buss Replacement
No late bids will be accepted. Bids shall be submitted in sealed envelopes labeled "Bid 09-46, Electrical Buss
Replacement" 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: OIL cA-P, TA L. 6LEcnic.
Contact Person: 'STERE ALL So{.f Title: 65n/sew-pg.
E -Mail: ;,AWfoua o(Lca?'ntert-ergLc,crvti Phone: 36I -9833
Business Address: f 99 FNinflEL DRfa6
City: 5Pa DA -Le State: fdeK Zip: 72 76 a
Signature: Date:
City of Fayetteville, Arkansas
Bid 09-46, Electrical Buss Replacement
Paget of 15
7- 9--o7
City of Fayetteville
Bid 09-46, Electrical Buss Replacement
BID FORM (MUST BE COMPLETE 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: o IL CAP int. ELeci ttc.
*CONTRACTORS LICENSE NUMBER: b154o$ t aoq
*CONTACT NAME: 3tc'yf ALL/Rc,ti *TITLE: ESYiviAnc(L
*BUSINESS ADDRESS: f FAMTU.tE"L lRtta
*CITY: 5 I9P4/4C2-0,41.6 *STATE: ,4 -fl *ZIP: 7z 7(, Z
*PHONE: J(ai- 98.3g FAX: 361i-Qe36--
*E-MAIL ADDRESS: SA-alioND o'C c,4/ incetecratc corn
Bid Amount (in US Dollars). Refer to "Terms and Conditions" for descriptions.
A.) Total Turn -Key Bid Amount: *$ 27 i 76D . 00
*Total amount to complete project based on bidding documents provided, including plans (including
all materials, labor, bonds, insurance, etc).
Total number of calendar days estimated to complete protect: es -
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 09-46, Electrical Buss Replacement
Page 3 of 15
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 fisted 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.
<7-ivg ,4&i N
*AUTHORIZED BY (PRINTED NAME)
'AUTHORIZED SIGNATURE
E5r/M ATM
'TITLE
7 9 , 09
*DATE
Acknowledge Addendums:
Addenda No
Addenda No.
Addenda No.
1
Dated: 9- L'09
Dated:
Dated:
Printed Names ALL/Soil
Signature: (a,
Title: 6576M47d/L
Company: 0 iL CAP'Th( t'a=u"?1c..
Date: 1— Q—b %
City of Fayetteville, Arkansas
Bid 09-46, Electrical Buss Replacement
Page 4 of 15
City of Fayetteville
Bid 09-46, Noland Wastewater Treatment Electric Buss Replacement
Oil Capital Electric
This contract executed this IS day of j(l O F , 2009, between the City of Fayetteville, Arkansas,
and Oil Capital Electric. In consideration of the mutuhl covenants contained herein, the parties agree as follows:
1. Oil Capital Electric 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 09-46 as stated in Oil Capital Electric's bid proposal, and in
accordance with plans and specifications attached hereto and made a part hereof under Bid #09-46, all
included herein as if spelled out word for word.
2. The City of Fayetteville shall pay Oil Capital Electric based on their bid proposal in an amount not to
exceed $27.750. 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 Oil Capital
Electric consist of this Contract and the following documents attached hereto, and made a part hereof:
A. Bid form identified as Invitation to Bid 09-46 with the specifications and conditions typed
thereon.
B. Oil Capital Electric 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 Oil
Capital Electric and may be modified only by a duly executed written instrument signed by the City of
Fayetteville and Oil Capital Electric.
5. Oil Capital Electric shall not assign its duties under the terms of this agreement.
6. Oil Capital Electric 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 Oil
Capital Electric 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. Oil Capital Electric 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, Oil Capital Electric 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 $1,000,000 aggregate.
The premiums for all insurance and the bond required herein shall be paid by Oil Capital Electric.
8. Oil Capital Electric to furnish proof of licensure as required by all local and state agencies.
9. This contract may be terminated by the City of Fayetteville or Oil Capital Electric with 10 days written
notice.
10. Freedom of Information Act: City of Fayetteville contracts and documents prepared while performing
city contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of
Information Act request is presented to the City of Fayetteville, the contractor will do everything
possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas
Freedom of Information Act (A.C.A. 25-19-101 et. Seq.). Only legally authorized photo coping costs
pursuant to the FOIA may be assessed for this compliance.
11. Changes in Scope or Price: Changes, modifications, or amendments in scope, price or fees
to this contract shall not be allowed without a prior formal contract amendment approved by
the Mayor and the City Council in advance of the change in scope, cost or fees."
WITNESS OUR HANDS THIS Lfil DAY OF
, 2009.
ATTEST: COMPANY SECRETARY
12.44-v( rptomi1
lea.n
MIa$nyI46-62
CITY OF FAYETTEVILLE,
FAYE ' EVILLE, ARKANSAS
L ONEL
Atte
RDAN, Mayor
S.ndra Smith, City Clerk
•
lin' Ltdai C. 141.4,0,4tier
NAME AND TITLE
City of Fayetteville
Bid 09-46, Electrical Buss Replacement
Project Terms and Conditions
1. All bids shall be submitted in a sealed envelope, labeled "Bid 09-46, Electrical Buss
Replacement" 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 will 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 formalities 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. Faster payment delivery is
offered through acceptance of Visa.
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. Total Turn Key price 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 a representative 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 09-46, Electrical Buss Replacement
Page 5 of 15
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, March
20, 2009 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 must conform to the requirements listed below and include appropriate evidence for
each.
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.
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 entitled "Attachment A: Electrical Drawings" are included with these bid documents.
Bidders shall follow all instructions and notes listed on plans. Any discrepancy between the
specifications and plans should be brought to the attention of the Purchasing Agent
immediately.
19. Bidders shall be licensed as required by the Arkansas Contractors License Board. Evidence
of such license shall be submitted with all bids.
20 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.
21.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 (aforenOci.favetteviile.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.
City of Fayetteville, Arkansas
Bid 09-46, Electrical Buss Replacement
Page 6 of 15
22. 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:
a.) Worker's Compensation: Statutory Amount
b.) Comprehensive General & Automobile Insurance:
- Bodily Injury Liability $500,000 for each person injured
$500,000 for each accident
c.) Property Damage Liability $500,000 aggregate
23. Bid form referenced "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, Ste preparation, vegetation restoration, etc.
24.Site shall be restored to original condition prior to contractor arriving to complete project.
25.AIi work or materials which are not directly noted in the Scope of Work but are necessary for the
proper carrying out of the obvious Intentions thereof are to be understood as implied work and will
be provided for by the contractor as if specifically described or drawn.
City of Fayetteville, Arkansas
Bid 09-46, Electrical Buss Replacement
Page 7 of 15
City of Fayetteville
Bid 09-46, Electrical Buss Replacement
Item Specifications — Section 16466
PART 1 GENERAL
1.1 SCOPE
A. The Contractor shall furnish and install a 2000 Amp, 480 Volt, 3-phase, 4 -wire totally
enclosed, non -ventilated outdoor feeder busway system including all necessary fittings,
supports and accessories as specified herein, to replace the existing damaged busway
system as shown on the contract drawings.
1.2 REFERENCES
A. The low -voltage busway and all components shall be designed, manufactured and
tested in accordance with the latest applicable following standards of ANSI and NEMA:
1. NEMA BU.1
2. ANSI/UL 857
3. CSA
4. OSHA
5. NFPA 70
1.3 SUBMITTALS — FOR REVIEW/APPROVAL
A. The following information shall be submitted to the Engineer.
1. Master drawing index.
2. Isometric drawing of each busway run.
3, Bill of Materials
4. Busway ratings including:
a. Short-circuit rating
b. Voltage
c. Continuous current
5. Major component ratings including:
a. Voltage
b. Continuous current
c. Interrupting ratings
6. Cable terminal sizes.
7. Voltage drop at various power factor per 100 ft.
8. Derating chart for high ambient temperature.
9. Dimensions and weights.
B. Submit ten (10) copies of the above information.
1.4 SUBMITTALS — FOR INFORMATION
A. The following production information shall be submitted:
1. Descriptive bulletins.
2. Product sheets.
1.5 SUBMITTALS — FOR CLOSEOUT
A. The following information shall be submitted for record purposes.
1. Final as -built drawings and information for items listed in Section 1.4.
City of Fayetteville, Arkansas
Bid 09-46, Electrical Buss Replacement
Page 8 of 15
2. Certified production test reports.
3. Installation information.
4. Seismic certification and equipment anchorage details.
B. Submit ten (10) copies of the above information.
1.6 QUALIFICATIONS
A. All components shall be of the same manufacturer as the busway.
B. For the equipment specified herein, the manufacturer shall be ISO 9000, 9001 or 9002
certified
C. The manufacturer of this equipment shall have produced similar electrical equipment for
a minimum period of ten (10) years. When requested by the Engineer, an acceptable
list of installations with similar equipment shall be provided demonstrating compliance
with this requirement.
1.7 DELIVERY, STORAGE AND HANDLING
A. Equipment shall be handled and stored in accordance with manufacturer's instructions.
One (1) copy of these instructions shall be included with the equipment at time of
shipment.
1.8 FIELD MEASUREMENTS
1.9 OPERATION AND MAINTENANCE MANUALS
A. Ten (10) copies of the equipment operation and maintenance manuals shall be
provided.
B. Operation and Maintenance Manuals shall include the following information:
1. Instruction books and/or leaflets.
2. Recommend renewal parts list.
3. Drawings and information required by Section 1.5.
1.10 EXTRA PRODUCTS
A. Spare parts shall be furnished for each rating of busway, consisting of:
1. One set of joint covers for each busway.
2. One set of insulators for each busway rating.
PART 2 PRODUCTS
2.1 MANUFACTURERS
A. Cutler -Hammer
B. Unibus
C. General Electric
D. Square D
2.2 RATINGS
A. The busway shall be 3 phase, 4 -wire with 100% neutral with voltage and current ratings
as specified herein and indicated on the contract drawings.
B. The busway shall have a minimum of 6 -cycle short-circuit rating of 150 kA RMS
symmetrical ratings through 2500A.
City of Fayetteville, Arkansas
aid 09-46, Electrical 13uss Replacement
Page 9 of 15
2.3 CONSTRUCTION
A. The outdoor busway and associated fittings shall consist of copper conductors totally
enclosed In a 2 -piece extruded aluminum housing. Outdoor designs requiring addition
of caulking or gasketing in the field are not acceptable. The busway shall be capable of
being mounted flatwise, edgewise, or vertically without derating. The busway shall
consist of standard 10 -foot sections with special sections and fittings provided to suit the
installation. Horizontal runs shall be suitable for support on 10 -foot maximum centers.
Vertical runs shall be suitable for mounting on 16 -foot maximum centers.
B. Provide gasketed covers with removable drain plugs.
2.4 BUS
A. Bus bars shall be fabricated form high strength, 98% conductivity copper and suitably
plated at all electrical contact surfaces.
B. Bus bars shall be insulated over their entire length, except at joints and contact
surfaces, with a UL listed insulating material consisting of epoxy applied by fluidized bed
process. Tape or heat -shrink sleeve insulation, or any other method of insulation which
can allow air -gaps or insulation breakdown, shall not be acceptable.
C. The busway shall be capable of carrying rated current continuously without exceeding a
temperature rise of 55 degrees C based on a 40 degrees C ambient.
2.5 BUS JOINTS
A. Each busway section shall be furnished complete with joint hardware and covers. The
busway Joints shall be a single -bolt, non -rotating, removable bridge design. All bridge
joints shall be furnished with torque -indicating double head Joint bolts and Belleville
washers, The bridge joint shall utilize a captive nut retainer on the opposite side of the
torque indicating bolt. The bridge joint design shall ensure proper installation without
the use of a torque wrench, and provide visual indication that the joint is properly
torqued. Each busway joint shall allow for a minimum length adjustment of ±0.5 inches.
De energization of busway shall not be required for safe testing of joint tightness.
2.6 HOUSING
A. The busway housing shall be a 2 -piece design fabricated from extruded aluminum. The
2 -piece housing shall be bolted together along the bottom flange using grade 5, 1/4 x 20
zinc -plated fasteners on 3 -inch centers for maximum mechanical strength. The busway
enclosure finish shall be ANSI 61 gray baked epoxy powder paint applied by an
electrostatic process.
B. Outdoor feeder busway housing shall be UL listed for outdoor use. Busway shall be
completely weatherized at the factory, and designed such that only protective joint
covers are required for outdoor application.
PART 3 EXECUTION
3.1 FACTORY TESTING
A. Standard factory tests shall be performed on the equipment provided under this section.
All tests shall be in accordance with the latest version of ANSI and NEMA standards.
B. The manufacturer shall provide three (3) certified copies of factory test reports.
City of Fayetteville, Arkansas
Bid 09-46, Electrical Buss Replacement
Page 10 of 15
3.2 INSTALLATION
A. The Contractors shall install all equipment per the manufacturer's recommendation
sand the contract drawings.
END OF SECTION
City of Fayetteville, Arkansas
Bid 09-46, Electrical Buss Replacement
Page 11 of 15
r.
c
/
SECGNU 2 4P4i(lEF Y1
•
4,4
J
1
3
a
4,
1 4
ts
4
N c
e6
g
y
K T
a b.
r
Y
� a
L.
e §
pew
tit
a L
ssgatg
• >10
yft.tkgnc'�
FSs
T,� a
SaS -'g
a
IVW Y'LS
55
• o t *4.z 0
IJ V
pF
Y
J
canes; ORMZQ aee
g
1
1
P
.1.1
4)
W
0
l0
Q.
0
Tom
ti
W
r
1
i
J 0.
FW CO
F-
W
a
CERTIFIED: