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: