Loading...
HomeMy WebLinkAbout90-96 RESOLUTION• • • RESOLUTION NO. 90-96 A RESOLUTION AWARDING BID NO. 96-47 IN AN AMOUNT NOT TO EXCEED $50,000, TO CHRIS KING ELECTRIC, FOR THE DOWNTOWN SQUARE ELECTRICAL UPGRADE PROJECT. BE . IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That -the City Council hereby awards Bid No. 96-47, in an amount not to exceed $50,000, to Chris King Electric, for the downtown square electrical upgrade project; and the Mayor and City Clerk are authorized to execute an agreement for said service. A copy of the agreement is attached hereto marked Exhibit "A" and made a part hereof. PASSED AND APPROVED this 6th day of August , 1996. ATTEST By: Traci Paul, City Clerk • FYETt i IJ 4 . • ,i 1 v is /I.!! /r; Ik. .1 ` ''' APPROVED: By: Fr kd Hanna, Mayor • 4 AGREEMENT FOR ELECTRICAL SERVICES DOWNTOWN SQUARE • EXHIBIT A This AGREEMENT executed this ‘;./-/ day of 1996, between the City of Fayetteville, Arkansas, hereinafter called the "City" and Chris King Electric , hereinafter called the "Contractor", and having an address at 2145 W. Moore Lane, Fayetteville, AR 72704 • 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 work as outlined in the plans and specifications for the Downtown Square Electrical Project. 2. 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 $50,000. 3. 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 96-47 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 96-47. 4. 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. • • • 5. Contractor shall not assign his duties under the terms of this contract. 6. 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 Contractor 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 Compensation Statutory Amount Comprehensive General and Automobile Insurance Bodily Injury Liability $ 500,000 for each person injured. $ 1,000,000 for each accident. Property Damage Liability $ 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. 8. Contractor agrees to begin work within five (5) days after issuance by the City of a "work order" or "Notice to Proceed" and to complete the work within sixty (60) days. Liquidated damages of $300 per day shall be assessed at the option of the City, not as a penalty, beginning on the first day following the completion time to cover additional costs. 9. All work called for herein shall be coordinated directly with the Project Manager. 10. 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. 11. 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 az . 6� /996 4• 1 ATTEST.. 1 - By : < 4.A.02.4 City Clerk Contractor-Compan CITY OF F' ' ETTEVIIxLE By: Fr-.: Hanna, Mayor �4r,s i'/tt £/ec//ic Contractor -Company Name By: Secretary • • • CITY OF FAYETTEVILLE, ARKANSAS General Terms and Conditions 1. 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 remain with the successful bidder. Tax amount shall show as a separate item. 4. Bids received after the date and time set for receiving bids will not be considered. 5. 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, insurance, etc., to cover 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 information it deems necessary from any or all bidders after the submission deadline • • 14. 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. 15. The City will not be responsiblefor misdirected bids. Vendor should call the Purchasing Office at (501) 575-8289 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. 19. Projects $20,000 or over require a 5% bid bond. Projects $20,000 and over require a 100% performance and payment bond to be submitted before notice to proceed is given. 20. Bids exceeding $20,000 require a contractor's license. • INVITATION TO BID BID # i 96-47 1 DATE ISSUED: 1 July 10, 1996 1 DATE AND TIME OF OPENING: 1 July 29, 1996, at 11:00 a.m. BUYER: City of Fayetteville, AR DATE 60 REQUIRED: DAYS ARO 1 F. Fayetteville, 0. B AR BUYER'S PHONE # (501) 575-8289 GUARANTEED DELIVERY DATE. ITEM # DESCRIPTION QUANTITY UNIT PRICE TOTAL 1 ELECTRICAL SERVICES Labor Rate for the following: *Master Electrician per hour hour , ,f2 (200 N/A 'Journeyman Electrician per hour hour 2/9. 00 N/A *Apprentice Electrician per hour hour / C. CO N/A Laborer per hour hour 12. 00 N/A 2 *License Required Percent additional rate for overtime y 0 % N/A 3 Percent additional rate for Sundays & Holidays L% 0 % N/A 1 4 Matenal Cost Plus Markup Percent ) 3 % N/A 5 Bobcat backhoe with operator 30.0 o hr. N/A 6 Backhoe with operator ca 5 ,, 00 hr. N/A 7 Dump Truck with operator 41;7 00 hr. N/A 8 Bucket truck with operator 00.0 0 hr. N/A 9 Personnel lift 40.0v btfcrlayN/A 10 Platform lift 6 4fN ?mitrl.'y N/A 11 Rental Equipment Cost Plus Marku� C� % N/A NUMBER OF DAYS FOR COMPLETION OF PROJECT: 14 Io CONTRACTOR'S LICENSE NO.# 00 33) Q 0 N 9 7 RESTRICTIONS TO THE BID OR EXCEPTIONS MUST BE NOTED: 1 1 Upon signing requirements conditions furnish these this set and articles Bid, the forth pertinent at in the bidder certifies this bid proposal, information prices stated. EXECUTION OF BID that they have read and agree to the including specifications, terms and standard regarding the articles being bid on, and agree to UNSIGNED BIDS NAIV1E OF FIRM:PHONE: L h6 5 %iii 'el Y EIc7t//c. ITAX PERMIT: I(43-0co 6 WILL BE BUSINESS ADDRESS:/ CITY AND STATE: ZIP: REJECTED 2I y5 60 !Mott_ Garr 1-4 cikv, /// 42 77709 AU ZED/ S) G/NATURE: TIT E: DATE: y 16 �� /C res,clrni-- 7 -Z -C) •MICROFILMEIY Arkansas Story Performance and Payment Bond CHRIS KING ELECTRIC, INC. as Principal, hereinafter called Principal, and AMERICAN ECONOMY INSURANCE COMPANY as Surety, hereinafter called Surety, are held and firmly bound unto CITY OF FAYETTEVILLE, ARKANSAS as Obligee,jhereinafter called Owner, in the amount of FIFTYTHOUSAND AND NO/100 ($50,000.00) * * * * * * * * * * * * * for the payment whereof Principal and Surety bind themselves, their heirs,4ersonal representatives, successors and assigns, jointly and severally, firmly by these presents. Principal has by written agreement dated iCIAThlo) l qA lo entered into a contract with the Owner for: SUPPLY NEW ELECTRICAL SERVICE TO DOWNTOWN SQUARE FAYETTEVILLE, ARKANSAS which contracttis 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 Owner, unless it is brought in accordance with A.C.A. Section 22-9-403(b) and A.C.A. Section 18-44-503(b) (Supp 1987) as amended No suit, action or proceeding shall 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. This bond given ipscompli�a-nce with Act 351 of 1953 as amended. Executed CHRIS KING ELECTRIC, INC. By:G ✓� AMERICAN ECONOMY INSURANCE CO PANY By: 7 7 William H. Griffin Attoney-in-fact. 40. . .r-4. AMERICAN STATES INSURANCE A m, UNCOIN NA710VAL CORPORATICNr Ow Z¢ Q Z Zw 0 W1— WZ ZF WZ Q W U CLW W a¢ Qa ~O O Z Z to co O I O w F-- U ATTEST. ZZ 2w ZW a STATE OF INDIANA Q Z COUNTY OF MARION SS On This 2ndcn day of <FO U. U >- W Z Q Joseph F. Heim further said that he is acquainted with John J. Rosich and knows him to be the 2 0 Assistant Vice -President of said Corporation; and that he executed the above i trument. O pp IR/TA BROWN, Notery.public Q 2 My Commission Expires 12/4/96 , LL ¢ Resident of MarionCounty 0 C I— STATE OF INDIANA )< ECOUNTY OF MARION ISS O a- u.g 0 ▪ Q j