Loading...
HomeMy WebLinkAbout44-96 RESOLUTION••••• • AGREEMENT FOR ELECTRICAL AND RELATED SERVICES • This AGREEMENT executed this p/74/ day of 1996, between the City of Fayetteville, Arkansas, hereinafter called the "City" and (-Ara king Friecivic , hereinafter called the "Contractor", and laving an address at IN CONSIDERATION OF THE FOLLOWING COVENANTS contained herein the parties agree as follows: 1. The Contractor shall at the written request of the City provide material, labor and equipment for electrical and related service(s) for the following: a. New construction as requested for jobs not bid separately; b. Repair as requested for jobs not bid separately; c. Additional work as required and as directed by owner. •••• 2. The effective dates of this agreement shall be from award of contract through December 31, 1996. 3. City shall pay Contractor for services rendered as set out in Contractor's Bid. Charges will be invoiced to City at the end of each Contractor's monthly accounting periods based upon the fee schedule outlined in Contractor's Bid and the expense charges to the project during the preceding accounting period. All invoices are due upon receipt and shall be paid by the City unless disputed within thirty (30) days of their receipt. The maximum amount billed under this agreement shall not exceed $20,000 per project. 4. The contract documents which comprise the contract between City and the Contractor consist of this contract and the following documents: a. Bid form identified as Invitation to Bid 96-12 with the specifications, conditions, and requirements typed thereon; b. The Contractor's proposal and all supporting documents and correspondence submitted by the Contractor in response to Bid 96-12. 5. These contract documents constitute the entire agreement between the City and the Contractor and may be modified only by a duly executed written instrument signed by the City and 'the Contractor. • -12 • • 6. Contractor shall not assign his duties under the terms of this contract. 7. Contractor agrees to hold the City harmless and indemnify the City against any and all claims for property damage, personal injury or death, arising from Contractor's performance of this contract. 8. addressed insurance contract. The Contractor shall furnish a certificate of insurance to the City, showing that he carries the following which shall be maintained throughout the term of the Workers Compensation Statutory Amount Comprehensive General and Automobile Insurance Bodily Injury Liability Property Damage Liability 500,000 for each person injured. $ 1,000,000 for each accident. 250,000 for each accident. 500,000 aggregate The insurance shall include explosion, collapse and underground coverage. The premiums for all insurance and the bond required herein shall be paid by the Contractor. 9. Contractor agrees to begin work within ten (10) days after issuance by the City of a "work order" or "Notice to Proceed" and to complete the work within the time agreed to by the parties. 10. All work called for herein shall be coordinated directly with the project manager for each project as designated by the City. 11. City shall have the right to terminate this Agreement for City's convenience upon written notice of Contractor, and Contractor shall terminate performance of services on a schedule acceptable to City. In the event of termination for City's convenience City shall pay Contractor for all services performed to date of termination. 12. Nothing in this agreement shall be construed to give any rights or benefits to anyone other than Contractor and City. • • IN WITNESS WHEREOF, City and Contractor have executed this agreement, the effective date of which shall be V-,,2-9-06 CITY 0 EVILLE By: By: SALY, Tracie Paul, City Clerk %%. cArrp, 4 • 64 4_ ! ' I Cie n(r A / 6/ By: A Fr d Hanna, Mayor 6A(/:_< 11/fik jilec tit Contractor Name Name By: Contractor -Company Secretary Title res/c1 • :A9 C131311_2:130 • IdV2:10 IllflIPJ 0le110313 1123301 01H10313 0'20 0313 ONIN SP:11-10 4040 4A 4/1 1:49) 411 el Eft "Ea N) NJ na CO n) NJ na N) ra, NJ O -4 co Cn cn 91 NJ a 0 CD 6 Cn iii 6 6 CD o0' b CD 00 00 00 00 00 EA 4A EA EA ! . 4:1 49 EA EA 40 t .0 co Cn CD NJ I 0) 0) bb b 6 MCI' 6 *o b b 6 00 00 o 00 00 0) 4a cn 1 cg (7 cD .13? 1.Eg -4 -a -4 4s 0 Fi 0, 5,1 o n -k c.‘ .. 4a .. _a (r1i i 9 c...) ...., (71..., ,., 1 -• N) ra) ra) Na 4a 4a A i r r 7J 7J 73 co cn co NOIld12108303 IVOR:113313 • • • 4.11 INVITATION TO BID BID # DATE ISSUED: DATE AND TIME OF OPENING: 96-12 February4, 1996 February 23, 1996, at 2:30 p.m. BUYERDATE REQUIRED4 City of Fayetteville, AR 30 DAYS ARO F. 0. B. BUYER'S PHONE # GUARANTEED DELIVERY DATE. Fayetteville, AR (501) 575-8289 ITEM # DESCRIPTION ELECTRICAL SERVICES 1 Labor Rate for the following: *Master Electrician per hour *Journeyman Electrician per hour *Apprentice Electncian per hour Laborer per hour *License Required 2 Percent additional rate for overtime 3 Percent additional rate for Sundays & Holidays QUANTITY UNIT PRICE TOTAL 4 Material Cost Plus Markup Percent 5 Guaranteed Emergency Response Time 6 Guaranteed Regular Response Time These services will be ordered as needed throughout the contract period. There is no guaranteed ininimuni or maximum amount. Contract period from contract award through 12/31/96. RESTRICTIONS OR EXCEPTIONS TO THE BID MUST BE NOTED: hour hour hour hour t/S-0 N/A gZ00 N/A 1 6 .00 N/A 16.00 N/A % 70 % 13 % N/A N/A N/A O mi nik ir• A cri e r lkva ay .hrs: PLEASE ATTACH - EQUIPMENT RATE SCHEDULE. ocm„ve EXECUTION OF BID Upon signing this Bid, the bidder certifies that they have read and agree to the requirements set forth in this bid proposal, including specifications, terms and standard conditions, and pertinent information regarding the articles being bid on, and agree to furnish these articles at the prices stated. UNSIGNED Nbilf. OF FIRM: BIDS rks WILL BE BUSINESS ADOPtESS REJECTED 1Q5 t,t.) rare. Lei AU FZZEDTaATURE: PHONE: TAX PERMIT: Z03--000 6 cpv AND4 STATE- • ZIP: freve frecir //e A. i 7170q .T TLE: /) /i DATE: ritge 1 ent 2-03-96 r 4.12 CHRIS KING ELECTRIC, INC. 2145 W. MOORE LANE FAYETTEVILLE, AR 72704 PH. 443-0006 FAX 443-1719 • • • Chris King Electric, Inc. has nine licensed journeymen, nine apprentices enrolled in a BAT approved apprenticeship school, one master electrician, two laborers and one full time secretary We work on a 1 to 1 journeyman -apprentice ratio as required by the State of Arkansas Licensing Board Journeymen are provided with digital pagers. We have nine newer model trucks with associated tools provided to do electrical work. We also have a Bobcat backhoe, a 24' personal lift, pipe benders, pipe threaders, wire pullers, dnlls, hammer drills, and other miscellaneous tools to do electrical work We have contracted jobs up to $500,000.00. We have bonded jobs up to $340,000.00. We have been in business from 1986 thru the present and have been incorporated since April of 1991. • • • CHRIS KING ELECTRIC, INC. 2145 W. MOORE LANE FAYETTEVILLE, AR 72704 PH. 443-0006 FAX 443-1719 City of Fayetteville 113 West Mountain Fayetteville AR 72701 RE: Warranty Chris King Electric Inc. does guarantee and warrant all materials and labor aganst defects in material and workmanship for a period of one year from date of substantial completion, determined by architect or owner, for all projects. Chris King President 644 4.13 rja-23-5.6 wEp le :02 r CHRIS KING ELECTRIC 4.14 CHRIS KING ELECTRIC, INC. 2145 W. MOORE LANE FAYETTEVILLE, AR 72704 PH. 443-0006 FAX 443-1719 Equipment Rates for City of Fayetteville c 0 1 443 1719 • P. .at bobcat backhoe with operator- $ 30.00 per hr. case backhoe with dump truck and operator $ 45.00 per hr. bucket truck with operator $ 40.00 per hr. personal lift $ 40.00 per day platform lift $ 64.00 per day rental equipment - no markup on delivered rental equipment no fee for normal hand tools, drills, threader, puller, ect. • • • INVITATION TO BID 4.15 BID # DATE ISSUED: DATE AND TIME OF OPENING: 96-12 ' February 14,1996 February 23,1996, at 2:30 p.m. BUYER. DATE REQUIRED: City of Fayetteville, AR 30 DAYS ARO F 0. B BUYER'S PHONE # GUARANTEED DELIVERY DATE: Fayetteville, AR (501) 575 8289 ITEM # DESCRIPTION QUANTITY UNIT PRICE TOTAL ELECTRICAL SERVICES 1 Labor Rate for the following: *Master Electrician per hour hour N/A *Journeyman Electncian per hour hour N/A *Apprentice Electrician per hour hour N/A Laborer per hour hour N/A *License Required 2 Percent additional rate for overtime % N/A 3 Percent additional rate for Sundays & Holidays N/A 4 Material Cost Plus Markup Percent N/A 5 Guaranteed Emergency Response Time hr. 6 Guaranteed Regular Response Time hrs. I These services will be ordered as !PLEASE ATTACH -- needed throughout the contract EQUIPMENT RATE period. There is no guaranteed SCHEDULE minimum or maximum amount. Contract period from contract award through 12/31/96. RESTRICTIONS OR EXCEPTIONS TO THE BID MUST BE NOTED: EXECUTION OF BID Upon signing this Bid, the bidder certifies that they have read and agree to the requirements set forth in this bid proposal, including specifications, terms and standard conditions and pertinent information regarding the articles being bid on, and agree to furnish these articles at the prices stated. UNSIGNED NAME OF FIRM: PHONE* TAX PERMIT: BIDS WILL BE BUSINESS ADDRESS REJECTED CITY AND STATE: ZIPa AUTHORIZED SIGNATURE: TITLE: IDATE: • 4 4.16 • MINIMUM REQUIREMENTS FOR PROPOSAL ELECTRICAL CONTRACTOR BID 96-12 The City of Fayetteville is requesting proposals for Electrical Contractors to contract to: A. Furnish material, labor, and equipment: 1. New construction as requested for jobs not bid separately. 2 Repair as requested for jobs not bid separately. 3 Additional work as required and as directed by owner. INSTRUCTIONS TO PROPOSERS 1. OUALIFICATIONS OF CONTRACTORS: Before submitting a proposal, the successful contractor must be legally qualified in all respects to do business in the State of Arkansas. Contractor shall prepare a Financial Statement , Experience Record, and Equipment Schedule. These statements shall reflect the correct status of the contractor. Each contractor must have equipment available which, in the opinion of the City, is adequate to complete the work under these specifications in the time allowed for completion. Should any bids be received from contractor's whose statement, when filed, fail to show that the contractor's qualifications meet the minimum requiremenis'above- enumerated, such proposals may be rejected. It is to be understood that the rates required in the Proposal is for the furnishing of materials as required and the doing of all work required. 2. PROPOSALS (a) Proposals shall be strictly in accordance with the prescribed forms, furnished with the specifications. Any modifications or deviations therefrom may be considered sufficient cause for rejection. (b) Proposals must be signed, in writing, by an individual authorized to bind the contractor. (c) Proposals must be submitted complete. They must be submitted at the place and on or before the time specified in the Advertisement for Proposals. (d) Proposals must be submitted in sealed envelopes addressed to the City of Fayetteville, Purchasing Office, Room 306, 113 W. Mountain St., Fayetteville, AR 72701, and clearly marked on the outside of the envelope, "Proposal for Electrical Contract" BID 96-12 to be opened at 2:30 p.m., February 23, 1996. 4.17 (e) Proposal must include response time. On Site emergency response time shall be no more than one (1) hour after notification. Bidder must include mileage and travel time as part of this agreement. The City will not assume mileage or travel time costs. 3 BID BONDS, CONTRACT BONDS, AND INSURANCE Attention of bidders is called to Act 82 of the 1935 Acts of the Arkansas General Assembly, which requires that all bid bonds, performance bonds, labor bonds, employer's liability insurance, public liability insurance, worker's compensation insurance, and property damage insurance must be secured through Resident Agents of Arkansas. 4. BASIS OF AWARD: The Contractor submitting the lowest and best proposal considering the Contractor's past experience and ability to do the work, and the character and quality of the equipment he proposes to furnish. The City reserves the right to select such proposals which in its opinion would serve its interest best. 5. SAFETY STANDARDS AND ACCIDENT PREVENTION (A) Comply with the safety standards provisionof applicable laws, building and construction codes -and the Manual of Accident Prevention in Construction" published by the Associated General Contractors of America, the requirements of the Occupational Safety and Health Act of 1970 (Public Law 91- 596), and the requirements of Title 29 of the Code of Federal Regulations, Section 1518 as published in the "Federal Register", Volume 36, No. 75, Saturday, April 17, 1971. (b) Exercise every precaution at all times for the prevention of accidents. (c) Maintain at his office or other well known place at the job site, all articles necessary for giving first aid to the injured. Contractor understands that the City reservesthe right to reject any and all bids and to waive any formalities. The Contractor agrees that this proposal shall be good and may not be withdrawn for a period of sixty (60) calendar days after the scheduled closing time for receiving proposals. 4.18 • • Upon receipt of a notice of the acceptance of this proposal, the Contractor shall deliver the Insurance Certificates as required by these specifications and shall execute the Contract Agreement within ten (10) calendar days. 6. PERMITS AND INSPECTIONS (a).. The Contractor shall obtain an electrical permit as required by City Ordinances. Permit fees are exempt for City owned property. (b) All work shall be performed in a good workmanship like manner and shall conform to codes enforced by the City Inspection Division. (c) The contractor is responsible for requesting inspections before work is covered and requesting a final inspection when work is complete. • AGREEMENT FOR ELECTRICAL AND RELATED SERVICES 4.19 This AGREEMENT executed this day of 1996, between the City of Fayetteville, Arkansas, hereinafter called the "City" and , hereinafter called the "Contractor", and having an address at • IN CONSIDERATION OF THE FOLLOWING COVENANTS contained herein the parties agree as follows: 1. The Contractor shall at the written request of the City provide material, labor and equipment for electrical and related service(s) for the following: a. New construction as requested for jobs not bid separately; b. Repair as requested for jobs not bid separately; c. Additional work as required and as directed by owner. 2. The effective dates of this agreement shall be from award of contract through December 31, 1996. 3. City shall pay Contractor for services rendered as set out in Contractor's Bid. Charges will be invoiced to City at the end of each Contractor's monthly accounting periods based upon the fee schedule outlined in Contractor's Bid and the expense charges to the project during the preceding accounting pericd. All invoices are due upon receipt and shall be paid by the City -unless - disputed within thirty (30) days of their receipt. The maximum( amount billed under this agreement shall not exceed $0,000 per project. 4. The contract documents which comprise the contract between City and the Contractor consist of this contract and the following documents: a. Bid form identified as Invitation to Bid 96-12 with the specifications, conditions, and requirements typed thereon; b. The Contractor's proposal and all supporting documents and correspondence submitted by the Contractor in response to Bid 96-12. 5. These contract documents constitute the entire agreement between the City and the Contractor and may be modified only by a duly executed written instrument signed by the City and the Contractor. 4.20 6. Contractor shall not assign his duties under the terms of this contract. 7. Contractor agrees to hold the City harmless and indemnify the City against any and all claims for property damage, personal injury or death, arising from Contractor's performance of this contract. 8. The Contractot shall furnish a certificate of insurance addressed to the City, showing that he carries the following insurance which shall be maintained throughout the term of the contract. Workers Combensation Statutory Amount Comprehensive General and Automobile Insurance Bodily Injury Liability Property Damage Liability 500,000 for each person injured. $ 1,000,000 for each accident. 250,000 for each accident. 500,000 aggregate The insurance shall include explosion, collapse and underground coverage. The premiums for all insurance and the bond required herein shall be paid by the Contractor. 9. Contractor agrees to begin work within ten (10) days after issuance by the City of a "work order" or "Notice to Proceed" and to complete the work within the time agreed to' by the parties. 10. All work called for herein shall be coordinated directly with the pro3ect manager for each project as designated by the City. 11. City shall have the right to terminate this Agreement for City's convenience upon written notice of Contractor, and Contractor shall terminate performance of services on a schedule acceptable to City. In the event of termination for City's convenience City shall pay Contractor for all services performed to date of termination. 12. Nothing in this agreement shall be construed to give any rights or benefits to anyone other than Contractor and City. • IN WITNESS WHEREOF, City and Contractor have executed this agreement, the effective date of which shall be CITY OF FAYETTEVILLE ATTEST: By: Tracie Paul, City Clerk ATTEST: By: By: Fred Hanna, Mayor Contractor -Company Name By: Contractor -Company Secretary Title: 4.21 • 4 2 2 • • CITY OF FAY,ETTEVILLE, ARKANSAS General Terms and Conditions I. All bids shall be submitted in a sealed envelope and must be submitted on forms provided by the City. 2. The item bid and the bid number shall be stated on the face of the sealed bid envelope. 3. Bidders shall include all applicable local, state, and federal sales tax in bid. The responsibility of payment shall ri.tmain with the successful bidder. Tax amount shall Ishow as a separate item. 4. Bids received after the date and time set for receiving bids will not be considered. I 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. The City shall be able to purchase more or less than the quantity indicated subject to availability of funds. 6. The bid price shall remain good and firm until project is completed. 7. All products delivered shall comply with applicable standards of quality. 8. Any exceptions to the requirements of the City of Fayetteville must be noted on the Bid Form. 9. Prices shall include all labor, materials, overhead, profit, insuranci, etc., to cciver the furnishing of the items bid. 10. 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. 11. Copy of the warranty shall accompany the bid, and any exceptions to the warranty shall be clearly noted on the bid form. 12. Bidders must provide the City with their bids signed by an employee having legal authority to submit bids on behalf of the bidder. The entire cost of preparing and providing responses shall be borne by the bidder. 13. The City reserves the right to request any additional inforrnation it deems necessary from any or all bidders after the submission deadline. 4 . 23 14. The request for bid is not to b� 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. 15. The City. will not be responsible for misdirected bids. Vendor should call the Purthasing Office at (501) 57578289 to insure receipt of their bid documents prior to opening time and date listed on the bid form. 16. If products and/or components :other than those described in this bid document are proposed, the bidder must include complete descriptive literature and technical specifications. All requests for additional information must be received within five working days following the request. 17. Bids must be hand delivered or received by mail 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. 18. Terms and conditions spelled out in the attached contract should be read carefully. The successful bidder shall sign and return the contract with copies of certificates of' insurance within 10 days of notice of bid award. 4.24 CITY OF FAYETTEVILLE BID# 96-12 & 96-13 ELECTRICAL .& PLUMBING SERVICES ADDENDUM:#1, February 2let, 1996 • • ADD TO THE CONTRACT: Item #2: The City has the option to renew this contract for three consecutive one year terms. Annual increases will be allowed based on the consumer cost of living index. • • CITY OF FAYETTEVILLE BID# 96-12 & 96-13 ELECTRICAL & PLUMBING SERVICES ADDENDUM #2, February 22nd, 1996 • • 4.25 DELETE FROM THE CONTRACT: Last sentence in second paragraph of Item #3 delete per pro3ect. Contract amount shall not exceed $20,000. • AGENDA REQUEST CONTRACT REVIEW GRANT REVIEW For the Fayetteville City FROM: Harold Dahlinger Name STAFF REVIEW FORM .Res. 5/L/-1‘ y/ elect .c-4/ • amend I Bid". in mi. 6-6-/S-97 MICRORLIVIED Council meeting of N/A Bldg Maint Division Admin Services ACTION REQUIRED: Department Approval of amd to Chtis King Electrical, Inc. contract. COST TO CITY: Cost of this Request Category/Project Budget Account Number Project Number Funds Used To Date Remaining Balance Category/Project Name Program Name Fund BUDGET RI Budgeted Item I)� C laticol-espte)•• Bu C ordinator Budget Adjustment Attached Administrative Services Director CONTRACT/GRANT/LEASE REVIEW: City Attor ey Purchasing Officer <5:747 Date ADA Date 5-1-1/7 Date GRANTING AGENCY: rnal Auditor Date 6-1-97 Date STAFF RECOMMENDATION: Approval of amd, Department Director Administrative Services Director Mayor Date Date Date Cross Reference New Item: Yes No Prey Ord/Res #: Orig Contract Date: