Loading...
HomeMy WebLinkAbout210-10 RESOLUTIONRESOLUTION NO. 210-10 A RESOLUTION AWARDING BID #10-66 AND AUTHORIZING THE CONSTRUCTION AND INSTALLATION OF ELECTRICAL GENERATORS BY HECKATHORN CONSTRUCTION COMPANY, INC. IN THE AMOUNT OF $78,502.00 FOR USE BY THE FIRE DEPARTMENT 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 #10-66 and authorizes the construction and installation of electrical generators by Heckathom Construction Company, Inc. in the amount of $78,502.00 for use by the fire department. PASSED and APPROVED this 7th day of December, 2010. APPROVED: B ATTEST: By: tKa te,-, 6, � SONDRA E. SMITH, City Clerk/Treasurer David Dayringer Submitted By City of Fayetteville Staff Review Form City Council Agenda items and Contracts, Leases or Agreements 12/7/2010 City Council Meeting Date Agenda Items Only Fire Division Action Required: Fire Department A Resolution awarding Bid 10-66, Construction - Fire Department Generators Re -Bid to and approving a contract with Heckathorn Construction Company, Inc. in the amount of $78,502.00 and approving an approximate 10% project contingency in the amount of $8,000.00. $86,502.00 Cost of this request 2300.9300.5801.04 4470.9470.5801.00 4470.9470.5801.00 Account Number 07003/1001 02006/1 10019/1 Project Number Budgeted Item 18,641.00 25,000.00 60,000.00 Category / Project Budget 11,248.92 $ 3,178.00 Funds Used to Date 89,214.08 Remaining Balance Budget Adjustment Attached ((-,',' ,i Date 11-n-261 Finan eland Internal Services Director Date Chi of Staff Date -4Vbe t/Maor D Fire Impact Fee Improvements Fire Facility Maintenance Fire Station #1 Generator Program Category / Project Name Fire Improvements Fire Improvements Fire improvements Program / Project Category Name Impact Fee Sales Tax Capital Improvements Sales Tax Capital Improvements Fund Name Previous Ordinance or Resolution # Original Contract Date: Original Contract Number: Received in City Clerk's Office 11-14f-1 0it1 1 :32 RCV[ _ Comments: Revised January 15, 2009 ave ev! le THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENT CORRESPONDENCE ARKANSAS www.accessfayetteville.org CITY COUNCIL AGENDA MEMO To: Mayor Lioneld Jordan & City Council From: David Dayringer, Fire Chie Date: December 7, 2010 Subject: A Resolution awarding Bid 10-66 Construction — Fire Department Generators Re -Bid to and approving a contract with Heckathom Construction Company, Inc. in the amount of $78,502.00 and approving an approximate 10% project contingency in the amount of $8,000.00. PROPOSAL: During the Ice Storm of 2009 preparation for emergency power had only been partially completed, resulting in total loss of or inadequate power in five of the Fire Department's locations, including Fire Stations 1, 2, & 5, the airport Fire Station, and the Fire Marshal's Office. Crews were operating without adequate communication, heat, phones, lights, etc. at those locations. As part of the expanded Disaster Response Improvement Plan, the Fire Department has identified this generator project as a top priority. The City Council has addressed this critical need in the 2010 Sales Tax Capital Improvement Program, which will also be presented to the Equipment Committee for approval on November 30, 2010. The City of Fayetteville Fire Department proposes adding additional emergency generators along with revisions to, and/or the relocation of existing generators at multiple locations. The planned upgrades include the purchase of a new emergency generator for Fire Station #1, the installation of a relocated generator at Fire Station #2, and revised circuiting at Fire Station #5 to include heating on the emergency panel. RECOMMENDATION: Sealed formal bids for the construction and installation of generators for the Fire Department were publicly read and. the results are attached to this memo. Staff recommends awarding Bid 10-66 Construction — Fire Department Generators Re -Bid to and approving a contract with Heckathom Construction Company, Inc. for the amount of $78,502.00 for the aforementioned materials and services and approving an approximate 10% project contingency in the amount of $8,000.00. BUDGET IMPACT: $18,641.00 of expenditures for this project will qualify for the use of Fire Impact Fee Funds. The remaining balance has been budgeted in the Sales Tax Capital Improvement Fund. RESOLUTION NO. A RESOLUTION AWARDING BID. #10-66 AND AUTHORIZING THE CONSTRUCTION AND INSTALLATION OF ELECTRICAL GENERATORS BY HECKATHORN CONSTRUCTION COMPANY, INC. IN THE AMOUNT OF $78,502.00 FOR USE BY THE FIRE DEPARTMENT 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 #10-66 and authorizes the construction and installation of electrical generators by Heckathorn Construction Company, Inc. in the amount of $78,502.00 for use by the fire department. PASSED and APPROVED this 7th day of December, 2010. APPROVED: ATTEST: By: By: LIONELD JORDAN, Mayor SONDRA E. SMITH, City Clerk/Treasurer City of Fayetteville Bid 10-66, Construction — Fire Department Generators Re -Bid Draft Contract — Between City and Contractor This contract executed this 74 day of DQi githel 2010, between the City of Fayetteville, Arkansas, and Heckathorn Construction Company, Inc. In consideration of the mutual covenants contained herein, the parties agree as follows: 1. Heckathorn Construction Company, 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 10-66 as stated in Heckathorn Construction Company, Inc. bid proposal, and in accordance with specifications attached hereto and made a part hereof under Bid 10-66, all included herein as if spelled out word for word. 2. The City of Fayetteville shall pay Heckathorn Construction Company, Inc. based on their bid proposal in an amount not to exceed $78,502.00. 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 Heckathorn Construction Company, Inc. consist of this Contract and the following documents attached hereto, and made a part hereof: A. Bid form identified as Invitation to Bid 10-66 with the specifications and conditions typed thereon. B. Heckathorn Construction Company, 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 Heckathorn Construction Company, Inc. and may be modified only by a duly executed written instrument signed by the City of Fayetteville and Heckathorn Construction Company, Inc. 5. Heckathorn Construction Company, Inc. shall not assign its duties under the terms of this agreement. 6. Heckathorn Construction Company, 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 Heckathorn Construction Company, 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. Heckathorn Construction Company, 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, Heckathorn Construction Company, 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. City of Fayetteville, Arkansas Bid 10-66, Construction — Fire Department Generators Re -Bid Page 1 of 2 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 Heckathorn Construction Company, Inc. 8. Heckathorn Construction Company, Inc. shall furnish proof of licensure as required by all local and state agencies. 9. This contract may be terminated by the City of Fayetteville or Heckathorn Construction Company, 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 mariner 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 7 DAY OF Posa Le, , 2010. A EST: COMP N SECRETARY mss,_ Y OF FAYETTEVILLE, AYETT LE, A NSAS Janet S. Heckathorn, Secretary 1880 North Birch Avenue: Fayetteville, AR 72703 BUSINESS ADDRESS City of Fayetteville, Arkansas Bid 10-66, Construction — Fire Department Generators Re -Bid Page 2 of 2 HeckatCons B rr 00 •�� :FAYETTEVILLE: iz CJa�w /G mGNm+Gee�`r Inc. President NA A TITL Don L. Heckathorn aye evi le ARKANSAS Project Check List Bid 10-G6, Construction — Fire Department Generators Re -Bid This checklist is for the Bidder's use in preparing & submitting a bid. it is not intended to include all details necessary to prepare a bid and shall not be used as a substitute for the reauirements of the bid documents. Information is shown below only as a matter of convenience. Use of this checklist does not relieve the Bidder from the responsibility of meeting ail requirements of the Specifications concerning the preparation of an. acceptable bld. Bidders are welcome to use this form as a coversheet for a sealed envelope; however, using this form itself is NOT a requirement, x 5% Bid Bond of the amount bid accompanied by required documentation (Power of Attorney, etc.) - In lieu of a bid bond, the bidder may submit a cashier's check for at least five percent (5%) of the amount bid (inclusive of any deductive alternates). Cashiers checks shall be made payable to the City of Fayetteville, AR. All addenda shall be signed, acknowledged, and submitted on the appropriate forms (submitting the actual addendums or marking- acknowledgement on other bid pages). All line items shall be appropriately filled out and extended to reveal the line item price as well as the total bid price. Total base bid should be calculated in the provided space. Ali bidders shall submit a "Statement of Disclosure" on such form provided with the bid documents, All pages provided with signature lines shall be appropriately signed, dated accordingly, and included with submitted bid documents Alt .bid documents shall be delivered in a sealed envelope to the address listed below before the stated deadline on the coversheet of the bid. All bids should be delivered with the name of the bidder (contractor) on the sealed envelope as well as the bidders Arkansas Contractors License Number. CONTRACTOR NAME: City of Fayetteville, AR Purchasing Division — Suite 306 113 W. Mountain Fayetteville, AR 72702 Heckathorn Construction Company, Inc. ARKANSAS CONTRACTORS LICENSE NUMBER: 0023780411 City of Fayetteville, AR Bid 10-66, Construction — Fire Department Generators Re -Bid Page 3 of 47 INVITATION TO BID le City of Fayetteville, Arkansas Purchasing Division -- Room 306 113 W. Mountain Fayetteville, AR 72701 Phone: 479.575.8220 ARKANSAS TDD (Telecommunication Device for the Deaf): 479.521.1316 INVITATION TO BID: BID 10-66, Construction — Fire Department Generators DEADLINE: Thursday, October 28, 2010 before 2:00 PM, local time DELIVERY LOCATION: Room 306 —113 W. Mountain, Fayetteville, AR 72701 PURCHASING AGENT: Andrea Foren, CPPB, aforenna ci:favetteviile.ar.us, 479.575.8220 DATE OF ISSUE AND ADVERTISEMENT: October 14, 2010 and October 21, 2010 INVITATION TO BID BID 10-66. Construction —Fire Department Generators Re -Bid No late bids will be accepted. Bids shall- be submitted in sealed envelopes labeled "Bid 10-66, Construction — Fire Department Generators Re -Bid" 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. No pre-bid conference will be held for this bid. Ali questions should be directed to Andrea Foren via e-mail NOTICE TO ALL BIDDERS: All vendors intending on bidding SHALL register as a plan holder by notifying Andrea Foren, Purchasing Agent, via e-mail at aforenCcci.favetteville.ar.us. When registering as a plan holder, vendors shall submit primary contact information including name of contractor, primary contact, phone number, fax number, and physical address. FAILURE TO REGISTER AS A PLAN HOLDER.. CAN RESULT IN YOUR BID BEING REJECTED. Bidder assumes all responsibility for receiving updates and any addenda issued to this project by monitoring www. accessfa yetteville. orq. Failure to acknowledge addenda issued as instructed could" result in rejection of such bid. City of Fayetteville, AR Bid 10-66, Construction — Fire Department Generators Re -Bid Page 1 of 47 Project Manual CITY OF FAYETTEVILLE ARKANSAS CONSTRUCTION — INSTALLATION OF FIRE DEPARTMENT GENERATORS BID # 10-66 Date: October 2010 City of Fayetteville, AR - Bid 10-66, Construction -- Fire Department Generators Re -Bid Page 2 of 47 aye evi le ARKANSAS Prosect Check List Bid 10-66, Construction - Fire Department Generators Re -Bid This checklist is for the Bidder's use In preparing & submitting a bid. It is not intended to include all cIetails necessary to prepare a bid and shall not be used as a substitute for the requirements of the bid documents. Information is shown below only as a matter of convenience. Use of this checklist does not relieve the Bidder from the responsibility of meeting ail requirements of the Specifications concerning the preparation of an. acceptable bid. Bidders are welcome to use this form as a coversheet for a sealed envelope; however, using this form itself is NOT a requirement. 5% Bid Bond of the amount bid accompanied by required documentation (Power of Attorney, etc.) In lieu of a bid bond, the bidder may submit a cashier's check for at least five percent (5%) of the amount bid (inclusive of any deductive alternates). Cashiers checks shall be made payable to the City of Fayetteville, AR. All addenda shall be signed, acknowledged, and submitted on the appropriate forms (submitting the actual addendums or marking acknowledgement on other bid pages). All line items shall be- appropriately filled out and extended t© reveal the line item price as well as the total bid price. Total base bid should be calculated in the provided space. All bidders shall submit a "Statement of Disclosure" on such form provided with the bid documents. All pages provided with signature lines shall be appropriately signed, dated accordingly, and included with submitted bid documents All .bid documents shall be delivered in a sealed envelope to the address listed below before the stated deadline on the coversheet of the bid. All bids should be delivered with the name of the bidder (contractor) on the sealed envelope as well as the bidders Arkansas Contractors License Number. CONTRACTOR NAME: City of Fayetteville, AR Purchasing Division — Suite 306 113 W. Mountain Fayetteville, AR 72702 Heckathorn Construction Company, Inc. ARKANSAS CONTRACTORS LICENSE NUMBER: . 0023780411 City of Fayetteville, AR Bid 10-66, Construction - Fire Department Generators Re -Bid Page 3 of 47 City of Fayetteville, AR Bid l0 -O8, Construction — Fire Department Generators Re -Bid Project Manual Index SECTION: PAGE NUMBER Advertisement - 5 Bid Form_ 6 Terms & Conditions 7 Instructions to Bidders 10 Section 16051 — General Electrical Requirements 18 Section 16120 — Conductors and Cables - 25 Section 16130 — Raceways and Boxes 29 Section 16415 — Transfer Switches 34 Generator #1 — Fire Station #1 (Reference Sheet El) 39 Draft Contract 45 Statement of No -Bid (If Applicable) 47 ATTACHMENTS: # QF PAGES A) Arkansas Department of Labor Prevailing Wages 4 Pages B) Drawings (11X17) — Includes the following sheets: 4 Sheets Total - Sheet 1: El - Sheet 2: E2 - Sheet 3: E3 • City of Fayetteville, AR Bid 10-66, Construction — Fire Department Generators Re -Bid Page 4 of 47, - City of Fayetteville Bid 10-66, Construction — Fire Department Generators Re -Bid Advertisement: 10/14/10 & 10/21/10 The City of Fayetteville is accepting bids from properly [€tensed general contractors to bid on a project for the installation of generators for the Fayetteville Fire Department, in Fayetteville, AR. Any questions shall be addressed to Andrea Foren, City of Fayetteville Purchasing Agent at aforen(dtci:favetteville.ar.us or by calling (479) 575-8220. Bids must be submitted in a sealed envelope or package labeled 'Bid 10-66, Construction — Fire Department Generators Re -Bid". All bids shall be received before 2:00 PM, local time on Thursday, October 28_, 2010 to the City of Fayetteville, Purchasing Division - Room 306, 113 W. Mountain, Fayetteville, Arkansas 72701. Bidding documents and plans must be obtained by contacting the City Purchasing Division. Documents are available via e-mail. Plans can also be reviewed at the Fayetteville Purchasing Division, as listed below. City of Fayetteville — City Hall Purchasing Division — Attention: Andrea Foren 113 W. Mountain, Suite 306 Fayetteville, AR 72701 Phone: 479.575.8220 E -Mail: aforenaci.favetteville.ar.us All vendors intending on bidding SHALL register as a plan holder by notifying Andrea Foren, Purchasing Agent, via e-mail at aforen ct~D.ci.favetteville.ar.us. When registering as a plan holder, vendors shall submit primary contact information Including name of contractor, primary contact, phone number, fax number, and physical address. FAILURE TO REGISTER AS A PLAN HOLDER CAN RESULT IN YOUR BID BEING REJECTED. Each bid must be accompanied by a certified check or bid bond, in an amount not 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. "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." The City of Fayetteville reserves the right to waive irregularities, reject bids, and postpone the award of any Contract for a period of time which shall not exceed beyond ninety days from the bid opening date. CITY OF FAYETTEVILLE, ARKANSAS By: Andrea Foren, CPPB, City of Fayetteville, Purchasing Agent Ad Dates: 10/14/10 & 10/21/10 City of Fayetteville, AR Bid 10-66, Construction — Fire Department Generators Re -Bid Page 5 of 47 Bid 10-66, Construction - Fire Department Generators Re -Bid Bid Form BASE BID ITEM# DESCRIPTION UNIT QTY. TOTAL 1 Turn -key price for all scope of work as specified L.S. 1.00 18,, SU Z ice, ®Ta p -gy TOTAL BASE BID PRICE (will be used for bid evaluation and award) $ t 3'50 Bid evaluation and award will be based on "Total Base Bid Price". Bidder understands that the Owner reserves the right to award the total project, or to reject any or all bids and to waive any informalities in the bidding. Bidder agrees that this Bid shall be good and will not be withdrawn for a period of 60 calendar days after the scheduled closing time for receiving bids. Respectfully submitted. Firm Name By Address City try . ion Company, Inc. 1880 North Birch Avenue Don L. Heckathorn, President Fayetteville State Arkansas "" Arkansas State Contractor's License Number 0023780411 Attested by: W Janet S. Heckathorn, **A Contractor's License is required to bid this project. This project requires a five (S) percent bid bond Secretary at time of bid opening. After contract award, a one hundred (100) percent performance and payment ,41, bond is required along with proof of insurance before construction begins. Acknowledge Addenda: Add. No. Acknowledged by Add. No. Acknowledged by Add. No. Acknowledged by Add. No. Acknowledged by Add. No. Acknowledged by City of Fayetteville, AR Bid 14-66 Page 6 of 47 City of Fayetteville Bid 10-66, Construction -Fire Department Generators Re -Bid Terms and Conditions 1. All bids shall be submitted in a sealed envelope and must be submitted on forms acquired by the vendor from the City of Fayetteville Purchasing website (www.accessfavetteville.orq). Bids with missing pages or missing any requested attachment are subject to being deemed incomplete. 2. The item bid and the bid number shall be stated on the face of the sealed bid envelope. 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. Bidder is presumed to be familiar with all federal, state, and city laws, ordinances, and regulations which in any manner affect those engaged or employed in the Work, or the materials or equipment used, or that in any way affect the Work and shall in all respects comply with said laws, ordinances, and regulations. No claim of misunderstanding or ignorance on the part of Bidder or Proposer will in any way serve to modify the provisions of the contract. No representations shall be binding unless embodied in the contract. 6. The quantities listed are based on the needs of the City and availability of funds at the time bids are posted. The City shall be able to purchase more or less than the quantity indicated subject to availability of funds or change in needs. 7. The bld 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 is offered through acceptance of Visa. 8. All products delivered shall comply with applicable standards of quality. 9. Any exceptions to the specification requirements of the City of Fayetteville must be noted on the Bid Form. 10. All bids shall include all costs including but not limited to applicable sales tax, use tax, permits, insurance, materials, labor; etc. There are NO provisions in this bid for a contractor to avoid taxes. The City of Fayetteville is not a tax exempt entity. 11. Each bidder shall state on the face of the bid form the anticipated number of days from the date of receipt of an order for delivery of equipment and installation to the City of Fayetteville, Failure to deliver on or before the time specified in the contract may subject the contractor to payment of damages or other appropriate sanctions. 12. Copy of the warranty 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. 13. 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 boa.ne by the bidder. 14. The City reserves the right to request any additional information it deems necessary from any or all City of Fayetteville, AR Bid 10-66, Construction — Fire Department Generators Re -Bid Page 7 of 47 bidders after the submission deadline. 15. 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. 18. If products and/or components other than those described in this bid document . are proposed, the bidder must include complete descriptive literature and technic& specifications. All requests for additional information must be received within five working days following the request. Each apparent low bid will be reviewed line by line to ensure compliance with specifications prior to recommendation for award. 17. Bids must be received by mail or hand delivery in the Purchasing Office, Room 306, 113 W. Mountain St. Fayetteville, AR 72701, on or before the time of closing listed on the face of the bid. No bids shall be accepted via e-mail or fax. 18. 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. 19. Items bid must be delivered FOB to each job site. Units must be fully assembled, serviced, and ready for operation as delivered unless otherwise specified. No dealer/distributor logo or other identification will be installed other than standard manufacturer name badges and specification plates. 20. Any discrepancy between the specifications and plans should be brought to attention immediately, in writing, to Andrea Foren at aforenaci.favetteviile.ar.us 21. Any reference to a particular brand or manufacturer is done in an effort to establish .an acceptable level of quality for this project. Brands or manufacturers that are included in bid that are of at least equal quality, size, design, and specification as to what has been specified, will be acceptable for consideration only if approved by the City of Fayetteville Purchasing Division. The City of Fayetteville reserves the right to accept or reject any requested equal. 22. Price bid shall include warranty, including but not limited to parts and labor, at no additional cost to the City of Fayetteville, as specified herein. 23. NOTE: Any uncertainties shall be brought to the attention to Andrea Foren immediately via telephone (479.575.8220) or e-mail (aforen@ci.favetteville.ar.us ). It is the Intent and goal of the City of Fayetteville Purchasing Division to provide bid packets that provide a clear and accurate understanding of the scope of work to be completed and/or goods to be provided. We encourage all Interested parties to ask questions to enable all bidders to be on equal bidding terms & documents. 24. "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." 25. The City of Fayetteville shall take ownership of product when products bid arrive undamaged at the specified shipping location. 26. ANY EXCEPTION TAKEN TO THESE SPECIFICATIONS AND BID DOCUMENTS SHALL ,BE - NOTED ON THESE DOCUMENTS. BIDDERS SHALL NOTE THE DIFFERENCE NEXT -TO THE RELATED SPECIFICATION. THE CITY RESERVES THE RIGHT TO ACCEPT OR REJECT EXCEPTIONS TO SPECIFICATIONS. City of Fayetteville, AR Bid 10-66, Construction — Fire Department Generators Re-BId Page8of47 27. Bidder must conform to the requirements listed below and include appropriate evidence for each. Proof of appropriate insurance as well as performance .and payment bond shall be provided before work begins and is not required for bid opening. Five percent bid bond shall be submitted with ALL bids exceeding $20,000. a. Workers Compensation as required by Arkansas State Statutes b. Bidder shall have general liability insurance as required at a minimum of $500,000.00 c. 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. d. A 100% performance and payment bond is required within ten (10) calendar days after a contract has been signed by all parties. The performance and payment bond shall be received by the City of Fayetteville BEFORE any work is done on the project. e. A current .valid State. of Arkansas Contractor's License is required for all bids submitted that exceed $20,000.00. Contractor's License shall be valid at time of bid throughout project completion. Failure to justify a current Arkansas Contractor's License shall result in your bid being rejected. f. All costs noted in this bid shall be included with total bid price subrnitted. g. Insurance required — to be provided to City after contract award: Bidder shall furnish a certificate of insurance addressed to the City of Fayetteville, showing that he/she 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, Bidder 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. i. Workmen's Compensation — Statutory Amount li. Comprehensive General & Automobile Insurance: 1. Bodily Injury Liability — $500,000 for each person injured. 2. Each Accident — $1,000,000 iii. Property Damage Liability — $1,000;000 aggregate. 28. Attachment A. which consists of the Arkansas Department of Labor Prevailing Wage Determination. is attached and hereby included with this bid packet. 29. Attachment B. which consists of stamped drawings, is attached and hereby included in this bid packet, 30. The City of Fayetteville will provide storage for all generators. 31. Contractor shall coordinate delivery of generators with Scott Jones, Fayetteville Fire Department Captain, who will be the signing agent for the City for receiving the generators. Scott Jones - Office: 479.575.8365, E -Mail: sionescci.favetteville.ar.us. City of Fayetteville, AR Bid 10-66, Construction — Fire Department Generators Re -Bid Page 9 of 47 City of Fayetteville Bid 10-66, Construction — Fire Department Generators Re -Bid Instructions to Bidders PART ONE - DEFINED TERMS 1.1 INSTRUCTIONS TO BIDDERS Terms used in these Instructions to Bidders which are defined in the General Conditions have the meanings assigned to them' in the General Conditions. Certain additional terms used in these Instructions to Bidders have the meanings indicated below which are applicable to both the singular and plural thereof. 1.2 Bidder - one who submits a Bid directly to City of Fayetteville as distinct from a sub -bidder, who submits a bid to a Bidder. 1.3 Issuing Office - the office from which the Bidding Documents are to be issued, and where the bidding procedures are to be administered. 1.4 Successful Bidder - the lowest, responsible, and responsive Bidder to whom the City of Fayetteville (on the basis of the City of Fayetteville's evaluation as hereinafter provided) makes an award. 1.5 Local time -- the time in Fayetteville, Arkansas on the due date of the deadline. Bids shall be received before 2:00:00 as shown by the atomic clock located in the Purchasing Division Office. PART TWO - COPIES OF BIDDING DOCUMENTS 2.1 Complete sets of the Bidding Documents in the number and for the deposit sum, if any, stated in the Advertisement for Bids may be obtained from the issuing Office. 2.2 Complete sets of Bidding Documents must be used in preparing Bids. Neither City of Fayetteville nor Architect assumes any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. 2.3 City of Fayetteville and Architect in making copies of Bidding Documents available on the above terms do so only for the purpose of obtaining Bids for the Work and do not confer a license or grant for any other use. PART THREE - EXAMINATION OF SITE AND CONTRACT DOCUMENTS 3.1 Bidders are advised that the Drawings and Specifications are on file at the City of Fayetteville Purchasing Division, and shall constitute all of the information which the City of Fayetteville shall furnish. No other information given or sounding made by the City of Fayetteville or any official thereof, prior to the execution of said contract, shall ever become a part of, or change the contract, drawings, specifications and estimates, or be binding on City of Fayetteville. Prior to submitting any Bid, Bidders are required to: read carefully the Specifications, contract, and Bonds; examine carefully all -Drawings; visit the site of the Work to carefully examine local conditions; . inform themselves by their independent research and sounding of the difficulties to be encounter dir - and all attending circumstances affecting the cost of doing the work, and the time specified.-fdr its completion; and obtain all information required to make an intelligent bid. City of Fayetteville, AR Bid 10-66, Construction — Fire Department Generators Re -Bid Page 10of47 3.2 Bidders shall rely exclusively upon their surveys, estimates, investigations, and other things which are necessary for full and complete information upon which the bid may be made and for which a contract is to be awarded. The Bid Form, providing for unit and lump sum prices bid by the Contractor, contains a statement that all bids are made with the full knowledge of the difficulties and conditions that may be encountered, the kind, quality and quantity of the plans, work to be done, excavation, and materials required and with full knowledge of the drawings, profiles, specifications, and estimates and all provisions of the contract and Bonds. 3,3 Bidders shall promptly notify Architect of all conflicts, errors, ambiguities, or discrepancies which Bidder has discovered in or between the Contract Documents and such other related documents. 3.4 Information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the site is based upon information and data furnished to City of Fayetteville and Architect by City of Fayetteville's.of such Underground Facilities or others, and City of Fayetteville and Architect do not assume responsibility for the accuracy or completeness thereof unless it is expressly provided otherwise in the Supplementary Conditions. 3.5 On request, City of Fayetteville will provide each Bidder access to the site to conduct such examinations, investigations, explorations, tests, and studies as each Bidder deems necessary for submission of a Bid. Bidder must fill all holes and clean up and restore the site to its former conditions upon completion of such explorations, investigations, tests, and studies. 3.6 Reference is made to the General Requirements for the identification of the general nature of work that is to be performed at the site by City of Fayetteville or others (such as utilities and other prime contractors) that relates to the work for which a Bid is to be submitted. On request, and as available, City of Fayetteville will provide to each Bidder, for examination, access to or copies of Contract Documents (other than portions thereof related to price) for such work. 3.7 The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has .complied with every requirement of this Article 3, that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and applying the specific means, methods, techniques, sequences, or procedures of construction (if any) that may be shown or. indicated or expressly required by the Contract Documents, that Bidder has given Architect written notice of ail conflicts, errors, ambiguities, and discrepancies that Bidder has discovered in the Contract Documents and that the written resolutions thereof by Architect are acceptable to Bidder, and that the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing -and furnishing the Work. PART FOUR - AVAILABILITY OF LANDS FOR WORK AND WORK BY OTHERS 4.1 The lands upon which the Work is to be performed, rights-of-way and easements for access thereto and other lands designated for use by Contractor in performing the Work are identified in the Contract Documents. All additional lands and access .thereto required for temporary construction facilities, construction equipment, or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by Contractor. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by City of Fayetteville unless otherwise provided in the - Contract Documents. PART FIVE - INTERPRETATION OF CONTRACT DOCUMENTS AND ADDENDA 5.1 If any person contemplating submitting a bid for construction of the Work is in doubt as to -the true meaning of any part of the proposed Contract Documents or finds discrepancies in or omissions from any part of the proposed Contract Documents, he should submit a written request for interpretation City of Fayetteville, AR Bid 10-66, Construction — Fire Department Generators Re -Bid Page 11 of 47 thereof to the Architect not later than seven days before the date set for bid opening. The person submitting the request shall be responsible for its prompt delivery. 5.2 interpretation or correction of proposed Contract Documents will be made only .by Addendum to all holders of Bidding Documents. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. City of Fayetteville will not be responsible for any other explanations or interpretations of the proposed Contract Documents. 5.3 Addenda may also be issued to modify the Bidding Documents as deemed advisable by City of Fayetteville or Architect. 5.4 Bidder assumes all responsibility for checking the City's website at www.accessfayetteville.org for updates and addenda issued to this project. PART SIX - APPROXIMATE ESTIMATE OF QUANTITIES 6.1 Architect's estimate of quantities is approximate only and shall be the basis for receiving unit price bids for each item but shall not be considered by Bidders as actual quantities that may be required for the completion of the proposed work. However, such quantities, at the unit and lump sum prices bid for each item, shall determine the amount of each bid for comparison of Bids and aid in determining the low and responsive Bidder for the purpose of awarding the contract, and will be used as basis for fixing the amount of the required Bonds. PART SEVEN - UNIT PRICES 7.1 Bidders must state a price for each item of work named in the Bid Form. Unit and Lump Sum prices shall include amounts sufficient for the furnishing of al! labor, materials, tools, equipment, and apparatus of every description to construct, erect, and finish completely all of the work as called for in the Specifications or indicated on the Drawings. 7.2 Prices bid on the various items in the Bid Form shall bear a fair relationship to the cast of the work to be done. Bids which appear unbalanced and are deemed not to be in the best interest of City of Fayetteville may be rejected at the discretion of City of Fayetteville. 7.3 �By submission of a Bid, Bidder represents that Bidder has considered the entire Project and the Work required, and has reviewed the Drawings and Specifications to verify the full scope of the Work. PART EIGHT - BID FORM 8.1 Bids are due as indicated in the Advertisement for Bids. 8.2 Bids must be made out in ink on the Bid Form included in these Bidding Documents. Bid Form shall not be removed from the bound Project Manual, nor shall bids be submitted on a photocopy of the Bid Form. The unit price orlump sum bid for each item must be stated in figures and in words in the appropriate blank spaces provided on the Bid Form. The figures must be clear and distinctly legible so that no question can arise as to their intent and meaning. in case of a difference in the written words- and figures, the amount stated in written words shall govern. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. 8.3 Bids which are incomplete, unbalanced, conditional, or obscure or which contain additions not called for, erasures, alterations, or irregularities of any kind or which do not comply with these Instructions to Bidders may be rejected as informal or non-responsive at the option of City of Fayetteville. However, City of Fayeftevifle, AR Bid 10-66, Construction — Fire Department Generators Re -Bid Page 12 of 47 City of Fayetteville reserves the right to waive technicalities as to changes, alterations, or revisions and to make the award in the best interest of City of Fayetteville. 8.4 Address bids to City of Fayetteville, and deliver to the address given in the Advertisement For Bids on or before the day and hour set for opening the bids. Enclose the completed Bid Form and Project Manual in a sealed envelope bearing the title of the project, the name of the Bidder, Bidder's Arkansas Contractor's License Number, and the date and hour of the bid opening. If this sealed envelope is delivered by a public carrier, it must be contained in another envelope addressed to City of Fayetteville and the attention of the project name. It is the sole responsibility of Bidder to see that the Bid is received on time. 8.5 Acceptance of Alternate Bids is at the City of Fayetteville's discretion, as best services the City of Fayetteville's interest. Each deductive alternate is provided for on the Bid -Form. The price of the Bid for each alternate will be the amount to be deducted from the price of the Total Base Bid if the City of Fayetteville selects any of the alternates. The unit price amount for each alternate shall be the same as the unit price amount listed in the Bid. 8.6 No Bidder shall divulge the information in the Bid to any person whomsoever, except those having a partnership or other financial interest with him in the Bid, until after the bids have been opened. PART NINE - SIGNATURE ON BIDS 9.1 If the Bid is made by an individual, the firm name must be given, and the Bid Form signed by the individual or a duly authorized agent. If the Bid is made by a partnership, the firm name and the names of each member must be given, and the Bid signed by a member of the partnership, or a person duly authorized. If the Bid is made by a company or corporation, the company or corporate name must be given and the Bid signed by an officer or agent duly authorized. The corporate seal must be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation must be shown below the signature. 9.2 All names must be typed or printed in black ink below the signature. 9.3 The address and telephone number for communications regarding the Bid. must be shown. 9.4 Powers of attorney, properly certified, for agents and others to sign Bids must be in writing and filed with City of Fayetteville. 9.5 The Bid shall also contain a signed acknowledgment of receipt of all Addenda. PART TEN - BID SECURITY 10.1 Bid security, in the form of a bid bond, certified check, or similar financial instrument, in the amount stated in the Advertisement For Bids, must accompany each bid. Bid bonds for the difference in price between low bidder and second low bidder will not be acceptable. The Successful Bidder's security will be retained until City of Fayetteville receives a signed Agreement and required Bonds and Certificates of Insurance. if the Successful Bidder fails to execute and deliver the Agreement and furnish the - required contract security within fifteen days after the Notice of Selection, City of Fayetteville may annul the Notice of Selection and the Bid security of that Bidder will be forfeited. 10.2 The City of Fayetteville reserves the right to retain the security of the three low bidders ung_tht Successful Bidder enters into the Contract or until sixty (60) days after bid opening, whiCh-ever is sooner. Cash equivalent security of the second and third low bidder may be exchanged for an equivalent bid bond after bid tabulations are complete or thirty (30). days after bid opening, whichever is City of Fayetteville, AR Bid 10-66, Construction — Fire Department Generators Re -Bid Page 13 of 47 sooner. If any Bidder refuses to enter into an Agreement, City of Fayetteville may retain Bidder's bid security as liquidated damages but not as a penalty. PART ELEVEN - PERFORMANCE BOND AND PAYMENT BOND 11.1 Prior to signing the Agreement, Contractor shall furnish a surety performance Bond and a payment Bond, equal to one hundred percent of the contract price. 11.2 Contractor shall pay all expenses in connection with the obtaining of said Bonds. The Bonds shall be conditioned that Contractor shall faithfully perform the contract and shall pay all indebtedness for labor and materials furnished or performed in the construction of such alterations and additions as prescribed in this contract. 11.3 The surety company issuing the Bonds must be a solvent company on the "Surety Companies Annual List" issued by the U.S. Department of the Treasury, and the Bonds are not to be issued in an amount greater than, the underwriting limitations for the surety company as set out therein. 11.4 In Arkansas, prevailing law requires that performance and payment Bonds on public works contracts shall be executed by a resident local agent who is licensed by the Insurance Commissioner to represent the surety company executing said Bonds and filing with such Bonds his Power of Attorney as his authority. The mere countersigning of the Bonds will not be sufficient. 11.5 The date of the Bonds and of the Power of Attorney, must not be prior to the date of the contract. At least two originals of the Bonds shall be furnished, each with Power of Attorney attached. 1.1.6 Bonds are to be approved by City of Fayetteville. If any Bonds contracted for become unsatisfactory or unacceptable to City of Fayetteville after the acceptance and approval thereof, Contractor, upon being notified to that effect, shall promptly execute and furnish acceptable Bonds in the amounts herein specified. Upon presentation of acceptable Bonds, the unsatisfactory Bonds may be canceled at the discretion of Contractor. PART TWELVE - CONTRACT TIME 12.1 The number of days within which, or the dates by which the Work is to be substantially completed and also completed and ready for final payment is outlined in the Bid Form. PART THIRTEEN - LIQUIDATED DAMAGES• 13.1 Provisions for liquidated damages, if any, are set forth in the Bid Form. PART FOURTEEN -SUBCONTRACTORS SUPPLIERS AND OTHERS 14.1 Contractor shall not assign or sublet all or any part of this contract without the prior written approval Of - City of Fayetteville nor shall Contractor allow such subcontractor to commence work until approval of workman's compensation insurance and public liability insurance as may be required. Approval of each subcontract by City of Fayetteville will in no manner release Contractor from any obligations as set out in the Drawings, Specifications, contract, and Bonds. PART FIFTEEN - SUBSTITUTE AND "OR EQUAL" ITEMS City of Fayetteville, AR Bid 10-66, Construction — Fire Department Generators Re -Bid Page 14 of 47 15.1 Any reference to a particular brand or manufacture is 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. PART SIXTEEN - COMPLIANCE WITH STATE LICENSING LAW 16.1 A Contractor's License is required to bid this project, however, prior to executing the agreement with the City of Fayetteville, the Contractor shall be licensed in accordance with the requirements of Act 150, Arkansas Acts of 1965, the "Arkansas State Licensing Law for Contractors" for bids in excess of $20,000. PART SEVENTEEN - QUALIFICATIONS AND RESPONSIBILITY OF BIDDERS 17.1 To demonstrate qualifications to perform the Work, each Bidder must be prepared to submit within five days after bid opening, upon City of Fayetteville's or Architect's request, detailed written evidence such as financial data, present commitments, and other such data as may be . called for. Each Bid must contain evidence of Bidder's qualification to do business in the State of Arkansas. PART EIGHTEEN - DISQUALIFICATIONS OF BIDDERS 18.1 Any one or more of the following may be considered as sufficient for the disqualification of bidders and the rejection of Bids. 18.2 More than one Bid Form for the same work from an individual, firm, partnership, or corporation under the same or different names. 18.3 Evidence of collusion among bidders. Participants in such collusion may receive no recognition as bidders for any future work. 18.4 Unbalanced Bid Forms in which the prices for some items are out of proportion to the prices for other items, or changes written in, or amendments by letter, or failure to submit a unit price for each item of work for which a bid price is required by the Bid Form, or failure to include all required contract documents. 18.5 Lack of competency as revealed by the financial statement, experience, plant, and equipment statements submitted. Lack of responsibility as shown by past work judged. from the standpoint of workmanship and progress. 18.6 Uncompleted work which, in the judgment of City of Fayetteville, might hinder or prevent the prompt completion of additional work if awarded. 18.7 Being in arrears on existing contracts, in litigation with City of Fayetteville, or having defaulted on a previous contract. PART NINETEEN - OPENING OF BIDS 19.1 Bids will be opened and read aloud publicly at the place where Bids are to be submitted in a room to b designated by City of Fayetteville the day of the bid opening. An abstract•of the amounts of1hie base Bids and major alternates (if any) will be made available to Bidders after the opening of Bids. PART TWENTY - CONSIDERATION OF BIDS City of Fayetteville, AR Bid 10-66, Construction — Fire Department Generators Re -Bid Page 15 of 47 20.1 After the bids are opened and read, the quantities will be extended and totaled in accordance with the bid prices of the accepted Bids. This review of the Bids will confirm the low bidder. 20.2 In evaluating Bids, City of Fayetteville will consider the qualifications of Bidders, whether or not the Bids comply with the prescribed requirements, -and such alternates, unit prices, and other data as may be requested in the Bid Form or. prior to the Notice of Selection. 20.3 City of Fayetteville may consider the qualifications and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work as to which the identity of Subcontractors, Suppliers, and other persons and organizations must be submitted as provided in the ' Supplementary Conditions. City of Fayetteville also may consider the operating costs, maintenance requirements, performance data, and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Selection. PART TWENTY-ONE - RIGHT TO REJECT BIDS 21.1 , City of Fayetteville reserves the right to reject any and all Bids, to waive technicalities, and to advertise for new bids, All Bids are subject to this reservation. City of Fayetteville reserves to itself the right to decide which shall be deemed the lowest responsive and responsible Bid. Due consideration will be given to the reputation, financial ability, experience and equipment of the Bidder. 21.2 City of Fayetteville also reserves the right to waive informalities not involving price, time or changes in the Work and to negotiate contract terms with the Successful Bidder. PART TWENTY-TWO - AWARDING OF CONTRACT 22.1 City of Fayetteville reserves the right to withhold the awarding of a contract a reasonable period of time from the date of opening bids, not to exceed sixty (60) days except with the consent of the Successful Bidder. The awarding of a contract upon a successful Bid shall give the Bidder no right to action or claim against City of Fayetteville upon the contract until the contract is reduced to'writing and signed by the contracting parties. The letting of a contract shall not be complete until the contract is executed and the necessary Bonds approved. PART TWENTY-THREE - RETAINAGE 23.1 Provisions concerning retainage and Contractor's rights to deposit securities in lieu of retainage are set forth in the Agreement. PART TWENTY-FOUR - SIGNING OF AGREEMENT 24,1 When City of Fayetteville gives a Notice of Selection to the Successful Bidder, it will be accompanied by the number of unsigned _ counterparts of the Agreement as indicated in the Supplementary Conditions, with all other written Contract Documents attached. Within ten (10) days thereafter, Contractor shall sign and deliver the required number of counterparts of the Agreement and attached documents to City of Fayetteville with the required Bonds •& Certificate of Insurance. Within ten'(10) days thereafter City of Fayetteville shall deliver one fully signed counterpart to Contractor. PART TWENTY-FIVE - MATERIALS GUARANTY 25.1 Before any contract is awarded Bidder may be required to furnish a complete statement of the origin, composition, or manufacture of any or all materials proposed to be used in the construction of the City of Fayetteville, AR Bid 10-66, Construction — Fire Department Generators Re -Bid Page 16 of 47 Work, together with samples, which may be subjected to tests provided for in the Specifications to determine their quality and fitness for the Work. PART TWENTY-SIX - FAMILIARITY WITH LAWS 26.1 Bidder is presumed to be familiar with all federal, state, and city laws, ordinances, and regulations which in any manner affect those engaged or employed in the Work, or the materials or equipment used, or that in any way affect the Work and shall in all respects comply with said laws, ordinances, and regulations. No claim of misunderstanding or ignorance on the part of Contractor will in any way serve to modify the provisions of the contract. No representations shall be binding unless embodied in the contract. PART TWENTY-SEVEN -ADDITIONAL LAWS AND REGULATIONS Bidders' attention is called to the following laws and regulations which may have an impact on the Work and on the preparation, of the Bid. 27.1 Americans With Disabilities Act 27.2 Storm water discharge regulations, enacted under the Clean Water Act and administered by the Arkansas Department of Environmental Quality (ADEQ) under a general permits program. Contractor may be required to obtain coverage under general permit ARR00 1000 prior to commencing work at the site. 27.3 Arkansas Act 291 of 1993, dealing with.excavation safety,, signed into law on March 1, 1993. 27.4 Davis Bacon Wage Rates apply to this project. The current wage rates as of 07.23.10 are provided with this bid; however, awarded contractor shall be responsible for paying the most current set of wage rates determined. 27.5 American Recovery and Reinvestment Act (ARRA) Provisions: Buy American Clause — Section 1605 of the Recovery Act requires that all iron, steel, and manufactured goods used in the project must be produced within the United States except as provided in the following: 27.5.1 The cost of the domestic iron, steel, and/or manufactured goods would be unreasonable. The cost of domestic iron, steel, or manufactured goods used in the project is unreasonable when the cumulative cost of such material will increase the cost of the overall project by more than 25 percent; 27.5.2 The iron, steel, and/or manufactured good is not produced, or manufactured in the United States in sufficient and reasonably available quantities and of a satisfactory quality; or 27.5.3 The application of the restriction of section 1605 of the Recovery Act would be inconsistent with the public interest. - 27.5.4 If all received quotes do not meet the Section 1605 of the Recovery Act the City of Fayetteville - is required to receive independent verification from the Federal Government to move forward. PART TWENTY-EIGHT — PAST EXPERIENCE REQUIRED 28.1 All bidders shall have past experience in providing similar work as described for this project. Ait'hldders must have past experience of at least three (3) projects within the last three (3) years unless less experience is approved and granted by the City of Fayetteville. City of Fayetteville, AR Bid 10-66, Construction — Fire Department Generators Re -Bid Page 17 of 47 End of Section City of Fayetteville, AR Bid 10-66, Construction — Fire Department Generators Re -Bid Page 18 of 47 City of Fayetteville Bid 10-66, Construction — Fire Department Generators Re -Bid SECTION 16051: General Electrical Requirements SECTION 16051 - GENERAL ELECTRICAL REQUIREMENTS PART 1- GENERAL 1.1 ' SUMMARY A. Section Includes: 1. Sleeves for raceways and cables. 2. Sleeve seats. 3. Grout. 4. General electrical installation requirements. 1.2 PRE -CONSTRUCTION SUBMITTALS A. 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 names prior to making submittals. B. Bind submittals in durable covers with contents conveniently organized and properly indexed. C. Make submittals on all work in Division 16 at one time, except by special permission. 1.3 INTENT A. It is intended that the contractor provide a complete and operating electrical system including all incidental items and conditions 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 is diagrammatic unless otherwise noted, and is 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 with noise levels below the criteria recommended by NEMA. Provide corrective action to reduce objectionable hum or vibration. Acoustically insulate:: - between outlet boxes in common wall serving different rooms. City of Fayetteville, AR Bid 10-66, Construction -- Fire Department Generators Re -Bid Page 190f47 47 1.4 TEMPORARY LIGHTING AND POWER A. Provide general and task lighting for construction activity as required for adequate illumination. Provide 5 foot candles minimum for general illumination and egress and 30 footcandles on tasks such as wall painting. Protect lamps with wire guards or tempered glass enclosures. Provide exterior type fixtures where exposed to weather or moisture. B. Provide general purpose outlets and special outlets for construction activities. Provide circuits of proper sizes and ratings for each use required.. Install wiring where least exposed to damage. Provide rigid steel conduit to protect wiring on grade, floors or decks. C. Provide 20 amp, 4 -gang receptacle outlets, equipped with ground fault circuit interrupters, reset button and pilot light, spaced so that a 100 foot extension cord can reach each area of work. D. Provide warning signs at outlets that are other than 20 amp, 120 volt. PART 2- PRODUCTS 2.1 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 spare parts inventory and personnel located reasonably close to the site. C. Where multiple units of the same type or class are required, provide all units of the same manufacturer. 2.2 PRODUCT HANDLING A. Store products in their original containers and shelter in a suitable environment. B. Make products readily available for inspections and inventory. 2.3 SUBSTITUTIONS A. For products specified by generic reference, select any product meeting such standard. B. For products specified by naming one or more products or manufacturers, select any named. Submit request in writing for substitution of any manufacturer not specifically named and obtain approval at least 5 days prior to bidding. C. Provide all information required to support claim of equality of product proposed for substi₹ution. Substitutions will be considered only if equivalent in quality, efficiency, performance, size, weight, reliability, appearance and ease of maintenance to specified product. D. Where approved substitutions alter the design, space requirements, electrical requireents, connections, cooling loads, etc. include all work necessary to provide a complete installation of quality equal to or better than that obtained with product or manufacturer specified. City of Fayetteville, AR Bid 10-66, Construction -- Fire Department Generators Re -Bid Page 20 of 47 2.4 SLEEVES FOR RACEWAYS AND CABLES A. Steel Pipe Sleeves: ASTM A 53/A 53M, Type E, Grade B, Schedule 40, galvanized steel. B. Cast-iron Pipe Sleeves: Cast or fabricated "wail pipe," equivalent to ductile -iron pressure pipe, with plain ends and integral waterstop, unless otherwise indicated. C. Sleeves for.Rectangular Openings: Galvanized sheet steel. 2.5 SLEEVE SEALS •A. -Description: Modular sealing device, designed for field assembly, to fill annular space between sleeve and raceway or cable. 1. Sealing Elements: EPDM interlocking links shaped. to fit surface of cable or conduit. Include type and number required. for material and size of raceway or cable. 2. Pressure Plates: Plastic. Include two for each sealing element. 3. Connecting Bolts and Nuts: Stainless steel of length required to secure pressure plates to sealing elements. Include one for each sealing element. 2.6 GROUT A. Nonmetallic, Shrinkage -Resistant Grout: ASTM C 1107, factory -packaged, nonmetallic aggregate grout, noncorrosive, nonstaining, mixed with water to consistency suitable for application and a 30 - minute working time. PART 3- EXECUTION 3.1 COMMON REQUIREMENTS FOR ELECTRICAL INSTALLATION A. Comply with NECA 1. B. Measure indicated mounting heights to bottom of unit for suspended items and to center of unit for wall -mounting items. C. Headroom Maintenance: If mounting heights or other location criteria are not indicated, arrange and Install components and equipment to provide maximum possible headroom consistent with these requirements. D. Equipment: Install to facilitate service, maintenance, and repair or replacement of components of both electrical equipment and -other nearby installations. Connect in such a way as to facilitate future disconnecting with minimum interference with other items in the vicinity. 3.2 SLEEVE INSTALLATION FOR ELECTRICAL PENETRATIONS A. Electrical penetrations occur when raceways, cables, wireways, cable trays, or busways 'penetrate concrete slabs, concrete or masonry walls, or fire -rated floor and wall assemblies. B. Concrete Slabs and Walls: Install sleeves for penetrations unless core -drilled holes or formed openings are used. Install sleeves during erection of slabs and walls. City of Fayetteville, AR Bid 10-66, Construction — Fire Department Generators Re -Bid - Page 21 of 47 C. Use pipe sleeves unless penetration arrangement requires rectangular sleeved opening. D. Fire -Rated Assemblies: Install sleeves for penetrations of fire -rated floor and wall assemblies unless openings compatible with firestop system used areiabricated during construction of floor or wall. E. Cut sleeves to length for mounting flush with both surfaces of walls. F. Extend sleeves installed in floors 2 inches above finished floor level. G. Size pipe sleeves to provide 1/4 -inch annular clear space between sleeve and raceway or. cable, unless indicated otherwise. H. Seal space outside of sleeves with grout for penetrations of concrete and masonry 1. Promptly pack grout solidly between sleeve and wall so no voids remain. Tool exposed surfaces smooth; protect grout while curing. L Interior Penetrations of Non -Fire -Rated Walls and Floors: Seal annular space between sleeve and raceway or cable, using joint sealant appropriate for size, depth, and location of joint. J. Fire -Rated -Assembly Penetrations: Maintain indicated fire rating of walls, partitions, ceilings, and floors at'raceway and cable pene₹rations. Install sleeves and seal raceway and cable penetration sleeves with firestop materials. K. Roof -Penetration Sleeves: Seal penetration of individual raceways and cables with flexible boot -type flashing units applied in coordination with roofing work. L. Aboveground, Exterior -Wall Penetrations: Seal penetrations using steel pipe sleeves and mechanical sleeve seals. Select sleeve size to allow for 1 -inch annular clear space between pipe and sleeve for installing mechanical sleeve seals. M. Underground, Exterior -Wall Penetrations: Install cast-iron pipe sleeves. Size sleeves to allow for 1 - inch annular clear space between raceway or cable and sleeve for installing mechanical sleeve seals. 3.3 SLEEVE -SEAL INSTALLATION A. Install to seal exterior wall penetrations. B. . Use type and number of sealing elements recommended by manufacturer for raceway or cable material and size. Position raceway or cable in center of sleeve. Assemble mechanical sleeve seals and Install in annular space between raceway or cable and sleeve. Tighten bolts against pressure plates that cause sealing elements to expand and make watertight seal. 3.4 FIRESTOPPiNG A. Apply firestopping to penetrations of fire -rated floor and wall assemblies for electrical installations to restore original fire -resistance rating of assembly. City of Fayetteville, AR Bid 10-66, Construction — Fire Department Generators Re -Bid Page 22 of 47 3.5 MANUFACTURER'S DIRECTIONS A. Handle, install, connect, test and operate all products and systems in accordance with manufacturer's recommendations. In case of conflicting requirements between manufacturer's directions and contract documents,, obtain instructions before proceeding with work. 3.6 INSPECTIONS A. Arrange with administrative authority for inspections of all work and obtain approval prior to concealing or proceeding. Give adequate notice before concealing any work for inspections by Owner's representatives. 3.7 CLEANING A. Keep premises free and clean of dirt, debris, etc. Upon completion of work clean and polish all fixtures, equipment, etc. 3.8 WORKMANSHIP A. No person shall perform electrical work without possessing a Master or Journeyman License from the state electrical examiner's board. All electrical work and apprentices shall be supervised by a Master or Journeyman electrician. B. Carefully perform all cutting, drilling, digging, etc. and patch or refinish disturbed area to the condition of adjoining or similar surfaces. Do not cut any structural members. C. Conceal conduit in chases, furrings, or above ceilings unless otherwise noted. Flush mount, equipment in finished walls wherever possible. 3.9 FLAME AND SMOKE CONSIDERATIONS A. In enclosures or plenums used for transporting environmental air, use only products conforming to NFPA and UL classifications not exceeding 25 for flame spread and 50 for smoke developed ratings, or install in conduit. This requirement applies to all materials. B. Completely seal all penetrations through fire and/or smoke rated' walls, - ceilings, floors or other barriers with UL listed material to preserve the rating of the barrier. 3.10 COORDINATION A. Coordinate the electrical work with the work of all other trades. Piping or equipment requiring slope or specific mounting height will have right of way over conduit and other products whose elevation can -- be changed. 3.11 EQUIPMENT CONNECTIONS A. Make all required electrical connections to each item of equipment shown or specified including equipment furnished by Owner, and make operational. City of Fayetteville, AR Bid 10-66, Construction -. Fire Department Generators Re -Bid Page 23 of 47 3.12 PROTECTION REQUIREMENTS A. Locate existing utility lines and identify and protect during excavation and installation. B. Protect all work including building finishes against damage due to dirt, water, chemicals, handling, theft, etc. Close all openings in conduit and equipment during installation, C. Provide warning devices around all exposed "live" parts or high temperature surfaces, 3.13 PAINTING A. Paint conduit, equipment, etc. exposed in finished areas to match adjacent surfaces. Touch up. scratches in factory finished surfaces with a paint to match. B. All exposed exterior conduit and equipment shall be painted for a uniform appearance. C. Paint plywood backboards used for mounting equipment. 3.14 TESTING AND ADJUSTING A. Test the completed electrical. system and prove free of short circuits, poor connections, and improper grounding. Test all systems to assure safe operation. B. Verify proper taps on motors and transformers for rated performance. 3.15 POST CONSTRUCTION SUBMITTALS A. Submit project record documents indicating all changes to contract documents made during construction. B. Submit certificates of final inspection from administrative authority or manufacturer. C. Deliver all special tools and spare parts necessary for proper operation and maintenance and as called for in other electrical sections. D. Submit operations and maintenance (O&M) manuals covering all phases of equipment and systems provided. Include complete spare parts data and copy of manufacturing data sheets and shop drawings required in pre -construction submittals. E. Submit extended warranties required in excess of one year. F. Assemble all closeout documents for electrical system in 3 -ring binders with divider tabs labeled and property indexed. Submit the number of sets as required by the Architect. 3.16 INSTRUCTIONS TO OWNER A. Provide competent instruction to the Owner's personnel covering operation and maintenance of.at+ - electrical systems, Provide specialized instruction by manufacturer's technical representative•lvhen required. City of Fayetteville, AR Bid 10-86, Construction — Fire Department Generators Re -Bid Page 240f47 47 3.17 USE OF EQUIPMENT A. The contractor shall not use the permanent electrical system for construction activity except by special permission. If permitted, the contractor's use of any equipment shall not reduce the warranty time specified for any equipment. 3.18 GENERAL WARRANTY A. Warrant the electrical installation against defects for a period of one year from the date of substantial completion in accordance with Architect's specifications. Provide all labor, replacement parts, services, transportation, and incidental costs necessary for proper operation of electrical systems during the warranty period. 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 16051 City of Fayetteville, AR Bid 10-66, Construction — Fire Department Generators Re -Bid Page 25 of 47 City of Fayetteville Bid 10-66, Construction — Fire Department Generators Re -Bid SECTION 16120: Conductors and Cables SECTION 16120 - CONDUCTORS AND CABLES 1:71.4 i1�e3 ► 14Z7:1q 1.1 SUMMARY A. This Section includes the following: 1. Building wires and cables rated 600 V and less. 2. Connectors, splices, and terminations rated 600 V and less. 3. Control and signal wiring and connectors. 4. Sleeves and sleeve seals for cables. 1.2 SUBMITTALS A. Product Data: For each type of product indicated. 1.3 QUALITY ASSURANCE A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. B. Comply with NFPA 70. PART 2- PRODUCTS 2.1 CONDUCTORS AND CABLES A. Copper Conductors: Comply with NEMA WC 70. B. Conductor Insulation: Comply with NEMA WC 70 for Types THW, THHN-THWN, and XHHW. C. Multiconductor Cable: Comply with NEMA WC 70 for metal -clad cable, Type MC with ground wire. 2.2 CONNECTORS AND SPLICES A. Description: Factory -fabricated connectors and splices of size, ampacity rating, material, type, and class for application, and service indicated. 2.3 SLEEVES FOR CABLES A. Steel Pipe Sleeves: ASTM A 53/A 53M, Type E, Grade B, Schedule 40, galvanized steel, plain ends. City of Fayetteville, AR - Bid 10-66, Construction — Fire Department Generators Re -Bid Page 26 of 47 B. Cast -Iron Pipe Sleeves: Cast or fabricated 'wall pipe,' equivalent to ductile -iron pressure pipe, with plain ends and integral waterstop, unless otherwise indicated. 2.4 SLEEVE SEALS A. Description: Modular sealing device.,. designed for field assembly, to fill annular space between sleeve and cable. 1. Sealing Elements: EPDM interlocking links shaped to fit surface of cable or conduit. Include type and number required for material and size of raceway or cable. 2. Pressure Plates: Plastic. Include two for each sealing element. 3. Connecting Bolts and Nuts: Stainless steel of length required. to secure pressure plates to sealing elements. Include one for each sealing element. PART 3- EXECUTION 3.1 CONDUCTOR MATERIAL APPLICATIONS A. Feeders and Branch Circuits: Copper. Solid for No. 10 AWG and smaller; stranded for No. 8 AWG and larger. 3.2 CONDUCTOR INSULATION AND MULTICONDUCTOR CABLE APPLICATIONS AND WIRING METHODS A. Service Entrance: Type THHN-THWN, single conductors in raceway or Type XHHW, single conductors in raceway. B. Exposed Feeders: Type THHN-THWN, single conductors in raceway. C. Feeders Concealed in Ceilings, Walls, Partitions, and Crawlspaces: Type THHN-THWN, single conductors in raceway. D. Feeders Concealed in Concrete, below Slabs -on -Grade, and Underground: Type THHN-THWN, single conductors in raceway. E. Exposed Branch Circuits, Including in Crawlspaces: Type THHN-THWN, single conductors in raceway. F. Branch Circuits Concealed in Ceilings, Walls, and Partitions: Type THHN-THWN, single conductors in raceway. G. "Branch Circuits Concealed in Concrete, below Slabs -on -Grade, and Underground: Type THHN- THWN, single conductors in raceway. . r H. Metal -clad, Type MC cable may not lie used for homeruns on branch circuits. Type MC cable will be allowed between junction boxes serving light fixtures above a lay -in ceiling. Do not install type MC cable in exterior walls or within walls containing foam insulation, Contact engineer for approval touse type MC cable at all other locations. - -f I. Class 1 Control Circuits: Type THHN-THWN, in raceway. City of Fayetteville, AR Bid 10-66, Construction — Fire Department Generators Re -Bid Page 27 of 47• J. Class 2 Control Circuits: Type THHN-THWN, in raceway, power -limited cable, concealed in building finishes or power -limited tray cable, in cable tray. 3.3 INSTALLATION OF CONDUCTORS AND CABLES A. Conceal cables in finished walls, ceilings; and floors, unless otherwise indicated. B. Use manufacturer -approved pulling compound or lubricant where necessary; compound used must not deteriorate conductor or insulation. Do not exceed manufacturers recommended maximum pulling tensions and sidewall pressure values. C. Use pulling means, including fish tape, cable, rope, and basket -weave wire/cable grips, that will not damage cables or raceway. D. Install exposed cables parallel and perpendicular to surfaces of exposed structural members, and follow surface contours where possible. E. Identify and color -code conductors and cables according to Division 16 Section "Electrical Identification." F. Tighten electrical connectors and terminals according to manufacturer's published torque tightening • values. If manufacturer's torque values are not indicated, use those specified in UL 466A and UL 4868. G. Make splices and taps that are compatible with conductor material and that possess equivalent or better mechanical strength and insulation ratings than unspliced conductors. H. Wiring at Outlets: Install conductor at each outlet, with at least 6 inches of slack. 3.4 - SLEEVE INSTALLATION FOR ELECTRICAL PENETRATIONS A. Concrete Slabs and Walls: Install sleeves for penetrations unless core -drilled holes or formed openings are used. Install sleeves during erection of slabs and walls. B. Fire -Rated Assemblies: Install sleeves for penetrations of fire -rated floor -and wall assemblies unless openings compatible with firestop system used are fabricated during construction of floor or wall. C. Cut sleeves to length for mounting flush with both wall surfaces. D. Extend sleeves installed in floors 2 inches above finished floor level. E. Seal space outside of sleeves with grout for penetrations of concrete and masonry and with approved joint compound for gypsum board assemblies. F. Fire -Rated -Assembly Penetrations: Maintain indicated fire rating of walls, partitions, ceilings, 'and floors at cable penetrations. G. Roof -Penetration Sleeves: Seal penetration of individual cables with flexible boot -type flashing units applied in coordination with roofing work. - H. Aboveground Exterior -Wail Penetrations: Seal penetrations using sleeves and mechanical sleeve seals. Size sleeves to allow for 1 -inch annular clear space between pipe and sleeve for installing mechanical sleeve seals. City of Fayetteville, AR Bid 10-66, Construction — Fire Department Generators Re -Bid Page 28 of 47 I. Underground Exterior -Wall Penetrations: Install cast-iron "wall pipes" for sleeves. Size sleeves 'to allow for 1 -inch annular clear space between cable and sleeve for installing mechanical sleeve seals. 3.5 FIRESTOPPING A. Apply firestopping to electrical penetrations of fire=rated floor and wall assemblies to restore original fire -resistance rating of assembly. END OF SECTION 16120 City of Fayetteville, AR Bid 10-66, Construction - Fire Department Generators Re -Bid Page 29 of 47 City of Fayetteville Bid 10-66, Construction — Fire Department Generators Re -Bid SECTION 16130: Raceways and Boxes SECTION 16130 - RACEWAYS AND BOXES PART 1 -GENERAL 1.1 SUMMARY A. This Section includes raceways, fittings, boxes, enclosures, and cabinets for electrical wiring. 1.2 SUBMITTALS A. Product Data: For surface raceways, wireways and fittings, floor boxes, hinged -cover enclosures, and cabinets. 1:3 QUALITY ASSURANCE A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable tv authorities having jurisdiction, and marked for intended use. PART2-PRODUCTS 2.1 METAL CONDUIT AND TUBING A. Rigid Steel Conduit: ANSI C80.1. B. EMT: ANSI C80.3. C. FMC: Zinc -coated steel. D. LFMC: Flexible steel conduit with PVC jacket. E. Fittings for Conduit (Including all Types and Flexible and Liquidtight), EMT, and Cable: NEMA FB 1; listed for type and size raceway with which used, and for application and environment in which installed. 1. Conduit Fittings for Hazardous (Classified) Locations: Comply with UL 886. 2. Fittings for EMT: Steel or die-cast, set -screw or compression type. 2.2 NONMETALLIC CONDUIT AND TUBING - A. ENT: NEMA TC 13. B. RNC: NEMA TC 2, Type EPC-40-PVC unless otherwise indicated. City of Fayetteville, AR Bid 10-66, Construction — Fire Department Generators Re -Bid Page 30 of 47 C. Fittings for ENT and RNC: NEMA TC 3; match to conduit or tubing type and ma₹erial. 2.3 METAL WIREWAYS A. Description: Sheet metal sized and shaped as indicated, NEMA 250, Type 1, 12 or 3R, unless otherwise indicated. B. Fittings and Accessories: include couplings, offsets, elbows, expansion joints, adapters, hold-down straps, end caps, and other fittings to match and mate with wireways as required for complete system. C. Wireway Covers: Screw -cover type. D. Finish: Manufacturer's standard enamel finish. 2.4 NONMETALLIC WIREWAYS A. Description: PVC plastic, extruded and fabricated to size and shape indicated, with snap -on cover and mechanically coupled connections with plastic fasteners. B. Fittings and Accessories: Include couplings, offsets, elbows, expansion joints, adapters, hold-down straps, end caps, and other fittings to match and mate with wireways as required for complete system. 2.5 SURFACE RACEWAYS A. Surface Metal Raceways: Galvanized steel with snap -on covers. Manufacturer's standard enamel finish in color selected by Architect or prime coating, ready for field painting (see drawings). B. Surface Nonmetallic Raceways: Two-piece construction,, manufactured of rigid PVC with texture and color selected by Architect from manufacturer's standard colors. 2.6 BOXES, ENCLOSURES, AND CABINETS A. Sheet Metal Outlet and Device Boxes: NEMA OS 1. B. Cast -Metal Outlet and Device Boxes: NEMA FB I or Type FD, with gasketed cover. C. Nonmetallic Outlet and Device Boxes: NEMA OS 2, D. Metal Floor Boxes: Cast metal, fully adjustable, rectangular. E. Nonmetallic Floor Boxes: Nonadjustable, round_ F. Small Sheet Metal Pull and Junction Boxes: NEMA OS 1.. G. Cast -Metal Access, Pull, and Junction Boxes: NEMA FB 1, with gasketed cover. H. Hinged -Cover Enclosures: NEMA 250, Type 1, with continuous -hinge cover with flush latch, unless- - otherwise indicated. - 1. Metal Enclosures: Steel, finished inside and out with manufacturer's standard enamel. 2. Nonmetallic Enclosures: Plastic. City of Fayetteville, AR Bid 10-66, Construction -- Fire Department Generators Re -Bid Page 31 of 47 I. Cabinets: 1. NEMA 250, Type 1, galvanized -steel box with removable interior panel and removable front, finished inside and out with manufacturer's standard enamel. 2. ' Hinged door in front cover with flush latch and concealed hinge. 3. Key latch to match panel boards. 4. Metal barriers to separate wiring of different systems and voltage. 5. Accessory feet where required for freestanding equipment. PART 3- EXECUTION 3.1 RACEWAY APPLICATION A. Outdoors: Apply raceway products as specified below, unless otherwise indicated: 1. Exposed Conduit: Rigid steel conduit. 2. Concealed Conduit, Aboveground: Rigid steel conduit. 3. Underground Conduit: RNC, Type EPC-40-PVC, direct buried. 4. Connection to Vibrating Equipment (Including Transformers and Hydraulic, Pneumatic, Electric Solenoid, or Motor -Driven Equipment): LFMC. 5. Boxes and Enclosures, Aboveground: NEMA 250, Type 3R. B. Comply with the following indoor applications, unless otherwise indicated: 1. Exposed, Not Subject to Physical Damage: EMT. 2. Exposed and Subject to Severe Physical Damage: Rigid steel conduit. 3. Concealed in Ceilings and Interior Walls and Partitions: EMT. 4. Connection to Vibrating Equipment (Including Transformers and Hydraulic, Pneumatic, Electric Solenoid, or Motor -Driven Equipment): FMC, except use LFMC in damp or wet locations. . 5. Damp or Wet Locations: Rigid steel conduit. 6. Raceways for Optical Fiber or Communications Cable: EMT. 7. Boxes and Enclosures: NEMA 250, Type 1, except use NEMA 250, Type 4, stainless steel in damp or wet locations. C. Minimum Raceway Size: % inch trade size. D. Raceway Fittings: Compatible with raceways and suitable for use and location. 1. Rigid and Intermediate Steel Conduit: Use threaded rigid steel conduit fittings, unless otherwise indicated. 3.2 INSTALLATION A. Keep raceways at least 6 inches away from parallel runs of flues and steam or hot-water pipes. Instalt horizontal raceway runs above water and steam piping. B. Complete raceway installation before starting conductor installation. C. Arrange stub -ups so curved portions of bends are not visible above the finished slab. D. Install no more than the equivalent of three 90 -degree bends in any conduit run except for communications conduits, for which fewer bends are allowed. City of Fayetteville, AR Bid 10-66, Construction — Fire Department Generators Re -Bid Page 32 of 47 E. Conceal conduit and EMT within finished walls, ceilings, and floors, unless otherwise indicated. F. Raceways Embedded in Slabs: 1. ' Run conduit larger than 1 -inch trade size, parallel or at right angles to main reinforcement. Where at right angles to reinforcement, place conduit close to slab support. 2. Arrange raceways to cross building expansion joints at right angles with expansion fittings. G. Raceway Terminations at Locations Subject to Moisture or Vibration: Use insulating bushings to protect conductors, including conductors smaller. than No. 4 AWG. H. Install pull wires in empty raceways. Use polypropylene or monofilament plastic line with not less than 200 -lb tensile strength. Leave at least 12 inches of slack at each end of pull wire. Raceways for Optical Fiber and Communications Cable: Install as follows: 1. 314 -inch Trade Size and Smaller: Install raceways in maximum lengths of 50 feet. 2. 1 -Inch Trade Size and Larger: Install raceways in maximum lengths of 75 feet. 3. Install with a maximum of two ,90 -degree bends or equivalent for each length of raceway unless Drawings show stricter requirements. Separate lengths with pull or junction boxes or terminations at distribution frames or cabinets where necessary to -comply with these requirements. J. Install raceway sealing fittings at suitable, approved, and accessible locations and fill them with listed sealing compound. For concealed raceways, install each fitting in a flush steel box with a blank cover plate having a finish similar to that of adjacent plates or surfaces. Install raceway sealing fittings at the following points: __ 1. Where conduits pass from warm to cold locations, such as boundaries of refrigerated spaces. 2. Where otherwise required by NFPA 70. K. Flexible Conduit Connections: Use maximum of 72 inches of flexible conduit for recessed and semi recessed lighting fixtures, equipment subject to vibration, noise transmission, or movement; and for transformers and motors. . Use LFMC in damp or wet locations subject to severe physical damage. L. Recessed Boxes in Masonry Walls: Saw -cut opening for box In center of cell of masonry block, and install box flush with surface of wall. M. Set metal floor boxes level and flush with finished floor surface. N. Set nonmetallic floor boxes level. Trim after installation to fit flush with finished floor surface. 3.3 INSTALLATION OF UNDERGROUND CONDUIT A. Direct -Buried Conduit: 1. Excavate trench bottom to provide firm and uniform support for conduit. 2. After installing conduit, backfill _and compact. Start at tie-in point, and work toward encl-Of" conduit run, leaving conduit at end of run free to move with expansion and contraction as temperature changes during this process. Firmly hand tamp backfill around conduit to provide maximum supporting strength. After placing controlled backfill to within 12 inches of finished grade, make final conduit connection at end of run. City of Fayetteville, AR Bid 10-66, Construction — Fire Department Generators Re -Bid Page 33 of 47 3. Install manufactured rigid steel conduit elbows for stub -ups at poles and equipment and at building entrances through the floor. a. Couple steel conduits to ducts with adapters designed for this purpose, and encase coupling'with 3 inches of concrete. b. For stub -ups at equipment mounted on outdoor concrete bases, extend steel conduit horizontally a minimum of 60 inches from edge of equipment pad or. foundation. Install insulated grounding bushings on terminations at equipment. 4. Warning Planks: Bury warning planks approximately 12 inches above direct -burled conduits, placing them 24 inches o.c. Align planks along the width and along the centerline of conduit. 3.4 FIRESTOPPING A. Apply firestopping to electrical penetrations of fire -rated floor and wall assemblies to restore original fire -resistance rating of assembly. END OF SECTION 16130 City of Fayetteville, AR Bid 10-66, Construction — Fire Department Generators Re -Bid Page 34 of 47 City of Fayetteville Bid 10-66, Construction — Fire Department Generators Re -Bid Section 16415 — Transfer Switches PART I - GENERAL 1.1 SUMMARY A. This Section includes automatic transfer switches rated 800 V and less. F 1.2 SUBMITTALS A. Product Data: Include rated capacities, weights, operating characteristics, furnished specialties, and accessories. B. Shop Drawings: Dimensioned plans, elevations, sections, and details showing minimum clearances, conductor entry provisions, gutter space, installed features and devices, and material lists for each switch specified. C. Operation and maintenance data. 1.3 QUALITY ASSURANCE A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. B. Comply with NEMA ICS 1. 'C. Comply with NFPA 70. D. Comply with NFPA 110. E. Comply with UL 1008 unless requirements of these Specifications are stricter. PART 2- PRODUCTS 2.1 MANUFACTURERS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: B. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Generac Power Systems, Inc. b. Cummins. c. Kohler. d. Balder. e. Submit alternate manufacturers for approval minimum 5 business days prior to bid date. C. The ATS shall be furnished by the manufacturer of the engine -generator set as to maintain system compatibility and local service responsibility. The manufacturer shall furnish schematic and wiring diagrams for the ATS and a typical wiring diagram for the entire system. City of Fayetteville, AR Bid 10-66, Construction -- Fire Department Generators Re -Bid Page 35 of 47 2.2 GENERAL TRANSFER -SWITCH PRODUCT REQUIREMENTS A. Indicated Current Ratings: Apply as defined in UL 1008 for continuous loading and total system transfer, including tungsten filament lamp loads not exceeding.30 percent of switch ampere rating, unless otherwise indicated. B. Tested Fault -Current Closing and Withstand Ratings: Adequate for duty imposed by protective devices at installation locations in Project under the fault conditions indicated, based on testing according to UL 1008. 1. Where transfer switch includes internal fault -current protection, rating of switch and trip unit combination shall exceed indicated fault -current value at installation location. G. Solid -State Controls: Repetitive accuracy of all settings shall be plus or minus 2 percent or better over an operating temperature range of minus 20 to plus 70 deg C. D. Resistance to Damage by Voltage Transients: Components shall meet or exceed voltage -surge withstand capability requirements when tested according to IEEE C62.41. Components shall meet or exceed voltage - impulse withstand test of NEMA ICS 1. E. Electrical Operation: Accomplish by a nonfused, momentarily energized solenoid or electric -motor -operated mechanism, mechanically and electrically interlocked in both directions. F. . Switch Characteristics: Designed for continuous -duty repetitive transfer of full -rated current between active power sources. 1. Switch Action: Double throw; mechanically held in both directions. 2. Contacts: Silver composition or silver alloy for load -current switching. Conventional automatic transfer - switch units, rated 225 A and higher, shall have separate arcing contacts. G. Neutral Terminal: Solid and fully rated, unless otherwise indicated_ H. Battery Charger: For generator starting batteries. 1. Float type rated 10 A. 2. Fused ac inputs and do outputs. Enclosures: General-purpose NEMA 250, Type [1 - INDOOR] [3R - OUTDOOR], complying with NEMA ICS 6 and UL 508, unless otherwise indicated. 2.3 AUTOMATIC TRANSFER SWITCHES A. Comply with Level 1 equipment according to NFPA 110. B. Switching Arrangement: Double -throw type, incapable of pauses or intermediate position stops during normal functioning, unless otherwise indicated. C. Automatic Transfer -Switch Features: 1. Undervoltage Sensing for Each Phase of Norma[ Source: Sense low phase -to -ground voltage on each phase. Pickup voltage shall be adjustable from 85 to 100 percent of nominal, and dropout voltage is- adjustable from 75 to 98 percent of pickup value. Factory set for pickup at 90 percent and dropout at 85 percent. 2. Adjustable Time Delay: For override of normal -source voltage sensing to delay transfer and engine start signals. Adjustable from zero to six seconds, and factory set for one second. 3. Voltage/Frequency Lockout Relay: Prevent premature transfer to generator. Pickup voltage -shall be adjustable from 85 to 100 percent of nominal. Factory set for pickup at 90 percent. Pickup frequency . shall be adjustable from 90 to 100 percent of nominal. Factory set for pickup at 95 percent. City of Fayetteville, AR Bid 10-86, Construction — Fire Department Generators Re -Bid Page 36 of 47 4. .Time -Delay for Retransfer to Normal Source: Adjustable from 0 to 30 minutes, and factory set for 10 minutes to -automatically defeat delay on loss of voltage or sustained undervoltage of emergency source, provided normal supply has been restored. 5. Test Switch: Simulate normal -source failure. 6. - Switch-PositionPilot Lights: Indicate source to which load is connected. 7. Source -Available Indicating Lights: Supervise sources via transfer -switch normal- and emergency -source sensing circuits: a. Normal Power Supervision: Green or white light with nameplate engraved "Normal Source Available" or "Utility Source Available". b. Emergency Power Supervision: Red light with nameplate engraved "Emergency Source Available." 8. Unassigned Auxiliary Contacts: Two normally open, single -pole, double -throw contacts for each switch position, rated 10 A at 240-V ac. 9. Transfer Override Switch: Overrides automatic retransfer control so automatic transfer switch will remain connected to emergency power source regardless of condition of normal source. Pilot light indicates override status. 10. Engine Starting Contacts: One isolated and normally closed, and one isolated and normally open; rated 10 A at 32-V do minimum. 11. Engine Shutdown Contacts: Time delay adjustable from zero to five minutes, and factory set for five minutes. Contacts shall initiate shutdown at remote engine -generator controls after retransfer of load to normal source. 12. Engine -Generator Exerciser: Solid-state, programmable -time switch starts engine generator and transfers load to it from normal source for a preset time, then retransfers and shuts down engine after a preset cool -down period. Initiates exercise cycle at preset intervals adjustable from .7 to 30 days. Running periods are adjustable from 10 to 30 minutes. Factory settings are for 7 -day exercise cycle, 20 - minute running period, and 5 -minute cool -down period. Exerciser features include the following: a. Exerciser Transfer Selector Switch: Permits selection of exercise with and without load transfer. b. Push-button programming control with digital display of settings. c. Integral. battery operation of time switch when normal control power is not available. 2.4 SOURCE QUALITY CONTROL A. Factory test and inspect components, assembled switches, and associated equipment. Ensure proper operation. Check transfer time and voltage, frequency, and time -delay settings for compliance with specified requirements. Perform dielectric strength test complying with NEMA ICS 1. PART 3- EXECUTION 3.1 INSTALLATION A. Identify components according to- Division 16 Section "Electrical Identification." B. Set field -adjustable intervals and delays, relays, and engine exerciser clock. 3.2 CONNECTIONS A. Ground equipment according to Division 16 Section "Grounding and Bonding." B. Connect wiring according to Division 16 Section "Conductors and Cables." City of Fayetteville, AR Bid 10-66, Construction — Fire Department Generators Re -Bid Page 37 of 47 3.3 FIELD, QUALITY CONTROL A. Manufacturer's Field Service: Engage a factory -authorized service representative to inspect, test, and adjust' components, assemblies, and equipment installations, including connections. Report results in writing. 1. After installing equipment and after electrical circuitry has been energized, test for compliance with requirements. 2. Perform each visual and mechanical inspection .and electrical test stated in NETA Acceptance Testing Specification. Certify,compliance with test parameters. 3. Measure insulation resistance phase -to -phase and phase -to -ground with insulation -resistance tester. Use test voltages and procedure recommended by manufacturer. Comply with manufacturer's specified minimum resistance. a. Check for electrical continuity of circuits and for short circuits. b. Inspect for physical damage, proper installation and connection, and integrity of barriers, covers, and safety ₹eatures. c. Verify that manual transfer warnings are properly placed. d. Perform manual transfer operation. 4. After energizing circuits, demonstrate interlocking sequence and operational function for each switch at least three times. a. Simulate power failures of normal source to automatic transfer switches and of emergency source with normal source available. b. ' Simulate loss of phase -to -ground voltage for each phase of normal source. c. Verify time -delay settings. d.. Verify pickup and dropout voltages by data readout or inspection of control settings. e. Verify proper sequence and correct timing of automatic engine starting, transfer time delay, retransfer time delay on restoration of normal power, and engine cool -down and shutdown. B. Coordinate tests with tests of generator and run them concurrently. C. Report results of tests and Inspections in writing. Record adjustable relay settings and measured insulation and contact resistances and time. delays. Attach a label or tag to each tested component indicating satisfactory completion of tests. D. Remove and replace malfunctioning units and retest as specified above. 3.4 DEMONSTRATION A. Engage a factory -authorized service representative to train Owner's maintenance personnel to adjust, operate, and maintain transfer switches and related equipment as specified below. B. Coordinate this training with that for generator equipment. END OF SECTION 16415 City of Fayetteville, AR Bid 10-66, Construction — Fire Department Generators Re -Bid Page 38 of 47 City of Fayetteville Bid 10-66, Construction — Fire Department Generators Re -Bid Generator#1 — Fire Station #1 (Reference Drawing Sheet E1) PACKAGE ENGINE GENERATOR SET PART I - GENERAL 1.01 DESCRIPTION OF SYSTEM A. Provide a standby power system to supply electrical power in event of failure of normal supply, consisting of a liquid cooled engine, an AC alternator and system controls with all necessary accessories for a complete operating system, including but not limited to the items as specified hereinafter. 1.02 REQUIREMENTS OF REGULATORY AGENCIES A. An electric generating system, consisting of a prime mover, generator, governor, coupling and all controls, must have been tested, as a complete unit, on a representative engineering prototype model of the equipment to be sold. B. The generator set(s) must conform to applicable NFPA standards. C. The generator set(s) must be available with the Underwriters Laboratories listing (UL2200) for a stationary engine generator assembly. D. The transfer switch(es) must be UL listed for use in emergency systems. •E. The generator set(s) must meet EPA federal emission guidelines for stationary standby power generation. 1.03 MANUFACTURER QUALIFICATIONS A. This system shall be supplied by Generac Power Systems®, Cummins, Kohler, Baldor, or a pre - approved approved equal allowed via addendum, who has been regularly engaged in the production of engine -alternator sets, automatic transfer switches, and associated controls for a minimum of twenty years, thereby identifying one source of supply and responsibility. Thefl supplier shall be required to have available factory trained technicians on call 24 hours a day 7 days a week. The operating voltage of this generator shall be 120/240 volt, 3 phase. B. To be classified as a manufacturer, the builder of the generator set must manufacture, at minimum, engines or alternators. C. The manufacturer shall have printed literature and brochures describing the standard series specified, not a one of a kind fabrication. PART 2- ENGINE -GENERATOR SET 2.01 Engine City of Fayetteville, AR Bid 10.66; Construction — Fire Department Generators Re -Bid Page 39 of 47 A. The prime mover shall be a liquid cooled gaseous fueled naturally aspirated engine. It will have a 10 -cylinder block with a minimum displacement of 6.8 liters with a minimum rating of 100 hp. This system shall be rated for a minimum output of 10akW. B. The engine. is to be cooled with a unit mounted radiator, fan, water pump, and closed coolant recovery system providing visual diagnostic means to determine if the system Is operating with a normal engine coolant level. The radiator shall be designed for. operation in 122 degrees f, 50 degrees c ambient temperature. C. The intake air filter(s) with replaceable element must be mounted on the unit. Full pressure lubrication shall be supplied by a positive displacement lube oil pump. The engine shall have a replaceable oil filter(s) with, internal bypass and replaceable element(s). Engine coolant and oil drain extensions, equipped with pipe plugs, and must be provided to outside of the mounting base for cleaner and more convenient engine servicing. A fan guard must be installed for personnel safety. D. The engine shall have a battery charging DC alternator with a transistorized voltage regulator. Remote 2 -wire starting shall be by a solenoid shift, electric starter. E. The engine fuel system shall be designed for operation on Engine fuel system shall be designed to operate on commercial natural gas with in inlet pressure of 11 -14 inches water column. The engine shall have (a) unit mounted, thermostatically controlled waterjacket heater(s) to aid in quick starting. The wattage shall te as recommended by the manufacturer. The contractor shall provide proper branch circuit from normal utility power source. G. Sensing elements to be located on the engine for low oil pressure shutdown, high coolant temperature shutdown, low coolant level shutdown,, overspeed shutdown and overcrank shutdown. These sensors are to be connected to the control panel using a wiring harness with the following features: wire number labeling on each end of the wire run for easy identification, each sensor connection shall be sealed to prevent' corrosion and all wiring to be run in flexible conduit for protection from the environment and any moving objects. H. Engine speed shall be controlled by isochronous governor with no change in alternator frequency from no load to full load. Steady state regulation is to be 0.25%. One step load acceptance shall be 100% of engine -generator set nameplate rating and meet the requirements of NFPA 110 paragraph 7.13.7 K. The generator system shall support generator start-up and load transfer within 10 seconds. 2.02 ALTERNATOR A. The alternator shall be a 4 pole revolving field type, lead, wired for 120/208 VAC 3 phase, 60 Hz, rated at 100kW with a permanent magnet driven exciter. Photosensitive components will not be permitted in the rotating exciter. The stator shall be direct connected to the engine to ensure permanent alignment. The generator shall ' meet temperature rise standards for Clas •NH" insulation; operate within Class "P" standards for extended life. All leads must be extend"eto an AC connection panel. The alternator shall be protected by internal thermal overload protection and an automatic reset field circuit breaker. City of Fayetteville, AR Bid 10-66, Construction -- Fire Department Generators Re -Bid Page 40 of 47 B. One step load acceptance shall be 100% of engine -generator set nameplate rating and meet the requirements of NEPA 110 paragraph 5-13.2.6. The generator set and regulator must sustain at least 300% short circuit current for 10 seconds during 3 phase fault. C. A NEMA 1 panel that is an integral part of the generator set must be provided to allow the installer a convenient location in which to make electrical output connections. A fully rated, isolated neutral must be included by the generator set manufacturer to insure proper sizing. D. The electric plant (engine and alternator) shall be mounted with internal vibration isolation onto a welded steel base. External vibration isolation shall not be required for normal pad mounted applications. E. Provide the following items installed at the factory: 1. A main line circuit breaker carrying the UL mark shall be factory installed. The breaker shall be rated per the manufacturer's recommendations unless specified below and mounted in the genset connection box. The line side connections are to be made at the factory. Output lugs shall be provided for load side connections. A system utilizing manual reset field circuit breakers and current transformers is unacceptable. 2.03 CONTROLS A. The generator control system shall be a fully integrated microprocessor based control system for standby emergency engine generators meeting all requirements of NFPA 110 level 1. B. The generator control system shall be a fully integrated control system enabling remote diagnostics and easy building management integration of all generator functions. The generator controller shall provide integrated and digital control overall generator functions including: engine protection, alternator protection, speed governing, voltage regulation and all related generator operations. The generator controller must also provide seamless digital integration with the engine's electronic management system if so equipped. Generator controllers that utilize separate voltage regulators and speed governors or do not provide seamless integration with the engine management system are considered_ less desirable. C. The control system shall provide an environmentally sealed design including encapsulated circuit boards and sealed automotive style plugs for all sensors and circuit board connections. The use of non -encapsulated boards, edge cards, and pc ribbon cable connections are considered unacceptable. . D. Circuit boards shall utilize surface mount technology to provide vibration durabili₹y. Circuit boards that utilize large capacitors or heat sinks must utilize encapsulation methods to securely support these components. E. Diagnostic capabilities should include time -stamped event and alarmlogs, ability to capture operational parameters during events, simultaneous monitoring of all input or output parameters; callout capabilities, support for multi -channel digital strip chart functionality and, Imsec data logging capabilities. F. The control system shall provide pre -wired customer use 110: 4 contact Inputs, 2 analog inp9ts; •4• relay outputs, and .communications support via RS232, RS485, and an optional' modem. Customer I/O shall be software conflgurabie providing full access to all alarm, event, data logging, and shutdown functionality. In addition, custom ladder logic functionality shall be supported to City of Fayetteville, AR Bid 10-66, Construction — Fire Department Generators Re -Bid Page 41 of 47 provide application support flexibility. The ladder logic function shall have access to all the controller inputs and customer assignable outputs. G. The control panel will display all user pertinent unit parameters including: Engine and alternator operating conditions Oil pressure and optional oil temperature Coolant temperature and level alarm Fuel level (where applicable) Engine speed DC battery voltage Run time hours Generatorvoitages, amps, frequency, kilowatts, and power factor Alarm Status Current alarm(s) condition per NFPA 110 level I Alarm Log of last twenty alarm events (date and time stamped) J. For system reliability and security concerns, access to and manipulation of the internal operating parameters and alarm limits shall, be conducted via password protected PC based software by trained personnel System configuration support shall be provided locally or remotely by the manufacturers servicing representatives. K. The following equipment is to be installed at the engine -generator set manufacturer's facility: A DPDT relay shall be socket mounted in the generator control panel and operate on engine start and run for customer connection. L. The following equipment is to be provided by the engine -generator set manufacturer and shipped loose with the unit. 1. Provide an NFPA 110 level I compliant alarm annunciator panel for remote indication per local and national code requirements. The annunciator shall be controlled using R5485 -communications from the generator controller. Annunciators requiring individual contacts and wires per indication point are not preferred. The panel shall have an ALARM switch that when moved to the OFF position silences the .audible alarm. A TEST/RESET switch must' be included to verify the lights are functional and reset any condition after if has cleared. The remote annunciator shall have provision for installing a switch with the capability of starting, and stopping the standby generator set from the annunciator panel. PART 3- ADDITIONAL UNIT REQUIREMENTS 3.01 Unit Accessories A. The following equipment is to be installed at the engine -generator set manufacturer's facility: B. The enclosure shall be made of 16 gage steel with .080 thick aluminum roof and coated with an electrostatically applied and baked powder paint finish. The inside of the enclosure is to be lined with •a sound absorbent material UL 94.- HF-1 to limit noise transmission. Noise level at exercise shall be less than 64 DBa. The critical grade muffler exhaust system shall be factory installed and iav`e' stainless steel flexible connection to couple the engine exhaust manifold to the exhaust systeM within the enclosure.' Roof mounted mufflers shall not be permitted. City of Fayetteville, AR Bid 10-66, Construction — Fire Department Generators Re -Bid Page 42 of 47 ' , . 2. A heavy duty, lead add 12 V DC battery set shall be installed by the generator set manufacturer. 3 Provide an automatic dual rate battery charger. The automatic equalizer system shall monitor and limit the charge current to 1.0 amps. The output voltage is to be determined by the charge current rate.. The charger must be protected against a reverse polarity connection. The battery charger is to be factory installed on the generator set. Due to line voltage, drop concerns, a battery charger mounted in the transfer switch will be unacceptable. PART 4- ADDITIONAL PROJECT REQUIREMENTS 4.02 . FACTORY TESTING A. Before shipment of the equipment, the engine -generator set shall be tested under rated load for performance and proper functioning of control and interfacing circuits. Tests shall include: 1. Verifying all safety shutdowns are functioning properly. 2. Verify single step load pick-up per NFPA 110-1996, Paragraph 5-13.2.6. 3. Verify transient and voltage dip responses and steady state voltage and speed (frequency) checks. 4.03 OWNER'S MANUALS A. Three (3) sets of owner's manuals specific to the product supplied must accompany delivery of the equipment. General operating instruction, preventive maintenance, wiring diagrams, schematics and parts exploded views specific to this model must be included. 4.04 INSTALLATION A. Contractor shall install the complete electrical generating system including all fuel connections in accordance with the manufacturer's recommendations as reviewed by the Engineer. 4.05 SERVICE A. Supplier of the electric plant and associated items shall have permanent service facilities in this trade area. These facilities shall comprise a permanent force of factory trained service personnel on 24 hour call, experiencedin servicing this type of equipment, providing warranty and routine maintenance service to afford the owner maximum protection. Delegation of this service responsibility for any of the equipment listed herein will not be considered fulfillment of these specifications. Service contracts shall also be available. 4.06 2 YEAR WARRANTY A. The standby electric generating system 'components, complete engine -generator and instrumentation panel shall be warranted by the manufacturer against defective materials anal factory workmanship for a period of 24 months. Such defective parts shall be repaired or._repta:ced at the manufacturer's optIon, free of charge. Travel and labor shall be included for the first 12, months. The warranty period shall commence when the standby power system is first placed into service. City of Fayetteville, AR Bid 10-66, Construction — Fire Department Generators Re -Bid Page 43 of 47 City of Fayetteville Bid 10-66, Construction - Fire Department Generators Re -Bid Draft Contract — Between City and Contractor This contract executed this day of , 2010, 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 10-66 as stated in bid proposal, and in accordance with specifications attached hereto and made a part hereof under Bid 10-66, 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 10-66 with the specifications and 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 duty 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, AR Bid 10-66, Construction — Fire Department Generators Re -Bid Page 45 of 47 Multiple warranties for individual components (engine, alternator, controls, etc.) will not be acceptable. Satisfactory warranty documents must be provided. Also, in the judgment of the specifying authority, the manufacturer supplying the warranty for the complete system must have the necessary financial strength and technical • expertise with all components supplied to provide adequate warranty support 4.07 STARTUP AND CHECKOUT A. The supplier of the electric generating plant and associated items covered herein shall provide factory trained technicians to checkout the completed installation and to perform an initial startup inspection to include: 1. Ensuring the engine starts (both hot and cold) within the specified time. 2. Verification of engine parameters within specification. 3. Verify no load frequency and voltage, adjusting if required. 4. Test all automatic shutdowns of the engine -generator. 5. Perform a. load test of the electric plant, ensuring full load frequency and voltage are within specification by using building load. 4.08. SUBMITTALS A. Provide three complete sets of Engineering Submittal for approval, prior to production release, showing all components, in addition to the engine and generator. Submittals shall include compliance with these specifications. 4.09 SUBSTITUTIONS A. The emergency power system has been designed to the specified manufacturer's electrical and physical characteristics. The equipment sizing, spacing, amounts, electrical wiring, ventilation equipment, fuel and exhaust components have all been sized and designed around Generac Power System's equipment. Should any substitutions be made, the contractor shall bear responsibility for the installation, coordination and operation of the system as well as any engineering and redesign costs which may result from such -substitutions. Alternate equipment suppliers shall furnish equipment submittals 14 days prior to bid date for approval to bid. City of Fayetteville, AR Bid 10-66, Construction -- Fire Department Generators Re -Bid Page 44 of 47 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 g, 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. Chan es 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 ___________,2010. CITY OF FAYETTEVILLE, FAYETTEVILLE, ARKANSAS LIONELD JORDAN, Mayor Attest: Sondra Smith, City Clerk CONTRACTOR BY NAME AND TITLE ATTEST: COMPANY SECRETARY BUSINESS ADDRESS City of Fayetteville, AR Bid 10-66, Construction — Fire Department Generators Re -Bid Page 46 of 47 City of Fayetteville Bid 10-66, Construction — Fire Department Generators Re -Bid Statement of Disclosure — To Be Submitted With ALL Bids This page does not count towards page limitations set forth In this request for proposal or bid. Proposer must disclose any possible conflict of interest with the City of Fayetteville, including, but not limited to, any relationship with any City of Fayetteville employee. Your response must disclose if a known relationship exists between, any principal or employee of your firm and any City of Fayetteville employee or elected City of Fayetteville official. If, to your knowledge, no relationship exists, this should also be stated in your response. Failure to disclose such a relationship may result in cancellation of a purchase and/or contract as a result of your response. This form must be completed and returned in order for your bid/proposal to be eligible for consideration. PLEASE CHECK ONE OF THE FOLLOWING TWO OPTIONS, AS IT APPROPRIATELY APPLIES TO YOUR FIRM: X 1.) NO KNOWN RELATIONSHIP EXISTS 2.) RELATIONSHIP EXISTS (Please explain) PLEASE FILL OUT THE SECTION BELOW AND SUBMIT THIS FORM WITH YOUR BID OR PROPOSAL: 1.) I,. as an officer of this organization, or per the attached letter of authorization, am duly authorized to certify the information provided herein are accurate and true; and 2.) My organization shall comply with all State and Federal Equal Opportunity and Non -Discrimination requirements and conditions of employment. Heckat n:.0onst uc 'o o fly, Inc. PH d Na e Signature Don L. Heckathorn October 28, 2010 Date City of Fayetteville, AR Bid 10-66, Construction — Fire Department Generators Re -Bid Page 47 of 47 MIKE BEEBE . STATEOFARKANSAS JAMES SALKELD DIRECTOR GOVERNOR I ARKANSAS DEPARTMENT OF LABOR r r • PREVAILING WAGE DIVISION 1,0421 WEST MARKHAM . LITTLE ROCK, AR 72205-2190 Phone: 501-682-4536 Fax: 501-682-4508 TRS: 800-285-1131 • August 2, 2010 Andrea Foren City of Fayetteville 113 West Mountain Fayetteville, AR 72701 Re: INSTALLATION OF FIRE DEPARTMENT GENERATORS FAYETTEVILLE, ARKANSAS WASHINGTON COUNTY Deer Ms. Foren: In response to your request, enclosed is Arkansas Prevailing Wage Determination Number 10.043 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. Coda 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. § 22-9-3O9 (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 GenerallPrime 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 send a copy o€ the notice to my - office. if you have any questions,please call me at (501) 682-4536 or fax (501) 682-4508. Sincerely, Lorna K. Smith • Prevailing Wage Division Enclosures Arkansas, Department of Labor Determination #: 10-043 Prevailing Wage Determination Expiration Date: 2/2/2011 BUILDING RATES Survey#: 710-AR05 Date: 8/2/2010 Project: Installation of fire Department Generators Site: City: Fayetteville, Arkansas Project County: Washington CLASSIFICATION Basic Hourly Rate Fringe Benefits Asbestos Worker/Insulator $12.00 $0.28 Bricklayer/Pointer, Cleaner, Caulker $19.50 Carpenter $16.20 $2.35 Concrete Finisher/Cement Mason $16.05 Elevator Mechanic $24.30 $12.18 Glazier $17.20 $2.26 HVACR Mechanic (Excludes Duct Work) $16.40 $1.93 Ironworker (Including Reinforcing Work) $1480 $0.50 Laborer $12.00 $0.28 Marble/Tile/Terrazzo $22.95 $6.41 Metal Building Erector $15.50 Millwright $10.85 . $1.65 Painter/Sheet Rock Finisher $13.15 $1.10 Plasterer $15.55 Plumber/Pipefitter $22.25 $6.89 Roofer $12.65 $2.60 Sheet Metal (Includes Duct Work) $16.75 $2.83 Sprinkler Fitter $23.90 $8.75 Truck Driver $12.00 • $0.28 Waterproofer $16.30 $1.29 Group 1- Operator $15.10 $3.40 Group 2 - Operator $15.20 $0.56 Group 3 - Operator $13.80 Group 4 - Operator $12.00 $0.28 Electrician/Alarm Installer(Electr€cal contract under $500,000) $21.65 $9.03 Electrician/Alarm Installer(Electrical contract $500,000 & Over.) $23.15 $9.03 Welders -receive rate prescribed for craft performing operation to which welding €s incidental. • Certified 7/13/2010 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. 8/2/2010 11:38 AM Page 1 of 1 Power Eauinment Operatnrs: Operators engaged in operating the following equipment: Cranes, draglines, shovels and piledrivers with a lifting capacity of 50 tons or over, and operators of all tower climbing, cranes and derricks required to work 25 feet or over from the ground, blacksmith and mechanics. Groun II Operators engaged in operating the following equipment or performing work relative to the engineer's jurisdiction: Hydraulic cranes, cherry pickers, backhoes, and all derricks with a lifting capacity- less than 50 tons, as specified by the manufacturer, all backhoes, tractor or truck type, all overhead & traveling cranes, or tractors with swinging boom attachments, gradealls all above equipment irrespective of motive power, leverman (engineer), hydraulic or bucket dredges, irrespective of size. Group III Heavy Equipment Operators. Operators engaged in operating the following equipment: all bulldozers, all front end loaders, all sidebooms, skytracks, forklifts, all push tractors, all pull scrapers, all motor graders, all trenching machines, regardless of size or motive power, all backfillers, all central . mixing plants, 10S and larger, finishing machines, all boiler fireman high or low pressure, all asphalt spreaders, hydro truck crane, multiple drum hoist, irrespective of motive power, all rotary, cable tool, core drill or churn drill, water well and foundation drilling .machines, regardless of size, regardless of motive power and dredge tender operator. Group IV Light Equipment Operators. Operators engaged in, operating ,the ,following equipment: Oilerdriver motor crane, single drum hoists, winches and air tuggers, irrespective of motive power, winch or A frame trucks, rollers of all types and pull tractors, regardless of size, elevator operators inside and outside when used for carrying workmen from floor to floor and handling, building material, Lad-A-Vator Conveyor, batch plant, and mortar or concrete mixers, below 105, end dump euclid, pumperete spray machine and pressure grout machine, air compressors, regardless of size. All light equipment, welding machines, light plants,- pumps, all well point system .dewatering and portable pumps, space heaters, irrespective of size, and motive power, equipment greaser, oiler, mechanic helper, drilling machine helper, asphalt distributor and like equipment, safety boat operator and deckhand. STATEMENT OF INTENT TO PAY PREVAILING WAGES PRO]ECT: INSTALLATION OF FIRE DEPARTMENT GENERATORS FAYETTEVILLE■ ARKANSAS WASHINGTON COUNTY This is to certify that we, the following listed contractors, are aware of the wage requirements of the Arkansas Prevailing Wage Law and by signature below indicate our intent to pay no ' less than the rates established by Arkansas Prevailing Wage Determination Number 10-043 for work performed on the above noted public project. I understand that contractors Who violate prevailing wage laws, i.e., incorrect dassiltcatlonVscope of work of workers, improper payments of prevailing wages, etc., are subject to fines and will be required to pay back wages due to workers. Signature and Title Business Name Address Phone# of Business Ofdal General/Prime Contractor Electrical Subcontractor Mechanical Subcontractor Plumbing Subcontractor Roofing/ Sheet Metal Subcontractor THE GENERAL/PRIME CONTRACTOR IS RESPONSIBLE FOR GETTING THIS FORM FILLED OUT AND RETURNING IT TO THE ARKANSAS DEPARTMENT 9F LABOR WITHIN 30 DAYS OF THE NOTICE TO PROCEED FOR THIS PROJECT. RETURN COMPLETED FORM TO THE ARKANSAS DEPARTMENT OF LABOR, PREVAILING WAGE DIVISION, 10421 W. MARKHAM, LITTLE ROCK, ARKANSAS, 72205. rr N x z�{ y 4 GD0 v:t"J; �� I i lo \ D �� a41 ¢a°{g € y e Ili gR �� gel g° S ° pA S 819I I �a n F3 $Y gyR 8 y I�� S gSV ixY( d ! H 8 I F4rrI EnOMee°n9EEe eauawwnw. onn. ew.xFI�. CENTRAL FIRE STATION #1 GENERATOR PROJECT ' " �'°` 330 WEST CE€LTER ST. . iAYETTENLLE, ARKANSAS FIRE SFATpN °i ELECTRICAL PLANii • r. ©]STING fl Q RICAL RISER 1)L&1 KEYED ELECTRICAt R r NEW ELECTRICA IgJSER DIACRAIA O srArION T ELECTRICAL PLAN L1 EnglneaingEhmanR FIRE STATION #5 •I GENERATOR PROJECT //1 w � - INTERSECEION OF ;// ceaPx sum OLD WIRE RD I N. OROSSOVER RD. FAYeTTEWLtE, ARKANSAS 72701 - -- BID BOND Conlonnu with The Amerman Institute of ArchtteCta, A.1.A. Document No. A-310 KNOW ALL. BY TMSE PRESENTS, Thai we. Heckathorn Construction Company, Inc. as Principal, hereinalcr called the Principal, mid the H rtford Fire Insurance Conan of One Hartford Plaza. Hartford Connecticut , a corporation duly organized under the laws of the Stage Of Connecticut ,as Surety. hereinafter Ca11C4 the Suety, arc told and firmly bound unto City of Fayetteville, Arkansas as Obligee, hereinafter called the Obligee, in tbte sum tsf Five Percent of Amount of Bid 1]pllars (g 5% of Bid 3, for. the paymetri o1' which sum roll and truly tea be made; the said Principal and the said Surety, bind Ourselves, our heirs. CxOCutCrs, administrators, succesSou old assigns. jointly and se►erally, firmly by these purrs. WHEREAS, the Principal has submitted a bid for City of a -66 Construction Fire De a ent Generators Re -Bid, Fayetteville, Arkansas NOW. BEFORE, if the Obligee shall acc4pt the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance %ilh the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufitcient surety for the faithful pefonnancc of such Contract and For The prompt payment of labor and material furnished in tine prosecution thereat or in the event of the failure of the Principal to enter suck Contract and give such bond or bonds, if the Principal shall pay €o the Obligee the difference act to execod the penally heruo(betwcen the amount specifier[ in said bid and such larger amount for which the Obligee may in good faith contract with anger party to perform the Work covered by said bid, thou this obligation shall be null and id, otherwise to retrain in full fore and effect. Signed and scaled this 25th...,_,_...._..day of 2010 S. Witness fleck ern C us o , Inc. (Seal) �rirtcipr€1 �hs•�e� Insurance Cam an By Jud&cbon At in:Fact Direct lnqulrieWQJsnr tp: POWEROF ATTORNEY THE HARTFORD BOND, T-4 P.Q. BOX 2103, 894 ASYLUM AVENUE HARTFORD, CONNECTICUT 06115 call. 888-266.3488 or fax: 860 757-5835 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Code: 38.691481 lJ Hartford Fire Insurance Company, a corporation duly organized under the laws of the State of Connecticut Hartford Casualty Insurance Company, a corporation duly organized under the laws of the State of Indiana 0 Hartford Accident and Indemnity Company, a corporation duly organized under the laws of the State of Connecticut 0 Hartford Underwriters Insurance Company, a corporation duly organized under the laws of the State of Connecticut 0 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 o€ 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: Benson A. Cashion, Matthew K. Cashion, Jr., Judy Schoggen, William H. Griffin, Cynthia L Tdckey, Pamela K. Hays, Nick W. Peters of Little Rock, AR their true and lawful Attorneys) -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, sea[ 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 July 21, 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. , _ ni�NFdtiprgUi �..+� Mtt 11�13[Rdi�h Scott Sadowsky, Assistant Secretary STATE OF CONNECTICUT Hartford COUNTY OF HARTFORD t?y74 1� 1tr74 1 1979 M. Ross Fisher, Assistant Vice President On this 1'' day of February, 2004, before me personally came M. Ross Fisher, to me known, to me known, who being by me duly sworn, did depose and say: that she resides in the County of Hartford, State of Connecticut; that she 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. Scott E. Paseka Notary Public caL1ucATE 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 October 28 2010 Signed and sealed at the City of Hartford. f�) r eisNA� t979 �tt7= 1974 '�l •• +r b F� • Nino • 'asea��' Gary W. Stumper, Assistant Vice President Page 1 of 2 Ginny Gundlach - Fwd: City 10.66 Construction -Fire Dept.Generators Re -Bid Cost Breakdown From: Andrea Foren To: Dayringer, David; Gundlach, Ginny; Jones, Scott; Lynch, Chris Date: 11/15/2010 8:43 AM Subject: Fwd: City 10-66 Construction -Fire Dept.Generators Re -Bid Cost Breakdown Attachments: Andrea Foren3.vcf Here you go! Let me know if you need any other info... Thanks, Andrea Andrea Foren, CPPB City of Fayetteville, Purchasing Agent 113 W. Mountain Fayetteville, AR 72701 Phone: (479) 575-8220 TDD (Telecommunications Device for the Deaf): (479) 521-1316 aforen@ci, fayetteville.ar. us wvww access favettevllle.oro Please consider the environment before printing my e-mail >>> On 11/12/2010 at 9:48 AM, in message <790430.24515.qm@web82202.mail.mud.yahoo.com>, David Hansen <hcc_dhansen@sbcglobal.net> wrote: I Andrea Foren- Following is the cost breakdown by Fire Department location for the Generator Re -Bid: Fire Station #1- $ 61,861.00 Fire Station #2- $ 9,486.00 Fire Station #5- $ 7,155.00 Please let me know if you need something more formal than this reply. Thanks. DcH-David Hansen cc: Don Heckathorn; From: Andrea Foren <aforen@ci.fayetteville.ar.us> To: hcc_dhansen@sbcglobal.net Cc: Andrea Foren <aforen@ci.fayetteville.ar.us> Sent: Mon, November 1, 2010 10:13:27 AM Subject: Contact documents David, Attached is a copy of the contract. Can you sign and return 2 originals to me please? We will return one after it goes to City Council. Also, can you e-mail me a break down of what each location was? Thanks, file://C:1Documents and Settings\gapperson.000\Local Settings\Temp\XPGrpWise\4CE0F2CDFAYETTE... 11/18/2010 BID: 10-66 DATE: 10/28110 Ta%yooe e�Ie TIME: 2:00 PM CETY OF FAYETTEVILLE ARKANSAS Bid 10-66, Construction - Fire Department Generators Re -Bid BIDDER TOTAL TURN -KID . BID AMOUNT 1 Heckathorn Construction Company, Inc. $ 78,502.00 2 Multi -Craft Contractors, Inc. $ 84,148.00 3 Staley, Inc. $ 1118,172.00 4 Total Environmental Systems, Inc. $ 78,857.00 NOTICE: Bid award is contingent upon vendor meeting minimum specifications and formal authorization by City officials. CERTIFIED: P. VICE, PURCH MGR WITNESS > f A >< f ° - i$ 4 ! § j k / 2 7 mm 2 2 § § 3 v C _ - - - CD ] \ 2 \ ±a [s s; (CD@ [� A\ (§ (\ $ Co C) 1 0 k- ±1 (�® 2 ) �0 O 0 k R 9 « g ( k / 2 2 i r r q -4 \ E m � \ l O 7 / k # 4 7 # 0 z z 2 ] 2 ° ° CD § g g E % 7 g _ - - _ 0 a 2 _ CD { \ J 9 \ n m - . t t § J / Cl) § g m CJ1 CO (IC CD § 2 ° m ) O 2 - O , f J 7 0 / . \ f } \ 2 ° * • , _ / o \ \ O - _z - E � [ - - - ± o > � %k)� 0 P4 A § (� o E CD � 2 CD m a « z Bond No.: 38BCSFTS803 ARKANSAS STATUTORY PERFORMANCE AND PAYMENT BOND Given in compliance with Act 351 of 1953, amended. KNOW ALL BY THESE PRESENTS, That we, Heckathorn Construction Company, Inc. as Principal, hereinafter called Principal, and Hartford Fire Insurance Company a Connecticut Corporation, as Surety, hereinafter called Surety, are held and firmly bound unto City of Fayetteville, Arkansas as Obligee, hereinafter called Owner, in the amount of SEVENTY-EIGHT THOUSAND FIVE HUNDRED TWO AND NO/100THS Dolly ($78,502.00 for the payment whereof Principal and Surety bind themselves, their heirs, personal representatives, successors and assigns, jointly and severally, firmly by these presents. PRINCIPAL HAS, by written agreement dated 12/7/2010 entered into a contract with Owner for City of Fayetteville Bid No. 10-66, Construction Fire Department Generators Re -Bid, Fayetteville, Arkansas which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. THE CONDITION OF THIS OBLIGATION IS SUCH, That if the Principal shall faithfully perform the Contract on his part and shall fully indemnify and save harmless the Owner from all cost and damage which he may suffer by reason of failure so to do and shall fully reimburse and repay the Owner all outlay and expense which the Owner may incur in making good any such default, and, further, that if the Principal shall pay all persons all indebtedness for labor or materials furnished or performed under said contract failing which such persons shall have a direct right of action against the Principal and Surety jointly and severally under this obligation, subject to the Owner's priority, then this obligation shall be null and void; otherwise it shall remain in full force and effect. NO SUIT, ACTION OR PROCEEDING SHALL BE BROUGHT on this bond outside the State of Arkansas. No suit, action or proceeding shall be brought on this bond except by the Owner after six months from the date final payment is made on the Contract, nor shall any suit, action or proceeding be brought by the Owner after two years from the date on which the final payment under the Contract falls due. ANY ALTERATIONS WHICH MAY BE MADE in the terms of the Contract, or in the work to be done under it, or the giving by the Owner of any extension of time for the performance of the Contract, or any other forbearance on the part of either the Owner or the Principal to the other shall not in any way release the Principal and the Surety or Sureties, or either or any of them, their heirs, personal representatives, successors or assigns from their liability hereunder, notice to the Surety or Sureties of any such alteration, extension or forbearance being hereby waived. IN NO EVENT SHALL the aggregate liability of the Surety exceed the sum set out herein. Executed on this 23rd day of December , 2010 I: T11 1 il�' 1 k. al-i•. __ 4j .. r Direct Ingcrisies/L'Iaims to: POWER OF ATTORNEY THE HARTFORD BOND, T-4 P.O. BOX 2103, 690 ASYLUM AVENUE HARTFORD, CONNECTICUT 06115 calla 888-266-3488 or fax: 860-757-5835 KNOW ALL PERSONS BY THESE PRESENTS THAT: Acy Code: 38-591481 XX 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 0 Hartford Accident and Indemnity Company, a corporation duly organized under the laws of the State of Connecticut 0 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: Benson A. Cashion, Matthew K. Cashion, Jr., Judy Schoggen, William H. Griffin, Cynthia L. Tnckey, Pamela K. Hays, Nick W. Peters of Little Rock, AR their true and lawful Attomey(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 July 21, 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. 1Ls CM. c ,. aoa•re.rrr � s ►o a T � A„of,�� �.�. �.•- �' rases � + �a �'''� ¢ ai -+" ;: w �� Rti�Me.[x.J�� •=aauAs► 'e; tfi?= <' y►t +�F `1 19T9 191�� ar ,��A . F��y ],tu Hi1. •�hrw.', j CJ Scott Sadowsky, Assistant Secretary M. Ross Fisher, Assistant Vice President STATE OF CONNECTICUT ss. Hartford COUNTY OF HARTFORD On this 1s' day of February, 2004, before me personally came M. Ross Fisher, to me known, to me known, who being by me duly sworn, did depose and say: that she resides in the County of Hartford, State of Connecticut; that she 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) f/J7 ♦ �U�11a 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 December 23, 2010 Signed and sealed at the City of Hartford. ��1IrS < CY,V AGy� o ,. $ �� ..• �. '�,`e±+R�8i.7Wr�''' � �HWMF 197 e � �D7� � _<-.'t '�jf! *� c.� �r �y -.. -� �+ a`�i •....�s �►�"� � ;919 + .R.E"a�' rA '.—i+� • hltA441 �nrY.• . rtt,' y Gary W. Stumper, Assistant Vice President £e # 2io- jo i� / t110 ACORD° CERTIFICATE OF LIABILITY INSURANCE DATE (s1MIDdYYYY) 12/23/2010 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 pollcy(les) 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 endarsement(s). PRODUCER The Cashion Company, Inc. P 0 Box 550 Little Rock AR 72203 Susan Simmons PHNAME: uO a E (501)376-0716 No): (501)376-x116 ADDREss: susans@cashionco com' PROOUCER 00000714 INSURER($) AFFORDING COVERAGE NAIC f INSURED Heckathorn Construction Company, Inc, 1880 Birch Avenue Fayetteville, AR 72703 INSURER A AmQrisUro Ins. Co. 9488 Companies lNsu nc JLmarisuro INSURERCAntOri9ure Mutual Insurance 3396 INSURER D: INSURERE: 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. LTR TYPE OF INSURANCE POLICY NUMBER MMJXD/YYYY) (MPMMEYYYYI LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 1O PREMISES a ocairranca S 200, 000 A ii COMERCIALGENLLAMftL ERA1 LIABOJTY CLWMS-MADE OCCUR Y Y P203580604 /19/2010 /19/2011 MEDEXP(Myoneperson) $ 5,000 PERSONAL A ADV INJURY S 1,000,000 X Blanket Contractual X xCB Coverage Included GENERAL AGGREGATE $ 2,000,000 GENLAGGREGATE LJMrrAPPLIESPER: PRODUCTS-COMPIOPAGG $ 2,000,000 POUCY X PRO LOC $ R AUTOMOBILE X UAB1LrTY ANY AUTO ALLOWNEDAUTOS y y 1.203500705 /19/2010 /19/2011 COMBINED SINGLE LIMIT Ea sodden (0 S 1.000 , 000 BODILYINJURY (Per parson) S BODILY INJURY (Par noddam) S X SCHEDULED AUTOS HIRED AUTOS _ (Per accdem) DAMAGE $ X NOL OWNED AUTOS Underinsured motorist BI single $ Uninsured molorlst properly $ X UMBRELLA LIAB F X IOCCUR EACH OCCURRENCE $ 5, 000, 000 AGGREGATE $ 5, 000, 000 EXCESS LIAR CLAIMS -MADE DEDUCTIBLE $ X RETENTION 0 Y Y 0203580804 /19/2010 /19/2011 $ C WORKERS COMPENSATION AND EMPLOYERSLIABILITY YIN ANY PROPRIETORIPARTNERIEXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory In NH) If yyeass destsiba under DES�RIPTIONOFOPERATIONSbelow NIA y 203580905 /19/2010 /19/2011 X WC SrATU- I 0TH - I TORY UMITS I I ER EL EACH ACCIDE T $ 500 000 EL DISEASE - FA EMPLOYE $ 500 000 EL DISEASE -POLICY LIMIT $ 500 000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101, AddRlonal Remarks Schedule, B more apse* Is required) Project: City of Fayetteville Bid 10-66, Construction —fire Department Generators Re —Bid See Attached Corlmoonta/Remarka Section CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City o£ Fayetteville ACCORDANCE WITH THE POUCY PROVISIONS. 113 W. Mountain, Suite 306 AUTHORIZED REPRESENTATIVE Fayetteville, AR 72701 Benson Cashion/SES001 AGOHU 25 (2009109) I NS025 (211oeos) ® 1986-2009 ACORD CORPORATION. All rights reserved_ The ACORD name and logo are registered marks of ACORD COMMENTS/REMARKS HECKATHORN CONSTRUCTION COMPANY, INC. ENDORSED ADDITIONAL INSURED: If required by written contract, certificate holder is included as an additional insured on a primary and noncontributory basis. ENDORSED WAIVER OF SUBROGATION: If required by written contract, waiver of subrogation applies in favor of certificate holder. OFREMARK COPYRIGHT 2000, AMS SERVICES INC. I City of Fayetteville Staff Review Form City Council Agenda Items and Contracts, Leases or Agreements Staff Review City Council Meeting Date Agenda Items Only David Dayringer Fire Fire Submitted By Division Department 18,641.00 Fire Impact Fee Improvements 36,314.00 Fire Facility Maintenance $2,909.00 $ 56,822.00 Fire Station #1 Generator Cost of this request Category / Project Budget Program Category / Project Name 2300.9300.5801.04 16,641.00 Fire Improvements 4470.9470.5801.00 5,039.00 Fire Improvements 4470.9470.5801.00 $ 56,822.00 Fire Improvements Account Number Funds Used to Date Program I Project Category Name 07003 /1001 2,000.00 Impact Fee 02006/1 31,275.00 Sales Tax Capital Improvements 1001911 - Sales Tax Capital Improvements Project Number Remaining Balance Fund Name Budgeted Item X Budget Adjustment Attached 3 _p - Date Date Finance and Internal Services Director Date Date y. ate Previous Ordinance or Resolution # Original Contract Date: Original Contract Number: 04-06-1 1 P0 1 :4 1 RCVI0 Received in City Clerk's Office Received in Mayor's Office Revised January 15, 2009 'ttel • ee ®ARKANSAS CITY COUNCIL AGENDA MEMO To: Mayor Lioneld Jordan & City Council From: David Dayringer, Fire Chief Date: April 6, 2011 THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENT CORRESPONDENCE Subject: Staff requests approval of Change Order #1 to Contract #2164 with Heckathorn Construction Company, Inc. in the amount of $2,909.00. PROPOSAL: Upon review, the City of Fayetteville Planning Division determined that some modifications to the original project design will be necessary in order to proceed with generator installation at Fire Station #1. The required modifications include rotating the electric generator 90 degrees to be parallel with the existing building and adding the installation of a 6' x 17' masonry and painted wood privacy screen. RECOMMENDATION: Staff requests approval of Change Order #1 to Contract #2164 with Heckathorn Construction Company, Inc. in the amount of $2,909.00, to the original contract amount of $78,502.00, for the installation of a masonry and painted wood privacy screen for the Fire Station #1 generator project. BUDGET IMPACT: The proposed change order amount of $2,909.00 falls within the approved project contingency amount of $8,000.00. Funds for the Fire Department generator upgrade project have been budgeted in the Sales Tax Capital Improvement Fund and the Fire Impact Fee Fund. HECKATHORN CONSTRUCTION CO., INC. 1880 Birch Avenue • Fayetteville, AR 72703 Phone: 479-442-5386 • Fax: 479-442-7385 CHANGE ORDER REQUEST TO: CONTRACT 1 P.O. # 10-0000460-001 Date: 03/07/2011 01 ._-------------------------------------------------- -- - _ ___ -------- To: City of Fayetteville Project: Fayetteville Fire Department Generators Fayetteville Fire Department Attn: Scott Jones Project # 10-0000460-001 This is our Change Order authorizing the following revisions to the above- ited Contract. Included shall be all labor, equipment, taxes and materials to 7plete the following changes: City Planning Review; Fire Station #1, rotate emergency electric generator 90 degrees, to be parallel with the fisting building. Add 6' tall x 17' long masonry & painted wood privacy screen. Masonry units d painted wood to match existing finishes as close as possible. 1. Electrical & Plumbing: No Change 2. Add Masonry & Wood privacy screen: Add $2,609.00 3. Add Painting of wood portion of privacy screen/fence: Add $300.00 WE AGREE hereby to make change specified for Date: 03/07/11 n�e dBy: David E. Hale, Project Manager ADD $2,909.00 Previous Contract Amount $78,502.00 Revised Contract Amount $81,411.00 ACCEPTED --The above prices and specifications of this Change Order are satisfactory and are hereby accepted. All work to be performed under same terms and conditions as specified in original contract unless otherwise stipulated. Date of Acceptance: Signatur PLEASE SIGN AND RETURN ONE COPY tnyZ � �l le . AR%ANSAS PUR©HAS OI DER VENDOR NO. 5450 Heckathorn Const Co Attn Don L Reckathorn 1880 Birch Ave Fayetteville AR 72703 Each Package Must Be Marked Exactly As Shown Here City of Fayetteville, Arkansas DATE 12/17/10 FOB Fyv TERMS NEr 30 DAY PURCHASE ORDER # 10-0000460-001 Unit Description and Qty. of Received Account Number Unit Price TOTALS. Issue Per Bid #10-66 Res #210-10 Contract #2&-f 1.00 LOT a) FFD Generator Construction & Installation Services Unit #9145, FA #709145 4470.9470.5801.00 10019 1 1.00 LOT b) FFD Generator Construction & Installation Services Unit #9145, FA #709145 4470.9470.5801.00 02006" 1 56822.00 56822.00 5039.00 5039.00 1.00 LOT c) FFD Generator Construction & 16641.00 16641.00 Installation Services Unit #9145, FA #709145 2300.9300.5801.04 070031001 Change Order #1 Please add Line Item D) upon approval of Change Order #1: Masonry & Painted Wood Privacy Screen Installation G/L Account: 4470.9470.5801.00 02006/1, Amount: $2,909.00 Unit #9145, FA #709145, Per Bid #10-66, Res. 210-10, Contract #2164 SHIP TO: Central Fire Station CITY OF FAYEITEVILLE 303W CENTER FAYETPEV1LLE AR 72701 Sales Tax Total: $.00 Apperson,G Purchase Order Total: 78502.00 DEPARTMENT VERIFICATION BY DATE ADDITIONAL APPROVAL RECEIVED CHECK# DEPT HEAD APPROVAL DOES NOT MEET PURCHASING POUCY AMOUNT TO PAY $i'j NECONTRACT PAYMENT OTHER NP VERIRCATION APPROVED BY PURCHASING VERIRCATION PRICE CHANGEVERIFICATiON RETURN CHECKTO SEND COPYTO PROJECT # THIS PAYMENT $ PREVIOUS PAYMENT(S) $ TOTAL PYMT(S) $ BALANCE $ DEPT COPY, 2lv-to ACORIJ CERTIFICATE OF LIABILITY INSURANCE 3iiaiaoii ' 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: It the certificate holder Is an ADDITIONAL INSURED, the pollcy(les) 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 Susan Sinuaons NAME:, __ The Cashion Company, Inc. [PNA/C w ,E�t): (5O1) 376-0716 - pX No)c (501)376-211e P O Box 550E-MAIL BUBans@cashionco . com PRODUCER -.00000714 .CUSTOMER ID •. _- _ - _ — — - - -- - Little Rock AR 72203 - - - --- T ^ _ INSURERS) AFFORDING COVERAGE I NAIC t INSURED INSURERA Anlerisure Ins. Co. -19488..-- INSURER B:Ameriaure Mutual Insurance 23396 _ Heckathorn Construction Company, Inc. INSURERC:Travelera Property Casualty 36161 1880 Birch Avenue INSURER D: INSURER E -,- Fayetteville AR 72703 I URERF - - COVFRAPFR CFRTIFICATF NIIMRFR: 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. INSR' TYPE OF INSURANCE 'ADDL Sl18R-- ---- I POLICY NUMBER LTRIY -- - OU MOY EFF MPkOYUDDXP i- UNITS - - - - - GENERAL LIABILITY i j } EACH OCCURRENCE � _ 1, 000, 000 ' ! X COMMERCIAL GENERAL LIABILITY A I S -MADE , X 1 OCCUR Y I Y ICPP203580604 CLAIM DAMAGE TO RENTED PREMISES (Eaoccurrence)S-_ 3/19/2011 3/19/2012 I MED EXP (Any cne Person) I s - 100,000 5,000 X Blanket Contractual I I I I PERSONAL & ADV INJURY I S 1,000,000 _ X xCU Coverage Included I I GENERAL AGGREGATE 5 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: I PRODUCTS_ COMP/OP AGO i $ -- S I POLICY ' X PRO- , LOC # j I I I s AUTOMOBILE LIABILITY S I COMBINED SINGLE LIMB I S 1, 000, 000 X ANY AUTD lEa �C 114 A ALL OYJNED AUTOS Y ', Y CA203584705 3/19/2011 3/19/2012 .................— BODILY INJURY {Per accident) $ _ SCHEDULED AUTOS I • - PROPERTY DAMAGE X HIRED AUTOS I IPer accident) - i e X NON -OWNED AUTOS I Underinsured motorist BI single s { I Uninsured motorlat property ; S {{ X UMBRELLA UAB . X OCCUR - i 1 EACH OCCURRENCE i $ 5,000,000 ` EXCESSUAB j CLAIMS -MADE: I AGGREGATE i S 5, 0 00, 000 I DEDUCTIBLE I ! $ B X RETENTION O Y Y 00203580804 3/19/2011 3/19/2012 i 1s B I WORKERS COMPENSATION I I I X' WC STATU- 0TH-' • AND EMPLOYERS' UABIUTY YIN ' i I _.! TORY LIMITS - _,i ER _ _ - - + ANY PROPRIETORIPARTNER/EXECUTIVEOFFICERMi ER EXCLUDED? NIA' I I I E.L. EACH ACCIDENT S 500, 000 (Mandatory In WC203580905 (Mandatory in NH) 3/19/2011 3/19/2012 E.L. DISEASE - EA EMPLOYEE S 500,000 11 yes describe under I DESCRIPTION OF OPERATIONS below 3 Y I I E.L. DISEASE - POLICY LIMIT 1 $ - 500,000 C Blanket Builders Risk N N �QT660-43438513 3/19/2011 3/19/2012 I Any One Job Limit: $5, 000, 000 Coverage •I I Frame Canstrucson L mlt: $1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, 11 more apaee Is required) - Project: City of Fayetteville Bid 10-66, Construction -fire Department Generators Re -Bid See Attached Comments/Remarks Section CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Fayetteville ACCORDANCE WITH THE POLICY PROVISIONS. 113 W. Mountain, Suite 306 AUTHORIZED REPRESENTATIVE Fayetteville, AR 72701 Benson Cashion/JNMOOl ACORD 25 (2009/09) Ct 1988-2009 ACORD CORPORATION. All rights reserved. INSO25 (20)9091 The ACORD name and logo are registered marks of ACORD p 21,0 -to A`WR Ei' CERTIFICATE OF LIABILITY INSURANCE I 3/18/2011 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: It the certificate holder Is an ADDITIONAL INSURED, the policy(les) 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 O Susan Simmons NAME: The Cashion Company, Inc. (WA/CO, No,Ext): (501) 376-0716 ( No); (501)376-2118 P 0 Box 550 E-MAILDss: susan5@caShionco. Com PRODUCER ID#.-A-OOOO714 CUSTOMER Little Rock AR 72203 INSURER(S) AFFORDING COVERAGE NAIC / INSURED INSURER A :Ameri sure Ins. Co. 19488 INSURERSAmerisure Mutual Insurance 23396 Heckathorn Construction Company, Inc. I 1880 Birch Avenue INSURERCr _ INSURER D - Fayetteville AR 72703 : INSURERE: - INSURERF: I COVERAGES CERTIFICATE NUMBER: REVISION NIIMRRR- 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. _ IN — TYPE OF INSURANCE f — '� TR . ADDLSUap POLICY HUMBER — — — - - POLICYEFF POLICY EXP M D!Y I MM!DOIY Y + LIMITS --- GENERAL LIABILITY I I I EACH OCCURRENCE T 1,000,000 X COMMERCIAL GENERAL LIABILITY - I _ DAMAGE TO RENTED _ I j ,PREMISES (Ea occurrence) $ _ 100,000 A CLAIMS -MADE X I OCCUA Y Y CPP20358060I 3/19/2011 3/19/2012 1 MEDEXP(Anyon_eperson( s — 5,000 1 X i Blanket Contractual I I I I PERSONAL 8 AOV INJURY $ 1,000,000 I X XCU Coverage included _ ,, ! GENERAL AGGREGATE $ 2, 000, 000 GEML AGGREGATE LIMIT APPLIES PER: ? I PRODUCTS - COMPAUP AGG $ 2, 000, 000 POLICY I ]{JECT i i LOG - $ - - - AUTOMOBILE LIABILITY I - COMBINED SINGLE LIMIT $ 1,000,000 X ANY AUTO I (Eaaccidenti — I A : 'ALLOWNEDAUTOS I y I y CA203580705 BODILY INJURY (Per person) $ 3/19/2011 3/19/2012 .___ _-----,__-._ ' I BODILY INJURY (Per aatident) S SCHEDULED AUTOS --- X I t PROPERTY DAMAGE $ + HIRED AUTOS I i (Per accident) X NON -OWNED AUTOS I I I Undorinsured motorist BI single 5 _ .. _ _ _ - _ I Uninsured motorist property $ II X UMSRELLALIAB X I OCCUR ! I EACHOCCURRENCE . $ 5,000,000 EXCESS LIPS CLAIMS-MADEI I I I I i AGGREGATE $ 5,000,000 DEDUCTIBLE I I >i I B X RETENTION S 0' Y Y CO203550804 I 3/19/2011 3/19/2012 $ B I WORKERS COMPENSATION I I ' X I WC STATU- I 0TH - AND EMPLOYERS' LIABILITY Y I N I I + I . TORY LIMITS I - ER . - _ ANY PROPRIETOR/ PARTNER/EXECUTIVE ❑ OFFICERIMEMBER EXCLUDED? N N 1 A I I E.L. I EACH ACCIDENT S _.._ _- 500,000 (Mandatory In NH) KC203580905 3/19/2011 3/19/2012 EL. DISEASE - EA EMPLOYEES 500,000 000 I1 Yes, describe under DESCRIPTION OF OPERATIONS below Y I I E.L. DISEASE- POLICY LIMIT $ 500 000 I I DESCRIPTION OF OPERATIONS 1 LOCATIONS 1 VEHICLES (Attach ACORD 101, Additional Remarks Schedule, II more space Is required) Project: City of Fayetteville Bid 10-66, Construction -fire Department Generators Re -aid Sao Attached Comments/Remarks Section E HOLDER City of Fayetteville 113 W. Mountain, Suite 306 Fayetteville, AR 72701 ACORD 25 (2009/09) iNS025 (200909) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Cashion/JMOOT 0 1988-2009 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD