Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
163-09 RESOLUTION
RESOLUTION 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: O 0 ° ° ° - # E 2 7 2 } { - 7 | ! |�(I�� 103 ] ,, \\ §2» i o - | o fl ( 6 ,. }2 f z; ■ !@� ( \} 00 } f - ! §0 2 o § - %� , e} 8 8 8 2 8 \ F o� E\ -i�°� [ 0 ` a a• §CW 3 / 4J�f_8 a & \\ ±° \»a we. f % o ®�J ) # ; (E .• f We \2 .x \ f .# ' § { � { :. / ( 10 _ � -Pp klB; Pcn1 CD ; 0. / § r oce OIL CAPITAL ELECTRIC LETTER OF TRANSMITTAL Oil Capital Electric, LLC To: City of Fayetteville, AR. 113 West Mountain Fayetteville, Ar. 72701 WE ARE SENDING ® Attached ❑ Shop drawings ❑ Copy of letter Attn: Lori Johnson Re: Noland Buss Duct Replacement Fayetteville, AR. ❑ Under separate cover ❑ Submittal ❑ Change order ❑ Contract ❑ O&M Manual COPIES DATE NO DESCRIPTION 3 7/29/09 Signed Contract 1 7/29/09 Performance & Payment Bond THESE ARE TRANSMITTED as checked below: ❑ For Approval ❑ ® For Your Use ❑ ❑ As requested ❑ ❑ For review and comment Approved as submitted Approved as noted Return for correction ❑ For bids due: ❑ Resubmit copies for approval ❑ Submit copies for distribution ❑ Return corrected prints Bond #38BCSEZ2294 Performance Bond CONTRACTOR (Name and Address): Oil Capital Electric, LLC 12718 East 55th Street Tulsa, OK 74146-6221 OWNER (Name and Address): City of Fayetteville 113 West Mountain Fayetteville, AR 72701 CONSTRUCTION CONTRACT Date: SURETY (Name and Principal Place of Business): Hartford Fire Insurance Company Amount: $27,750.00 Desc iptlon (Name and Location): City of Fayetteville, Noland Wastewater Treatment Plant, Electric Buss c• . Replacement, Bid 09-46. Date (Not eallierthan Construction Contract Date): July 23, 2009 Amount: $27,750.00 Modifications to this Bond: CONTRACTOR AS PRINCIPAL Company: Oil ital Electric, LLC ( rate Seal) Signature: jnttj t26�" Name and/title: 3omes F LCwis/ 11')Kt3er V. H 8 -' . i h I.. . ... : OUTERM. SURETY Company: Hartford Fire Iprance Company ,(Corporate Sean Signature: Name and lit : Kevin L. Hanover, Attomey-in-Fact (FOR INFORMATION ONLY- Name, Address and Telephone) AGENTorBROKER: OWNER'S REPRESENTATIVE (Architect, Engineer or other party): Rooney Insurance Agency. Inc. 5601 South 122nd East Avenue TulsaOK 74146 (918) 582-0565 1 The Contractor and the Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to the Owner for the performance of the Construction Contract, which is incorporated herein by reference. 2 It the Contractor performs the Construction Contract, the Surety and the Contractor shall have no obligation under this Bond, except to participate in conferences as provided in Subparagraph 3.1. 3 If there is no Owner Default, the Surety's obligation under this Bond shall arise after: 3.1 The Owner has notified the Contractor and the Surety at its address described in Paragraph 10 below that the Owner is considering declaring a Contractor Default and has requested and attempted to arrange a conference with the Contractor and the Surety to be held not later than fifteen days after receipt of such notice to discuss methods of performing the Construction Contract. If the Owner, the Contractor and the Surety agree, the Contractor shall be allowed a reasonable time to perform the Construction Contract, but such an agreement shall not waive the Owners right, if any, subsequently to declare a Contractor Default; and 3.2 The Owner has declared a Contractor Default and formally terminated the Contractors right to complete the contract. Such Contractor Default shall not be declared earlier than twenty days after the Contractor and the Surety have received notice as provided in Subparagraph 3.1; and 3.3 The Owner has agreed to pay the Balance of the Contract Price to the Surety In accordance with the terms of the Construction Contract or to a contractor selected to perform the Construction Contract in accordance with the terms of the contract with the Owner. 4 When the Owner has satisfied the conditions of Paragraph 3, the Surety shall promptly and at the Surety's expense take one of the following actions: 4.1 Arrange for the Contractor, with consent of the Owner, to perform and complete the Construction Contract; or 4.2. Undertake to perform and complete the Construction Contract itself, through its agents or through independent contractors; or 4.3 Obtain bids or negotiated proposals from qualified contractors acceptable to the Owner for a contract for performance and completion of the Construction Contract, arrange for a contract to be prepared for execution by the Owner and the contractor selected with the Owners concurrence, to be secured with performance and payment bonds, executed by a qualified surety equivalent to the bonds issued on the Construction Contract, and pay to the Owner the amount of damages as described in Paragraph 6 in excess of the Balance of the Contract Price incurred by the Owner resulting from the Contractors default; or 4.4 Waive its right ti arrange for completion, and with reasonable circumstances: r perform and complete, or obtain a new contractor promptness under the .1 After investigation, determine the amount for which it may be liable to the Owner and, as soon as practicable after the amount is determined, tender payment therefor to the Owner; or .2 Deny liability in whole or in part and notify the Owner citing reasons therefor. 5 If the Surety does not proceed as provided in Paragraph 4 with reasonable promptness, the Surety shall be deemed to be in default on this Bond fifteen days after receipt of an additional written notice from the Owner to the Surety demanding that the Surety perform its obligations under this Bond, and the Owner shall be entitled to enforce any remedy available to the Owner. If the Surety proceeds as provided in Subparagraph 4.4, and the Owner refuses the payment tendered or the Surety has denied liability, in whole or in part, without further notice the Owner shall be entitled to enforce any remedy available to the Owner. 6 After the Owner has terminated the Contractors right to complete the Construction Contract, and if the Surety elects to act under Subparagraph 4.1, 4.2, or 4.3 above, then the responsibilities of the Surety to the Owner shall not be greater than those of the Contractor under the Construction Contract, and the responsibilities of the Owner to the Surety shall not be greater than those of the Owner under the Construction Contract. To the limit of the amount of this bond, but subject to commitment by the Owner of the Balance of the Contract Price to mitigation of costs and damages on the Construction Contract, the Surety is obligated without duplication for: 6.1 The responsibilities of the Contractor for correction of defective work and completion of the Construction Contract; 6.2 Additional legal, design professional and delay costs resulting from the Contractors Default, and resulting from the actions or failure to act of the Surety under Paragraph 4; and 6.3 Liquidated damages, or it no liquidated damages are specified in the Construction Contract, actual damages caused by delayed performance or non-performance of the Contractor. 7 The Surety shall not be liable to the Owner or others for obligations of the Contractor that are unrelated to the Construction Contract, and the Balance of the Contract Price shall not be reduced or set off on account of any such unrelated obligations. No right of action shall accrue on this Bond to any person or entity other than the Owner or its heirs, executors, administrators or successors. 8 The Surety hereby waives notice of any change, including changes of time, to the Construction Contract or to related subcontracts, purchase orders and other obligations. 9 Any proceeding, legal or equitable, under this Bond may be instituted in any court of competent jurisdiction in the location in which the work or part of the work is located and shall be instituted within two years after Contractor Default or within two years after the Contractor ceased working or within two years after the Surety refuses or fails to perform its obligations under this Bond, whichever occurs first. If the provisions of this Paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. 10 Notice to the Surety, the Owner or the Contractor shall be mailed or delivered to the address shown on the signature page. 11 When this Bond has been furnished to comply with MODIFICATIONS TO THIS BOND ARE AS FOLLOWS: a statutory or other legal requirement in the location where the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. The intent is that this Bond shall be construed as a statutory bond and not as a common law bond. 12 DEFINITIONS 12.1 Balance of the Contract Price: The total amount payable by the Owner to the Contractor under the Construction Contract after all proper adjustments have been made, including allowance to the Contractor of any amounts received or to be received by the Owner in settlement of insurance or other claims for damages to which the Contractor is entitled, reduced by all valid and proper payments made to or on behalf of the Contractor under the Construction Contract. 12.2 Construction Contract: The agreement between the Owner and the Contractor identified on the signature page, including all Contract Documents and changes thereto. 12.3 Contractor Default: Failure of the Contractor, which has neither been remedied nor waived, to perform or otherwise to comply with the terms of the Construction Contract. 12A Owner Default: Failure of the Owner, which has neither been remedied nor waived, to pay the Contractor as required by the Construction Contract or to perform and complete or comply with the other terms thereof. (Space Is provided below for additional signatures of added parties, other than those appearing on the cover page.) CONTRACTOR AS PRINCIPAL SURETY Company: (Corporate Seal) Company: (Corporate Seal) Signature: _ Name and Title: Address: Signature: _ Name and Title: Address: Bond #38BCSEZ2294 Labor and Material Payment Bond KNOW ALL MEN BY THESE PRESENTS: that (Here insert full name and address or legal title of Contractor) Oil Capital Electric, LLC 12718 East 55th Street, Tulsa, OK 74146-6221 as Principal, hereinafter called Principal, and, (Here insert lull name and address or legal title of surety) Hartford Fire Insurance Company as Surety, hereinafter called Surety, are held and firmly bound unto (Here insert full name and address or legal title of Owner) City of Fayetteville, 113 West Mountain, Fayetteville, AR 72701 as Obligee. hereinafter called Owner, for the use and benefit of claimants as hereinbelow defined, in the amount of Twenty-seven Thousand, Seven Hundred Fifty and 00/100 -------------------------------------------------------- (Here insert a sum equal to at least one-half of the contract price) Dollars ($ 27,500.00---------------- ), for the payment whereof Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has by written agreement dated *9 entered into a contract with Owner for City of Fayetteville, Noland Wastewater Treatment Plant, Electric Buss Replacement. Bid 09-46. in accordance with Drawings and Specifications prepared by (Here insert full name and address or legal title of Architect) which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Principal shall promptly make payment to all claimants as hereinafter defined, for all labor and material used or reasonably required for use in the performance.of the Contract, then this obligation shall be void; otherwise it shall remain in full force and effect, subject, however, to the fol- lowing conditions: 1. A claimant is defined as one having a direct con- tract with the Principal or with a Subcontractor of the Principal for labor, material, or both, used or reasonably required for use in the performance of the Contract, labor and material being construed to include that part of water, gas, power, light, heat, oil, gasoline, telephone service or rental of equipment directly applicable to the Contract. 2. The above named Principal and Surety hereby jointly and severally agree with the Owner that every claimant as herein defined, who has not been paid in full before the expiration of a period of ninety (90) days after the date on which the last of such claimant's work or labor was done or performed, or materials were furnished by such claimant, may sue on this bond for the use of such claimant, prosecute the suit to final judgment for such sum or sums as may be justly due claimant, and have execution thereon. The Owner shall not be liable for the payment of any costs or expenses of any such suit. 3. No suit or action shall be commenced hereunder by any claimant: a) Unless claimant, other than one having a direct contract with the Principal, shall have given written notice to any two of the following: the Principal, the Owner, or the Surety above named, within ninety (90) days after such claimant did or performed the last of the work or labor, or furnished the last of the materials for which said claim is made, stating with substantial Signed and sealed this 23rd day of (Wilnessl I Wilnosn) Oil accuracy the amount claimed and the name of the party to whom the materials were furnished, or for whom the work or labor was done or performed. Such notice shall be served by mailing the same by registered mail or certified mail, postage prepaid, in an envelope ad- dressed to the Principal, Owner or Surety, at any place where an office is regularly maintained for the trans- action of business, or served in any manner in which legal process may be served in the state in which the aforesaid project is located, save that such service need not be made by a public officer. b) After the expiration of one (1) year following the date on which Principal ceased Work on said Contract, it being understood, however, that if any limitation em- bodied in this bond is prohibited by any law controlling the construction hereof such limitation shall be deemed to be amended so as to be equal to the minimum period of limitation permitted by such law. c) Other than in a state court of competent jurisdiction in and for the county or other political subdivision of the state in which the Project, or any part thereof, is situated, or in the United States District Court for the district in which the Project, or any part thereof, is sit- uated, and not elsewhere. 4. The amount of this bond shall be reduced by and to the extent of any payment or payments made in good faith hereunder, inclusive of the payment by Surety of mechanics' liens which may be filed of record against said improvement, whether or not claim for the amount of such lien be presented under and against this bond. July pg. 2009 Electric, LLC Hartford Fire Insurance L. Hanover, (11le) Manaq,eC Direct Inquiries/Claims to: THE HARTFORD POWER OF ATTORNEY P.O. BOX 21036 90 ASYLUM AVENUE HARTFORD, CONNECTICUT 06115 call: 888-266-3488 or fax: 860.757-5835 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Code: 38.382980 X� Hartford Fire Insurance Company, a corporation duly organized under the laws of the State of Connecticut X� Hartford Casualty Insurance Company, a corporation duly organized under the laws of the State of Indiana Hartford Accident and Indemnity Company, a corporation duly organized under the laws of the State of Connecticut Hartford Underwriters Insurance Company, a corporation duly organized under the laws of the State of Connecticut Twin City Fire Insurance Company, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois Hartford Insurance Company of the Midwest, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of the Southeast, a corporation duly organized under the laws of the State of Florida having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies") do hereby make, constitute and appoint, up to the amount of unlimited: Kevin L. Hanover, George J. Kolczun Jr., Nancy Scheib, Linda Wright, Annissa R. DeJamett, Georgia A. Craig, James B. Geisinger, Lori Grimes of Tulsa, OK their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on January 22, 2004 the Companies have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. i. "xi V• j��Sh r ri ', 6 :4,•n.,av:S , ►v1 •r1"'•� c ar,•r••e1�j �� n• ` '�hnnxrr``' • 4•Ip• 1�t .1970 � 0270 � 79Y9 • KSri'.., .hC! r• •j�'., .O/l• • 1r.'hu o,t_ ,1-r••', O -'9�i. Paul A. Bergenholtz, Assistant Secretary M. Ross Fisher, Assistant Vice President STATE OF CONNECTICUT } SS. Hartford COUNTY OF HARTFORD J On this 3rd day of March, 2008, before me personally came M. Ross Fisher, to me known, who being by me duly sworn, did depose and say: that he resides in the County of Hartford, State of Connecticut; that he is the Assistant Vice President of the Companies, the corporations described in and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his name thereto by like authority. a •\LW ' Scott E. Paseka Notary Public CERTIFICATE My Commission Expires October 31, 2012 I, the undersigned, Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is still in full force effective as of July 23, 20D9. Signed and sealed at the City of Hartford. Jy - ry��rlYM4` . .. •� $" •\+ , ♦.ee �•ArO� a .% y-, 3 l IOW 6 � �lx4nr,rnr"+ • •4ttl, 1.cr, 1070 i i. 1070.` ? 1979 • 'Tin._ ."YT ���"�r••t • �h,am\' pxo•' \-na•d'. Gary W. Stumper, Assistant Vice President ACORD.. CERTIFICATE OF LIABILITY INSURANCE OPID LW DA OILCA-1 07/23 09 07 23 09 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATIO ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Rooney Insurance Agency, Inc. HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 5601 S. 122nd E. Ave. ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW Tulsa OK 74146 Phone: 918-582-0565 Fax: 918-878-3388 INSURERS AFFORDING COVERAGE NAIC # INSURED INSURER A: The Phoenix Insurance Crnvpany INSURER B: The Charter Oak Fire INSURERC: The Travelers Indemnity Casten Oil Capital Electric, TLC 12718 East 55th Street Tulsa OK 74146-6221 INSURER D: INSURER E: (:UVtKAUtb 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 CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE 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 NSR TYPE OF INSURANCE POLICY NUMBER DATE MMIDD/OliCY Y' DATVE E M/D/' EXPIRATION LIMITS A GENERAL UABIUTY COMMERCIAL GENERAL LIABILITY CLAIMS MADE a OCCUR C0614OBB58 02/14/09 02/14/10 EACH OCCURRENCE E 1 ,000,000 X pREMISE5(Eaoccurenco $300,000 MED EXP (Any one person) $ 5 , 000 PERSONALBADV INJURY $1,000,000 GENERAL AGGREGATE s2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY X JE C LOC PRODUCTS-COMPIOPAGG s2,000,000 B AUTOMOBILE LIABIUTY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS 8106729B48A 02/14/09 02/14/10 COMBINED SINGLE LIMIT (Ee acatlem S1 OOO r) , OOO X BODILY INJURY (Per person) X BODILYacod (Perr acddennt) U X PROPERTY DAMAGE (Per acddent) E GARAGE UABIUTY ANY AUTO AUTO ONLY - EA ACCIDENT E AUTORNYN EA ACC AUTO ONLY: AGG $ E C EXCESS/UMBRELLA UABILITY OCCUR CLAIMS MADE DEDUCTIBLE RETENTION $10,000 CUP5409B276 02/14/09 02/14/10 EACH OCCURRENCE E 5,000,000 X AGGREGATE s5,000,000 E E X $ C WORKERS COMPENSATION AND ANY PRORIETOR!LITY ANY PROPRIETORIPARTNER/E%ECUTIVE OFFICER/MEMBER EXCLUDED? If yes, deemibe under SPECIAL PROVISIONS below UB6362B209 02/14/09 02/14/10 X TORY LIMITS I ER E.L. EACH ACCIDENT $1,000,000 E.L. DISEASE - EA EMPLOYEE $1 000 000 E.L. DISEASE- POLICY UMIT $1 ,000,000 OTHER DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS Re: All Operations of the Named Insured. Project: Noland WWTP Electric Buss Replacement, Fayetteville, AR Bid 09-46. ctf I IrluA I t HOLDER CANCELLATION CITYFAY SHOULD ANY OF THE ABOVE DESCRIBED POUCIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SMALL City of Fayetteville IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR 113 West Mountain REPRESENTATIVES. Fayetteville AR 72701 AUTHO REPRESEN%A VE ACORD 2D (2UUl/U0) © ACORD CORPORATION I sh koly Oq OP ID: LW A`O' CERTIFICATE OF LIABILITY INSURANCE q- DATE 013) 02/08/20 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the policy(ies) must be endorsed. 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 endorsements . PRODUCER Phone: 918-582-0565 Rooney Insurance Agency, Inc. 4700 S. Garnett Rd., suite 200 Fax: 918-878-3388 Tulsa, OK 74146 Kevin L. Hanover, CIC CONT NAMEACT Linda Wright PHONE .t , 918-878-3473 FAX Arc No): 918.878-3388 ADDRESS: lwright@rooneyins.com PRODUCER CUSTOMER ID#: .jlLCA"l INSURER(S) AFFORDING COVERAGE NAIC e INSURED Oil Capital Electric, LLC INSURERA:ThePhoenixInsuranceCompany 25623 3837 West Vancouver Broken Arrow, OK 74012 INSURERS _ Travelers Pro Cas Co of Amer 25674 INSURERC:The Travelers Indem Co of Amer 25666 INSURER 0: : INSURER: _E: INSURER_F: : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT 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. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ILTR NSR TYPE OP INSURANCE POLICY NUMBER MMLDDYD EFF POLICY MJD YDIYYXW LIMITS A GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY CLAIMS -MADE rxIOCCUR CO132J2370 02/14/2013 0211412014 EACH OCCURRENCE $1,000,000 X DAMAGE TO RENTED PREMISESEa ocw ence $ 300,00 MED EXP Any one person $ 5,00 PERSONALSADV INJURY $1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY X PRO LOC PRODUCTS-COMP/OP AGG $2,000,000 $ B AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS CAP132J2382 02114/2013 02/14/2014 COMBINED SINGLE LIMIT (Ea accident) $ 1,000208 0 X BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ X X $ $ B X UMBRELLA LIAR EXCESS LIAR X OCCUR CLAIMS -MADE CUP132J2394 02/14/2013 02/14/2014 EACH OCCURRENCE $10,000,000 AGGREGATE $ 10,000,08 DEDUCTIBLE RETENTION 10008 $ X $ C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE YIN OFFICER/MEMBER EXCLUDED? (Mandatory In NH) I/ yes, describe under DESCRIPTION OF OPERATIONS below NIA UB2B796475 02/1412013 02/14/2014 X WC STATU- 0TH - EL. EACH ACCIDENT $1,000,000 E.L. DISEASE -EA EMPLOYEE $1,000,000 E.L. DISEASE - POLICY LIMIT $1,000,000 DESCRIPTION OP OPERATIONS I LOCATIONS I VEHICLES Attach ACORD 101, Additional Remarks Schedule, If more space Is required) Re: All Operations of the Named Insured. CERTIFICATE HOLDER CANCELLATION CITYFAY SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Fayetteville THE EXPIRATION DATE ACCORDANCE T WITH THE POLICY NOTICE WILL BE DELIVERED IN PROVISIONS. 113W Mountain Fayetteville, AR 72701 AUTHORIZED REPRESENT�AIlVEE © 1988-2009 ACORD CORPORATION. All rights reserve4. ACORD 26 (2009/09) The ACORD name and logo are registered marks of ACORD