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