HomeMy WebLinkAbout135-10 RESOLUTIONRESOLUTION NO. 135-10
A RESOLUTION AWARDING BID #10-47 AND AUTHORIZING A
CONTRACT WITH KING ELECTRICAL SERVICES FOR TIME AND
MATERIALS RELATED TO MISCELLANEOUS ELECTRICIAN SERVICES
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
#10-47 and authorizes a contract with King Electrical Services for time and materials related to
miscellaneous electrician services.
PASSED and APPROVED this 3rd day of August, 2010.
APPROVED: ATTEST:
By:
By cielovvou.d.aak,
SONDRA E. SMITH, City Clerk/Treasurer
'
`G K/TR�%
OF•r.
' Cid
is :FAYETTEVILLE:
Peggy Vice
Submitted By
City of Fayetteville Staff Review Form
City Council Agenda Items
and
Contracts, Leases or Agreements
8/3/2010
City Council Meeting Date
Agenda Items Only
Purchasing
Division
Action Required:
Finance & Internal Services
Department
Award of Bid 10-47 for Miscellaneous Electrical Services to King Electrical Contractors and approval of a time and
materials contract.
City Wide as Needed
Cost of this request
Miscellaneous
Account Number
N/A
Project Number
Budgeted Item
X
N/A
Category / Project Budget
$
Miscellaneous
Program Category / Project Name
Miscellaneous
Funds Used to Date Program / Project Category Name
Miscellaneous
Remaining Balance Fund Name
Budget Adjustment Attached
(Jt•rr 11tL
Depa =■ Director
orney
ykuPcie-
/41 0 Previous Ordinance or Resolution #
Date
% /�j' / Original Contract Date:
-/ [ '-! Q Original Contract Number:
Date
-% 7-I11-1°10
Fina and Internal Services Director Date
Chief o
M or
-7-11'10
Date
Z/404
D e
Received in City 07-1 1--10P03 :35 RCVD
Clerk's Office
Comments:
Revised January 15, 2009
CITY COUNCIL AGENDA MEMO
To: Mayor and City Council
Thru: Paul Becker, Finance & Internal Services Director
From: PeggyVice, Purchasing Manger 1u=Q
Date: July 16, 2010
Subj: Electrical Services Contract
Recommendation
Staff recommends award of Bid 10-47 for Electrical Services and approval
of a contract with King Electrical Contractors.
Background
Electrical contracts are bid for a contract period of one year with an
automatic option to renew unless cancelled for four additional years. This
bid is utilized by all departments on an as needed basis. Electrical projects
that are $20,000 or over require separate Council approval.
Discussion
Bids were received from five vendors. King Electrical Contractors is the
lowest bidder. King Electrical Contractors has been the low bidder and
awarded the contract for the last two contract terms. They are familiar with
the City's buildings, policies and invoice and payment procedures.
RESOLUTION NO.
A RESOLUTION AWARDING BID #10-47 AND AUTHORIZING A
CONTRACT WITH KING ELECTRICAL SERVICES FOR TIME AND
MATERIALS RELATED TO MISCELLANEOUS ELECTRICIAN SERVICES
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
#10-47 and authorizes a contract with King Electrical Services for time and materials related to
miscellaneous electrician services.
PASSED and APPROVED this 3rd day of August, 2010.
APPROVED: ATTEST:
By: By:
LIONELD JORDAN, Mayor SONDRA E. SNIITH, City Clerk/Treasurer
City of Fayetteville
Bid 10-47, Electrical Contractor
Contract
This contract executed this 1BIL day of
2010, between the City of Fayetteville, Arkansas,
113 W Mountain, Fayetteville, Arkansas, 72701 and Ding Electrical Contractors.
In consideration of the mutual covenants contained herein, the parties agree as follows:
1. King Electrical Contractors 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 10-47 as stated in King Electrical Contractors bid
proposal, and in accordance with specifications attached hereto and made a part hereof under Bid # 10-
47, all included herein as if spelled out word for word.
2. The City of Fayetteville shall pay for completion of each project based on prices indicated in King
Electrical Contractors bid proposal. 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 King
Electrical Contractors consist of this Contract and the following documents attached hereto, and made a
part hereof:
A. Bid form identified as Invitation to Bid 10-47 with the specifications and conditions typed
thereon.
B. King Electrical Contractors 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 King
Electrical Contractors and may be modified only by a duly executed written instrument signed by the
City of Fayetteville and King Electrical Contractors.
5. King Electrical Contractors shall not assign its duties under the terms of this agreement.
6. King Electrical Contractors 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 King
Electrical Contractors 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. King Electrical Contractors 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,
City of Fayetteville, AR
Bid 10-47, Electrical Contractor — CONTRACT
Page 1 of 3
King Electrical Contractors 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.
1. Workmen's Compensation:
Statutory Amount
2. Comprehensive General & Automobile Insurance
$500,000 for each accident.
3. Bodily Injury Liability:
$500,000 for each accident.
4. Property Damage Liability:
$500,000 aggregate.
The premiums for all insurance required herein shall be paid by King Electrical Contractors.
8. King Electrical Contractors 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 King Electrical Contractors 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. 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
Fayetteville City Council in advance of the change in scope, cost or fees.
12. Jurisdiction: Legal jurisdiction to resolve any disputes must be Washington County, Arkansas with
Arkansas law applying to the case.
13. Arbitration/Mediation: We will not agree to be forced to mediate or arbitrate any dispute.
14. Interest charges for late payments by the City: The City of Fayetteville does NOT agree to any interest
or penalty for "untimely" payments.
15. Lien Waivers: The contractor shall ensure that the City of Fayetteville receives lien waivers from all
material suppliers, subcontractors, and sub -subcontractors. The contractor shall give written notice to
the material suppliers, subcontractors and sub -subcontractors providing work on the project that states
the following:
City of Fayetteville, AR
Bid 10-47, Electrical Contractor — CONTRACT
Page 2 of 3
According to Arkansas law, it is understood that no liens can be filed against publr property if a valid
and enforceable payment and performance bond is in place. Regarding the Project and Agreement, the
valid and enforceable bonds are with ( name ofsurety ).
The contractor shall have each subcontractor and sub -subcontractor and material supplier
execute a written receipt evidencing acknowledgement of this statement prior to commencement of the work
of the subcontractor or material supplier.
WITNESS OUR HANDS THIS 3 a DAY OF
ATTEST: COMPANY SECRETARY
BUSINESS ADDRESS
KING ELECTRICAL CONTRACTORS, INC.
2145 W. MOORE LN.
FAYETTEVILLE, AR 72704
CITY OF FAYETTEVILLE,
F , ETTEVILLE, ARKANSAS
NELD r. AN, Mayor
Attest:
Sondra Smith, City Clerk
•«fir `�Y ��(••4 .t1/r/i
•
FAYETTEV[LLE;
A.
•
roN„ C:',°
CONTRACTOR: King Electrical Contractors
BY a%f /-
NAME AND 'I 'LE
City of Fayetteville, AR
Bid 10-47, Electrical Contractor— CONTRACT
Page 3 of 3
1.e City of Fayetteville, Arkansas
aye
Purchasing Division .--Room 306
Fayetteville, AR 72701
ARKANSAS Phone: 479.575.8220
113 W. Mountain
TDD (Telecommunication Device for the Deaf): 479.521.1316
INVITATION TO BID
INVITATION TO BID: BID 10-47, ELECTRICAL CONTRACTOR
DEADLINE: Thursday, July 15, 2010 at 2:00 PM, Central Standard Time
DELIVERY LOCATION: Room 306 —113 W. Mountain, Fayetteville, AR 72701
PURCHASING AGENT: Andrea Foren, CPPB, afore(aci.fayetteville.ar.us, 479.575.8220
DATE OF ISSUE AND ADVERTISEMENT: Thursday, June 24 & Thursday, July 1, 2010
INVITATION TO BID
BID 10-47, ELECTRICAL CONTRACTOR
No late bids will be accepted. All bids shall be submitted in sealed envelopes labeled "Bid 10-47, Electrical
Contractor" 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. Any bid, proposal, or statements of qualification
will be rejected that violates or conflicts with state, local, or federal laws, ordinances, or policies.
The undersigned hereby offers to furnish & deliver the articles or services as specified, at the prices & terms stated
herein, and in strict accordance with the specifications and general conditions of bidding, all of which are made a part of
this offer. This offer is not subject to withdrawal unless upon mutual written agreement by the Proposer/Bidder and City
Purchasing Manager.
Name of Firm: 1" 2 !'VLb-/ec �frra.l ),1-/-6,-,-/-01-;'
Contact Person: (2-(1-s ky
Title: 004-16-/`
E -Mail: (-h (a, 0 -ad eleol116-.r,.)- Phone: q?/-04/3-6Poo
Business Address: Moorc ti a. -t -c-
City: y---# /f c
Signature: , Date: 7- /0
State: 4-1,-A G, Zip: '7? 2 0'1
City of Fayetteville, AR
Bid 10-47, Electrical Contractor
Page 1 of 20
City of Fayetteville
Bid 10-47, Electrical Contractor
Technical Specifications
I. NOTICE TO BIDDERS:
Sealed bids will be received at the Office of the Purchasing Division, Third Floor, City Hall, 113 W.
Mountain Street, Fayetteville, AR 72701, until 2:00 P.M., CT, on July 15, 2010, per the attached
specifications. This price agreement shall commence upon award of contract and end one (1) year
thereafter with the option to renew for an additional four (4) one year periods.
II. INSTRUCTIONS TO BIDDERS:
1.0. QUOTATIONS:
1.1. Prices shall include all labor, supervision, materials, equipment, transportation and services necessary to
do a top quality job.
1.2. The bidder shall state any discounts to apply. (Discounts must be shown for individual items unless all
items have the same percentage of discounts.)
1.3. Firm bids are desired. Bids which are not subject to any form of escalation will receive favorable
consideration during the evaluation of bids. Any bid which is subject to an open or unlimited escalator
clause may be rejected. The City reserves the right to consider any bid which may be offered subject to
an escalator clause which is based on a nationally recognized index which permits both upward and
downward escalation.
1.4. Award will be made to the lowest qualified bidder.
1.5 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.
2.0. RIGHT OF REJECTION:
The City of Fayetteville reserves the right to reject any one or all bids, or any part of any bid, to waive any
informality in any bid, and to award the purchase in the best interest of the City of Fayetteville.
Furthermore, the City reserves the right to hold the bid of the three (3) lowest bidders for a period of
ninety (90) calendar days from and after the time of the bid opening.
3.0. BID SUBMITTAL:
3.1. Address all bids to the Purchasing Division, Third Floor, City Hall, 113 W. Mountain Street, Fayetteville,
AR 72701. The bids shall be enclosed in a sealed envelope, clearly marked "BID 10-47 Electrical
Contractor".
3.2. ALL BIDS SHALL BE RECEIVED IN THE PURCHASING DIVISION, THIRD FLOOR, CITY HALL ON
OR BEFORE THE TIME AND DATE INDICATED ON THE BID DOCUMENT. The responsibility for
submitting bids to the Purchasing Division is solely that of the bidder. The City of Fayetteville will not be
responsible for delays in mail delivery or delays caused by any other occurrence. LATE BIDS WILL NOT
BE ACCEPTED.
City of Fayetteville, AR
Bid 10-47, Electrical Contractor
Page 2of20
3.3. The Bidder(s) are to submit their bid on attached FORMS, supplying all the required information. Failure
to comply with this or any other paragraph of the Instructions to Bidders may be sufficient reason for
invalidation of the bid.
3.4. Bidders are required to provide all requested information. Bid submittals should be submitted in a sealed
envelope marked as instructed. Only information provided inside this envelope will be considered, unless
otherwise instructed. Failure to follow this instruction or any other instruction contained in this Request for
Bids may result in the rejection of your bid.
3.5. Bid modifications are not allowed. Complete withdrawal or complete exchange of bid is acceptable, if
done before scheduled bid opening.
4.0. PUBLIC BID OPENING PROCEDURE:
4.1. The purpose of a Public Bid Opening is for a reading of bids received. No award will be made or implied
at this time.
42. Only the following information will be given:
a. Vendor name.
b. Total price, except when award is made on a unit price basis or grand total for all or none items.
4.3. Bids or related documents may not be reviewed at the bid opening. No discussion of any nature
concerning brand names, deliveries, samples, etc., can be entered into between any Purchasing
personnel and any Vendor during or after the Bid opening until the evaluation has been completed and a
recommendation for award has been made. Agents will provide figures recorded for each vendor at bid
opening, and/or indicated apparent low bidder prior to the receipt of any recommendation.
4.4. A copy of the bid tabulation will be available on the Purchasing Division's website upon completion of
recommended award.
4.6. Vendors who wish to review or request copies of bids upon contract award may do so by making an
appointment with Purchasing personnel at 479.575.8220.
5.0. INSURANCE REQUIREMENTS:
Prior to commencing work, the contractor shall procure and maintain at contractor's own cost and
expense for the duration of the contract and any extensions the following insurance against claims for
injuries to persons or damages to property which may arise from or in connection with the
performance of the work or services hereunder by the Contractor, his agents, representatives,
employees or subcontractors. The cost of such insurance shall be included in Contractor's bid prices.
Contractor shall maintain limits no less than:
5.1. Commercial General/Umbrella Liability Insurance - $500,000 limit per occurrence for property
damage and bodily injury. The service provider should indicate in its bid whether the coverage is
provided on a claims -made or preferably on an occurrence basis. The insurance shall include
coverage for the following:
a) Premise/Operations
b) Products/Completed Operations
c) Personal Injury
City of Fayetteville, AR
Bid 10-47, Electrical Contractor
Page 3 of 20
5.2. Business Automobile/Umbrella Liability Insurance - $500,000 limit per accident for property damage
and personal injury.
a) Owned/Leased Autos
b) Non -owned Autos
c) Hired Autos
5.3. Deductibles and Self -Insured Retentions
Any deductibles or self-insured retentions must be declared to and approved by the City.
5.4. Other Insurance Provisions
1) Commercial General Liability and Automobile Liability Coverages
a) The Contractor's insurance coverage shall be primary insurance as respects the City of Fayetteville,.
members of its City Council, boards, commissions and committees, officers, agents, employees and
volunteers. Any insurance or self-insurance maintained by the City of Fayetteville, members of its City
Council, boards, commissions and committees, officers, agents, employees and volunteers shall be
excess of Contractor's insurance and shall not contribute with it.
b.) Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the
City of Fayetteville, members of its City Council, boards, commissions and committees, officers, agents,
employees and volunteers.
c.) Coverage shall state that Contractor's insurance shall apply separately to each insured against whom
a claim is made or suit is brought, except with respect to the limits of the insurer's liability.
2) Workers' Compensation and Employers' Liability and Property Coverages: The insurer shall agree to
waive all rights of subrogation against the City of Fayetteville, member of its City Council, boards,
commissions and committees, officers, agents, employees and volunteers for losses arising from
activities and operations of Contractor in the performance of services under this Agreement
3) All Coverages
a. Each insurance policy required by this clause shall be endorsed to state that coverage shall not
be suspended, voided, canceled, reduced in coverage or in limits except after thirty (30) days
prior written notice has been given to the City.
b. If Contractor, for any reason, fails to maintain insurance coverage which is required pursuant to this
Agreement, the same shall be deemed a material breach of contract. City, at its sole option, may
terminate this Agreement and obtain damages from the Contractor resulting from said breach.
4) Acceptability of Insurers: Insurance is to be placed with Arkansas admitted insurers rated B+X or
better by A.M. Best's rating service.
5) Verification of Coverage: Contractor shall furnish the City with certificates of insurance and with original
endorsements affecting coverage required by this clause. The certificates and endorsements for each
policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The
certificates and endorsements are to be received and approved by the City before work commences.
6) Subcontractors: Contractor shall include each of its subcontractors as insured under the policies of
insurance required herein.
City of Fayetteville, AR
Bid 10-47, Electrical Contractor
Page 4of20
7) Defense, Indemnification and Hold Harmless Agreement (Contracts for Services): Contractor
hereby agrees to indemnify, defend and hold harmless the City of Fayetteville, members of its City
Council, boards, commissions and committees, officers, agents, employees and volunteers (hereinafter
collectively referred to as "City') from any and all loss, damage, cost, expense, liability, claims, demands,
suits, attorney's fees and judgments arising directly or indirectly from or in any manner related to the
work, project, event or other purposes in connection with the Contractor's performance or failure to
perform under the terms of this contract, regardless of the active or passive nature of any negligence by
City, except as otherwise expressly stated herein. Contractor shall not be responsible when such liability
arises from the sole negligence of the City. Contractor shall pay City for any costs incurred in enforcing
this provision.
6.0. DEFAULT AND TERMINATION OF CONTRACT:
Should the Contractor fail to correct any condition which is in violation of the terms of the contract, within
24 hours after having been notified by the City, then the City may declare this contract in default and
terminate.
Continuous failure to comply with the terms of contract or failure to correct problems brought to the
attention of the Contractor shall be grounds for the City to terminate the contract.
The City may terminate a contract, in whole or in part, whenever the City determines that such
termination is in the best interest of the City, without showing cause, upon giving written notice to the
Contractor. The city shall pay all reasonable costs incurred by the contractor up to the date of termination.
The contractor shall not be reimbursed for any profits which may have been anticipated but which have
not been earnedup to the date of termination.
The City of Fayetteville's performance and obligation to pay under "Continuing Price Agreement"
contracts is contingent upon an annual appropriation by the City Council.
7.0. QUANTITIES:
The City anticipates purchasing $50,000 of services during the contract period. This quantity is
approximate and represents the estimated requirement for the contract period.
There is no obligation on the part of the City to purchase more or less than the quantity listed. The City
reserves the right to purchase more or less than the quantity listed, depending upon actual requirements
during the life of the agreement.
8.0. PAYMENT:
8.1. Prompt Pay Policy
It is the policy of the City of Fayetteville to pay invoices no later than thirty days of receipt.
8.2. Withholding Payment
In the event a contract is canceled under any provision herein, the City of Fayetteville may withhold from
the Contractor any monies owed on that or any contract, an amount sufficient to compensate for
damages suffered because of the violation resulting in cancellation.
9.0. INQUIRIES:
City of Fayetteville, AR
Bid 10-47, Electrical Contractor
Page 5 of 20
Please direct any inquiries to Andrea Foren at (479) 575-8220. All telephone conversations are to be
considered unofficial responses. Questions, verifying the Bids' content, if appropriate, will be responded
to in writing. The written response will be the City's official response and will be posted on the website
and sent out on the mailing list via addenda.
10.0 EXTENSION OF CONTRACT
This contract may be extended by mutual agreement for a period of four (4), one (1) year periods;
automatically, beyond the initial expiration date as set at the beginning of the contract period, unless
either the Contractor or the City notifies the other of its intent to terminate the contract at the end of the
contract period. This notice to terminate the contract at the end of the initial one (1) year period shall be
given in writing at least 30 days prior to the initial expiration date of the contract.
11.0. INDEMNIFICATION:
11.1. The Contractor shall indemnify and hold harmless the City, and their agents and employees from and
against all claims, for infringement of any United States Patent, or damages, losses and expenses
including attorney's fees arising out of or resulting from the performance of the work, furnishing of
services, or furnishing of materials, goods, or equipment, as required by the bid documents, including but
not limited to claims regarding defects in materials, goods, or equipment, which is caused in whole or in
part by any breach of contract, or omission of the Contractor, any subcontractor, anyone directly or
indirectly employed by any of them or anyone for whose acts any of them may be liable.
11.2. In any and all claims against the City, or any of their agents or employees by any employee of the
Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose
acts any of them may be liable, the indemnification obligation under this paragraph shall not be limited in
any way by any limitation on the amount or type of damages, compensation or benefits payable by or for
the Contractor or any subcontractor under Workmen's Compensation Acts, Disability Benefit Acts or other
Employee Benefit Act.
12.0. CONTRACTOR QUALIFICATION AND EXPERIENCE:
12.1. Bidders are required to furnish evidence that they have past experience in the type of work as outlined in
the attached specifications, to include specific experience. A minimum of three (4) references must be
submitted with each bid. These references may be used in the evaluation of this bid to determine award.
12.2. Contractor shall have a State of Arkansas Contractor's license, with an emphasis or Class Description
for electrical work.
12.3. The Bidder, at time of bid submittal, shall possess the correct occupational licenses, all professional
licenses or other authorizations necessary to carry out and perform the work required by the project
pursuant to all applicable Federal, State and Local Laws, Statutes, Ordinances, and rules & Regulations
of any kind. Copies of the licenses should be submitted with the bid indicating that the entity biding the
project is properly licensed to perform the activities or work included in the contract documents.
13.0. VENDOR PERFORMANCE EVALUATION:
The successful vendor(s) are subject to have their performance evaluated by the City of Fayetteville. This
performance evaluation will be a "Public Record".
14.0. VENDOR GRIEVANCE PROCEDURE:
City of Fayetteville, AR
Bid 10-47, Electrical Contractor
Page 6 of 20
A notice of intent of bid protest shall be made in writing to the Purchasing Manager within 72 hours
!weekends and holidays exempted) after posting of the intended recommendation of award. The
vendor shall be responsible for inquiring as to any and all award recommendation/postings.
Should any concerns or discrepancies arise during the bid process, we encourage you to contact the
Purchasing Division prior to the scheduled bid opening. Such matters will be addressed and/or remedied prior
to a bid opening or award whenever practically possible. A vendor shall not contact Departments/Divisions
regarding the vendor complaint.
15.0. PURCHASES BY OTHER PUBLIC AGENCIES:
With the consent and agreement of the successful bidder(s), purchases may be made under this bid by other
governmental agencies or political subdivisions within the State of Arkansas. Such purchases shall be
governed by the same terms and conditions stated herein. This agreement in no way restricts or interferes with
the right of any State or political subdivision or other public entity to bid any or all of these items independently.
16.0 FAMILIARITY WITH LAWS
The Bidder is assumed to be familiar with all Federal, State and Local laws, ordinances, rules and regulations
that in any manner affect the work. Ignorance on the part of the Bidder will in no way relieve him from
responsibility of compliance with all said laws, ordinances, rules and regulations.
17.0 ASSESSMENTS AND TAXES
The Owner is exempt from all Federal excise taxes on materials, appliances, etc., which are incorporated into
and become a part of the finished improvement.
18.0 CONTRACT DOCUMENTS
18.1 Contract Documents will consist of the following parts:
A. Bid Documents:
1. Proposal (as accepted by the Owner)
2. Addenda
3. List of Subcontractors (if applicable)
B. Contract Forms:
1. Contract
2. Contract Bond (required for projects $20,000+)
3. Insurance Certifications
18.2 The Contract Documents shall be complementary to each other; what is called for by one shall be
as binding as if called for by all. The Contractor shall be responsible for providing a complete facility according
to the meaning and intent of the Contract Documents, whether all of the items involved under any trade are
mentioned in one or several places
19.0 PERMITS
City of Fayetteville, AR
Bid 10-47, Electrical Contractor
Page 7 of 20
The contractor will be responsible for obtaining any and all required permits. The City shall be responsible
for the cost of any and all permits.
20.0 COMPLIANCE WITH IMMIGRATION AND NATURALIZATION ACT
The City shall consider the employment by any contractor of unauthorized aliens a violation of Section 274(e)
of the Immigration and Naturalization Act. Such violation shall be cause for immediate cancellation of
contracts between said contractor and the city.
21.0. SPECIFICATIONS/SCOPE OF WORK:
General:
The City requires the services of an Electrical Contractor to provide labor, material and equipment to perform
repairs/new installations, to various City buildings. The City reserves the right to bid any job. No single job may
exceed $20,000 without City Council approval PRIOR to any work being completed.
The contractor may be required to do emergency repairs at times other than normal working hours. The
contractor shall be in a position to be availabl e on a twenty-four (24) hour basis for such emergency work.
Contractor must include response time. On Site emergency response time shall be no more than one (1) hour
after notification. Regular response time shall be no more than two to three days after contact. Bidder must
include mileage and travel time as part of this agreement. The City will not assume mileage or travel time
costs.
Alf work shall be performed in a good workmanship like manner and shall conform to codes enforced by the
City Inspection Division.
The contractor is responsible for requesting inspections before work is covered and requesting a final
inspection when work is complete.
The past year electrical award history, which resulted from this contract is as follows:
2006 = $32,670.64
2007 = $84,163.83
2008 = $66,535.89
2009 = $59,195.78
2010 = $32,909.58 (through April, 2010)
TOTAL = $275,475.72
Quotes and Estimates:
With the exception of emergency situations, as deemed by Purchasing, Contractor shall provide the requesting
City employee with a quote containing the following information: Contractors name, quote number, date of
quote, amount of expected materials to be invoiced, number of expected hours for each discipline of labor
(journeyman, etc.) as well as any equipment rental charges.
In the event the Contractor believes the project could come close to $20,000 he should immediately notify the
City employee requesting the work AND Andrea Foren or other Purchasing Division staff.
Invoices:
City of Fayetteville, AR
Bid 10-47, Electrical Contractor
Page 8 of 20
Invoices or pay requests shall contain details of services performed and number of man hours for each
discipline of labor, materials furnished and rental equipment used. Unit prices for each shall be listed.
Contractor may be required to furnish material and rental equipment invoices upon request. The City's
purchase order number must appear on the invoice unless the invoice is being paid via Visa.
Prices:
Labor quoted shall include all labor cost, insurance, overhead, profit, travel time, mileage, etc. Prices quoted
must be firm for the term of the contract. Price increases may be negotiated at the beginning of a renewal
period based on the most current consumer price index. A formal contract addendum must be approved by
City Council to any amendments made to the contract.
Bid and Performance Bond:
A five (5%1 percent bid bond shall be submitted with each bid. The bid bond shall be based on the total
estimated cost of the bid as indicated on the price proposal document. Upon contract award a 100%
performance & payment bond shall be submitted with each individual project totaling $20,000.00 or more.
Project Supervision:
The Contractor shall employ a competent and thoroughly experienced superintendent capable of handling all
phases of each project; he shall have any necessary assistants to complete each project. When any work under
this contract is being performed, the Superintendent and necessary assistants shall be present at the job site.
The Superintendent shall represent the Contractor in his absence and all directions given to him shall be as
binding as if given to the Contractor. Major and important directions shall be confirmed in writing to the
Contractor, other directions shall be so confirmed upon written request of the Contractor. The Superintendent
shall be in complete and responsible charge of the project for the Contractor and shall not be superseded by any
other personnel of the Contractor. The Contractor shall submit the name of the proposed Superintendent for the
Contractor and shall furnish a telephone number or numbers through which the Superintendent may be reached
24 hours each day of the contract duration.
The Contractor shall provide efficient supervision for the work, using his best skill and attention. He shall
carefully study and compare all Drawings, Specifications and other instructions and shall report at once to the
Project Manager any error, inconsistency or omission which he may discover, but he shall not be held
responsible for their existence or discovery.
City of Fayetteville, AR
Bid 10-47, Electrical Contractor
Page 9of20
City of Fayetteville
Bid 10-47, Electrical Contractor
General Terms and Conditions
1. All interested parties shall return the form titled "Statement of Disclosure" with bid or proposal documents.
2. 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.accessfayetteville.orq). Bids with missing pages or missing any
requested attachment are subject to being deemed incomplete.
3. The item bid and the bid number shall be stated on the face of the sealed bid envelope.
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.
6. 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.
7. 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.
8. The bid 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.
9. All products delivered shall comply with applicable standards of quality.
10. Any exceptions to the specification requirements of the City of Fayetteville must be noted on the Bid Form.
11. Prices shall include all labor, materials, overhead, profit, insurance, shipping, freight, etc., to cover the furnishing
of the items bid. Sales tax is not to be included in the bid price. Applicable Arkansas sales tax laws will apply
to this bid, but will not be considered in award of the bid.
12. 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.
13. 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.
14. 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.
15. The City reserves the right to request any additional information it deems necessary from any or all bidders after
the submission deadline.
16. 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.
17. 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
City of Fayetteville, AR
Bid 10-47, Electrical Contractor
Page 10 of 20
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.
18. 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.
19. 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.
20. Items bid must be delivered FOB City of Fayetteville Transportation Division, 1455 S. Happy Hollow Road,
Fayetteville, AR 72701. 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.
21. Any discrepancy between the specifications and plans should be brought to attention immediately, in writing, to
Andrea Foren at aforenci.favetteville.ar.us
22. 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. •
23. 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.
24. NOTE: Any uncertainties shall be brought to the attention to Andrea Foren immediately via telephone
(479.575.8220) or e-mail ( aforen@ci.fayefteville.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.
25. "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."
26. The City of Fayetteville shall take ownership of product when products bid arrive undamaged at the specified
shipping location.
27. 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 10-47, Electrical Contractor
Page 11 of 20
City of Fayetteville
Bid 10-47, Electrical Contractor
Bid Proposal Form (shall be submitted with bid)
This page becomes an integral part of the proposal submitted
by / 11�1�y jC-/rrGt.
c• (Vendor/Company Name)
The undersigned proposes to furnish and deliver, in accordance with the requirements of the Instructions to
Bidders and the Specifications issued June 24, 2010, prepared by the City of Fayetteville, Purchasing Division,
for the time period beginning date of Bid Award and ending twelve months thereafter as per Bid 10-47.
Item numbers below refer to the same numbered paragraph of the Instructions to Bidders and the Specifications.
II. INSTRUCTIONS TO BIDDERS:
1.1. Prices shall include labor, supervision, materials, equipment, transportation and services necessary to
do a top quality job. YES t/- NO
1.2. Discounts offered: 11. o n t.
1.3. Condition of Bid FIRM? YES f NO
SUBJECT TO ESCALATION ' `'
Method of Escalation, if applicable tit n e
BIDS MUST BE FIRM FOR ACCEPTANCE FOR 90 Days
Bid is Firm ' c2 Days Weeks
1.4. Bidder will accept total bid only? YES V NO
(or any portion of bid award) YES NO e"---
3.3.
%3.3. Bidder has submitted an original bid document? YES NO
5.0. Bidder will provide Workman's Compensation Insurance as outlined? YES r� NO
Bidder will provide General Liability Insurance as outlined? YES r/' NO
Bidder will provide Automobile Coverage as outlined? YES ✓ NO
This page becomes an integral part of the proposal submitted
by Ki eh r f/r G / k / a I
Lf-
(Vendor/Company Name)
11.0. Bidder will indemnify the City of Fayetteville? YES VNO
12.0. Bidder has included qualification and experience information as required?
YES VNO
18.0. PURCHASES BY OTHER PUBLIC AGENCIES:
City of Fayetteville, AR
Bid 10-47, Electrical Contractor
Page 12 of 20
Bidder agrees to extend pricing, terms, and conditions to other public agencies
YES ✓ NO
21.0 RESPONSE TIME
Bidder agrees to have a person on call for emergencies twenty four hours a day?
YES ✓ NO
Bidder agrees to one (1) hour emergency response time?
YES ✓' NO
Bidder agrees to two to three day response time for regular calls unless an extension is approved by
City project manager?
YES V. -NO
BIDDER ACKNOWLEDGES RECEIPT OF ADDENDA:
ADDENDUM NO. WA DATED
ADDENDUM NO. N 4 DATED
ADDENDUM NO, Ill 4- DATED
This page becomes an integral part of the proposal submitted
by /1'1'16- m'6- 6./i
(Vendor/Company Name)
We propose to furnish the equipment/material as indicated in this Bid Blank, provided to the City of Fayetteville
with transportation charges prepaid, and for the price quoted below. All equipment/material to be furnished in
accordance with City of Fayetteville specifications attached hereto.
City of Fayetteville, AR
Rid 10-47, Electrical Contractor
Page 13 of 20
City of Fayetteville, AR
Bid 10-47, Electrical Contractor
Bid Form
Bid 10-47 Electrical Contractor
Price Details for
Contract
item
Description
Mark Up %
Contractors
Material Cost
Estimate
Estimated Cost
with Mark Up %
1
Material (Cost plus %) $0-$100
,3 p %
$1,000
$ 1,300,
2
Material (Cost plus %) $101-$500
3O %
$1,000
$ 3 pp
3
Material(Costplus%) $501-$1000
1 %
$5,000
$ 57,
4
Material (Cost plus %) $1001-$5000
1 %
$5,000
$ 5 75-0•
5
Material (Cost plus %) $5001 and up
/p %
$65,000
$
6
Rental Equipment (Cost plus %)
/p %
$10,000
$ f
Estimated
Cost for Items 1-6:
$
Estimated
hours
Price /Hour
Estimated Cost
7
Journeyman Electricians (Straight time)
8
Journeyman Electricians (Nights and Weekends)
25
$ U>`
$ / l 2 5.
9
Journeyman Electricians (Holidays)
10
$
10
Apprentice Electricians (Straight time)
500
$ Z 5 `
$ /. 5-00, '°
11
Apprentice Electricians (Nights and Weekends)
25
$ 3 7,
$ 2 5
12
Apprentice Electricians (Holidays)
10
$ 3;)
$ 3
13
Electricians Helper(Straight time)
500
$ gC."
$ 41 ccN "
14
Electricians Helper(Nights and Weekends)
25
$ /3. -,
$ 3
15
Electricians Helper(Holidays)
10
$ 1j "."
$ /9 p,
16
Foreman/Supervisor (Straight time)
200
$ O,
$
17
Foreman/Supervisor (Nights and Weekends)
25
$ ejS °'
$ //25.
18
Foreman/Supervisor (Holidays)
10
$ ci S. �^'
19
General Laborer (Straight time)
300
$ 9, °°
$ 2
20
General Laborer (Nights and Weekends)
20
$ / .
$ 2 y 0, UI:'
21
General Laborer (Holidays)
10
$
/ 3=
Estimated Cost
for Items 7-21:
$ -
TOTAL COST FOR ITEMS 1-21
$ )15/0.
**Bid bond required on 5% of 'Total Estimated Cost for Items 1-21"
Name of Contractor: / //v C 4bl-d oc
City of Fayetteville, AR
Bid 10-47, Electrical Contractor
Page 14 of 20
EXECUTION OF BID -
Bidders are requested to indicate by check mark or "Yes/No" on each line of the Technical Specifications the
compliance of the item bid. Actual specification of any deficient item must be noted on the bid sheet or separate
attachment. If specifications of item bid differ from provided literature, deviation must be documented and
certified by the manufacturer as a regular production option.
Upon signing this Bid, the bidder certifies that:
1. He/she has read and agrees to the requirements set forth in this proposal, including specifications, terms,
standard conditions, and any pertinent information regarding the articles being bid on.
2. Unless otherwise noted and explained, the unit bid and listed meets or exceeds all of these requirements
as specified by The City of Fayetteville.
3. The Bidder can and will comply with all specifications and requirements for delivery, documentation and
support as specified herein.
Unsigned bids will be rejected. Items marked * are mandatory for consideration.
*NAMEOFFIRM: /c-/ Co.� '* I -v "r
Order and/Payments snail be issued to this name
*BUSINESS ADDRESS: ,Z //5 Ly 1 oo/. I4K
*CITY: a5° -e e�11 *STATE: 47r4�-+s.s *ZIP: 7Z7"/
*PHONE: 47ri--t1�13-aav6
*E-MAIL:i'is G e%u�i� ✓i
*BY: (PRINTED NAME) G (,s
*AUTHORIZED SIGNATURE: '4 /4
*TITLE: f prtn J4{
City of Fayetteville, AR
Bid 10-47, Electrical Contractor
Page 150120
FAX: g21--gLi3--171 °1
City of Fayetteville
Bid 10-47, Electrical Contractor
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:
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.
Printed Name
Signature
Date
City of Fayetteville, AR
Bid 10-47, Electrical Contractor
Page 16 of 20
BID BOND
Conforms with The American Institute of
Archtteeta, A.F.A. Document No, A-3'10
KNOW ALL BY ITIESE PRESEN 9, That we. King Electrical Contractors, Inc.
as Principal, hereinafter called the Principal,
and the The Gray Casualty & Surety Company,
of ri P.O. Box 6202. Metairie, Louisiana , a corporation duly organized under
die laws of the State of Louisiana . as Surety, hereinafter called the Surety, are held and firmly bound unto
City of Fa eft ville Arkansas as Obligee, hereinafter called the Obligee,
in the sum of Five Percent of Amount of Bid
Dollars (S 5% of Bid ), for the payrneel of which sum well and truly w i e made. the said Principal and the said
Surety, bind ourselves. our heirs, exe .etors, administrators, successors and assigns, jointly and severally, finely by these presents.
WHEREAS, the Principal has submitted a bid for Bid #10-47 l Contractor
NOW. TflEPOl E, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contractwith the
Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract
Doctiznents with good and sufficient surety for the faithful performative of such Contract and for the prompt payment of labor and
material furnished in the prosecution thereof_ or in the event of the failure of the Principal to enter such Contract and give such bond
or bonds, if the Principal shall pay to the Obligee the difference not to eieccd the penalty hereof between the amount gpcciticd in said
bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said
bid, then this obligation shall be mill and void, otherwise to remain in full Force and effect_
Signed mid scaled this __y of ..� �_ July _ _ , 2010
Witness
Witness
King Electrical Contractors, Inc. (tied
Fria �'%pFil
f rsGfac��N�
- 'Pith
ThecraYCzSurconanr
William H. Griffin Altorncy-in-f=act
THE GRAY INSURANCE COMPANY
THE GRAY CASUALTY & SURETY COMPANY
GENERAL POWER Olr ATTORNEY
KNOW ALL BY THESE PRESENTS; THAT The Gray Insurance Company and The Gray Casualty & Surety Company, corporations duly
organized and existing under the laws of Louisiana, and having their principal offices in Metairie, Louisiana, do hereby make, constitute, and appoint
William H. Griffin, Matthew K. Cashion, Jr.,1udy Schoggen and Pamela K. Hays, of Little Rock, Arkansas jointly or severally on behalf of
each of the Companies named above its true and lawful Attorney(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its deed,
bonds, or other writings obligatory in the nature of a bond, as surety, contracts of suretyship as are or may be required or permitted by law;
regulation, contract or otherwise, provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed the
amount of $10,000,000.
This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of
Directors of both The Gray Insurance Company and The Gray Casualty & Surety Company at meetings duly called and held on the 26'h day of June,
2003
"RESOLVED, that the President, Executive Vice President, any Vice President, or the Secretary be and each or any of them hereby is
authorized to execute a power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of The Company
bonds, undertakings, and all contracts of surety, and that each or -any of them is hereby authorized to attest to the execution of such Power of
Attorney, and to attach the seal of the Company; and it is
FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or
to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall
be binding upon the Company now and in the future when so affixed with regard to any bond, undertaking or contract of surety to which it is
attached. l %
IN WITNESS WHEREOF, The Gray Insurance Company and The Gray Casualty & Surety Company t ve caused their official seals to be hereinto
affixed, and these presents to be signed by thei authorized officers this 30th day of June, 2003. l�
s u sz k By: ./J /�� Attest:
„` SEAL Michael T --Gray Mark S. Manguno 1SEAL
*— President, The Gray Insurance Company Secretary, v —'
and The Gray Insurance Company,'.
The Gray Casualty & Surety Company
Executive Vice President, p y
The Gray Casualty & Surety Company
101724
State of Louisiana
ss:
Parish of Jefferson
On this 30th day of June, 2003, before me, a Notary Public, personally appeared Michael T Gray, President of the Gray Insurance Company and
Executive Vice President of The Gray Casualty & Surety'Company, and Mark S. Manguno, Secretary of The Gray Insurance Company and The Gray
Casualty & Surety Company, personally known to me, being duly sworn, acknowledged that they signed the above Power of Attorney and affixed
the seals of the companies as officers of, and acknowledged said instrument to be the voluntary act and deed, of their companies.
,n.
`'cam
Lisa S. Millar, Notary Public, Parish of Orleans
t i State of Louisiana
My Commission is.foi,. Life
II,IItlNI
I, Mark M. Manguno, Secretary of The Gray Insurance Company and The Gray Casualty & Surety Company, do hereby certify that the above and
forgoing is a true and correct copy of a Power of Attorney given by the companies, which is still in full• force and effect.
IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this day
of July, 2010
SYra
of �,� SEAL�(SEALMark S. Manguno, Secretary
(..)
The Gray Insurance Company
The Gray Casualty & Surety Company
POA 10601 Rev 6115/2013
514102 613 011003
cense No. 0063870411 ACTIVATED
State of Arkansas
Contractors Licensing Board
AUSTIN KING, INC., DB/A KING ELECTRICAL CONTRACTORS, INC.
2145 W MOORE LN
FAYETTEVILLE, AR 72704
AUSTIN KING, INC., DB/A KING ELECTRICAL CONTRACTORS, INC.
This is to Certify That
is duly licensed under the provisions of Act 150 of the 1965 Acts as amended
and is entitled to practice Contracting in the State of Arkansas within the
following classification:
ELECTRICAL
with the following suggested bid 'limit
from May 14, 2010 until
activated May 17, 2010
Util;mited
April 30, 2011
when this Certificate expires.
Witness our hands of the Board. dated at /'forth Little Rock Arkansas:
CHAIRMAN
SECRETARY
May 17, 2010
King Electric
2145 W Moore
Fayetteville AR 72704
479.443.0006
Fax 479.443.1171 9
July 15, 2010
Company started in 1987
Serving the NW Arkansas region
Employee 29 Electricians
3 -Office Staff
24- Master/Journeyman license
5- 4'h year apprentice
Specialize in commercial and industrial wiring
Have Arkansas and Oklahoma contractors' license
Design Build Capabilities
C1m King Owner/designer/estimator
nn I dw rds project manager/estimator
Kevin King project manager/estimator
Gordon s ay project manager /designer/lead estimator
s s < c 3 ckxngelectric.net
1eif Clan electric.net
� 2 s hrta
A Clirisckihelectrie.net
f'i ejects Completed
Have done electrical work for the City of Fayetteville for the past 5 years
.0000 sq ft Mt Comfort Church of Christ Fayetteville AR
80000 sq ft Bentonville Elementary School Bentonville AR
180000 sq ft Rogers Jr High School Rogers AR
109 unit Staybridge Motel in Fayetteville AR
6 story Holiday Inn Rogers / 4 story Staybride Suites Rogers AR
6 story Lindsay Real-estate office building Fayetteville AR
40000 sq ft Freezer Springdale AR
40000 sq ft Fed Ex Ground Delivery facility Lowell AR
References-
Kinco Contractors -751-8606
Crossland Construction -479-464-7077
Commerce Construction -751-4432
Heckathorn Construction -442-5386
KING ELECTRICAL CONTRACTORS
2145 W MOORE LANE
FAYETTEVILLE ARKANSAS 72704
Phone (479)443-0006
Fax (479)443-1719
WARRANTY/GUARANTEE
Project:
King Electrical Contractors hereby, guarantees and warrant all defects in
labor and material provided by this subcontractor, on the above referenced
project for a period of one year. All wiring does meet or exceed applicable
NEC and NFPA standards. By signing this agreement the subcontractor
hereby warrants the work stated above. Period of warranty starts from
the date of substantial completion.
Signed:
Title:
Date:
State of Arkansas, County of Washington, Sworn to and
Subscribed before me this day of
NOTARY PUBLIC EXPIRES
Y1 a e e
ARKRNSAS
": • ^-"
HilI Eleotrlc, Inc.
Solo 'oosrip�
;<vPK
Coti$a:
0.:4
i1ai1[un4
1
iiii
51.059.00
5
6
Rental Egelpmcnt(Cwstplus 7.l
1095
110.000
511-000.00
Eo$mated 2 1105Iteans 1.6:
996,9000[
Bid 10-47, Electrical Contractor
King Electrical Contractors Multi -Craft Contractors, Inc- Prime Power Electric
..:e?nvdcloii�. t0l. ce.� w .-f' r_ °'.•:re�= -.
II 1002094 w50010 coy}.:: a' l0...' N;ndup 7C: mu.n31'c -E"-'•= .wn Mj ' • �I ,
BID: 10-47
DATE: 07/15110
TIME: 2:00 PM
CITY OF FAYETTEVILLE
Staley, Inc"
Malefiat 5001 00% 31013..00
2510
31.270
11.300.00
35%
01.000
91,500.00
1580
I__312SD6
51.150.00
55,750.00
_ 1011
10%
$1,000
51,104.1,
10%
I 11.000
91.130.00
Material wl a 36913100$
2095
10.620
5059050
13%
55.00,
55"750.00
15%
55,000
[i5.18
[i5.120
T 15%
55000
09J5,0.09.4
Malefial Cos! us'h 0122135000
15%
31.030
53,132.00
10%
55.009
95,150.9]
10% J
15,]00
35.759.00
5!r,
55999
05.15000
1555
05000
055.759.00
Mkreriel5Ccsl pus 44] 1600115455
1294
555,000
871,60.000
1014
595,000
571,50900
1590
585,990
174,750.40
094
065.009
169,250.00
1596
165.099
$74,710.00
54 90en feleclriclerm I6aai ht Ilmel
500
820.80
515,50050
50D
930100
315,000.00
500
$45.50
571.750 00
500
$40.00
80,"003"02
800
$39.00
118,000.00
$
Journ man Eledriclans It1 Ms end W-1,.ndel
25
546,20
51.155.00
25
545.00
$1"425.00
25
561.50
51.537.50
25
460.00
01.50050
25
$57.00
51.425.00
9
Joum man EIeGIRGiana Haeda
10
046.m
$400.00
10
995.00
5450,40
10
877.60
577500
10
560.00
0000.00
10
1$7.00
9570.00
10
A entice Electrccians 8tr ' ht5me
500
526.30
512,66050
500
521.00
512.500.00
520
50440
5-,749022
500
350.00
015,00300
500
410.00
515.000.00
11
•toonllce elelxr1o1co.e 01i9154 and Weekends]
25
427.95
5&5.75
25
557.90
592590
25
546.22
$1.150.00
20
14500
11.125.00
25
045.00
51,125,00
12
15
Aepren0ce Electrfelans Hol
10
557.95
$379.50
10
537.00
5770"00
10
056.00
3580.00
10
000
Sd5"00
030.00
0450.00
10
545.00
5450.00
E.00l.roHclplv)strll9lltliloo3
500
31650
97.60040
600
59.00
34.500.00
500
354.00
017,000"90
415,008.00
500
53040
31$000.00
14
eleckicl$ns 1141 el N- Ns aed Vleekentlf
25
922.50
$502.50
25
519.00
5325"02
25
549.09
31 150.09
25
1 01900
51,125(0
26
545.00
51.'2055
15
E1061010511661501501010917
50
522.50
5225.22
10
51109
$130"02
12
552.20
9500,4,
50
54542
14.50.22
00
$45.02
5450.09
11
For4menr8 ervlsor)Sera hi tlmo
200
535.70
3714000
200
530.00
56.000.00
200
160.00
010.000.60
200
046.20
1$.000"09
200
342.00
50.000.93
17
F125010505460051001)$0511540110090040105)
25
562.55
51.338.76
25
545.00
01,j5.05,,
26
567.50
01,087.0-6
25
567.10
51,087.50
25
160.09
41,575.09
18
FPremeNS yrlior 02106
00
553.55
5535.50
10
545.00
8450.90
10
505.99
1693,09
06
167.59
5875.00
10
569.09
5930"00
19
G200091 LHE9rar Sbel n! Ifm4
300
512.40
93,,020.20
300
$9.00
52,100.00
300
104.00
110.220.00
100
521.00
$0,120.20
392
525.00
17.609.20
20
n,rollobcror(Nl991oo.oiWoo5rndsl
20
5101.00
3005.46
20
817.00
5250.40
20
546.00
592100
20
540.62
1510.00
20
1x7.52
$750.20
21
0000201 0.90.05001542900 [Holld2900
10
910.00
5500.00
10
502.46
8130.00
12
956.22
5582"20
10
140.60
3401.00
10
137.50
5379.02
ES0mated Coot for Items 7.21: 357 7.00 $45,900.00 $66,760.,0 $75,107.30 $75,379m
"'TOTAL COST FOR 470905 1-21: 3719,317.00 1742,500.00 5788,870.00 1787,327,50 5073,42100
'NOTICE: Bid award Is contingent upon vendor meeting minimum speoifmatlons and formal authorlxadon by City onlclal,
p, VICE pVRCH MGR I WITNE$ CA
A RD
:.........co.......... CERTIFICATE OF LIABILITY
INSURANCE
1 11
PRODUCER
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
FEDERATED MUTUAL INSURANCE COMPANY
Home Office: P.O. Box 328
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
COMPANIES AFFORDING COVERAGE
Owatonna, MN 55060
Phone: 1-888-333-4949
COMPANY FEDERATED MUTUAL INSURANCE COMP 1VYj "ft
A FEDERATED SERVICE INSURANCE OBI
INSURED
AUSTIN KING INC
2145 W MOORE LN
FAYETTEVILLE AR 72704
213-205-2
COMPANY
B � �\��o
COMPANY 'n
v
�
COMPANY
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR iECL Y..PERIOD
TERM OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT WHICH THIS
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, OR CONDITION
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.
TR
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
DATE (MMIDDIYY)
POLICY EXPIRATION
DATE IMMIDDIYY)
OMITS
GENERAL
LIABILITY
GENERAL AGGREGATE
$ 2,000,000
X
PRODUCTS - COMPIOP AGO
$ 2,000,000
COMMERCIAL GENERAL LIABILITY
A
CLAIMS MADE FK OCCUR
9853829
09/16/11
09/16/12
_
PERSONAL & ADV INJURY
8 1,000,000
EACH OCCURRENCE
$ 1,000,000
OWNER'S & CONTRACTOR'S PROT
FIRE DAMAGE Any one fire)
$ 100,000
MED EXP (Any one person)
$
AUTOMOBILE
LIABILITY
ANY AUTO
COMBINED SINGLE LIMIT
$ 1 ,000,000
X
BODILY INJURY
(Per person)
A
ALL OWNED AUTOS
SCHEDULED AUTOS
9853829
09/16/11
09/16/12
X
BODILY INJURY
(Per accident)
HIRED AUTOS
NON -OWNED AUTOS
X
PROPERTY DAMAGE
GARAGE LIABILITY
AUTO ONLY - EA ACCIDENT
$
OTHER THAN AUTO ONLY
ANY AUTO
EACH ACCIDENT
$
AGGREGATE
$
EXCESS LIABILITY
EACH OCCURRENCE
$ 2,000,000
AGGREGATE
$ 2,000,000
A
X UMBRELLA FORM
9853831
09/16/11
09/16/12
OTHER THAN UMBRELLA FORM
WORKERS COMPENSATION AND
X WC SF BTU- OTH
CL EACH ACCIDENT
s 1 000000
A
EMPLOYERS' LIABILITY
THE PROPRIETOR! INCL
PARTNERS/EXECUTIVE
OFFICERS ARE: EXCL
9853830
09/16/11
09/16/12
EL DISEASE - POLICY LIMIT
$ 1 ,000,000
EL DISEASE - EA EMPLOYEE
$ 1,000,000
OTHER
DESCRIPTION OF OPERATIONS!LOCATIONSNVEHICLES!SPECIAL ITEMS
CERTIFICATE !HOLDER ........
2432052 CITY OF FAYETTEVILLE
.....
93
CANCELLATIDAT-...... ......
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
113 WEST MOUNTAIN
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL
FAYETTEVILLE AR 72701
�
,J,,yL DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY
OF ANY KIND UPON THE COMPANY. ITS AGENTS OR REPRES IV
AUTHORIZED REPRESENTATIVE
.....__..............__...................... . _.._ .... .� _........ .._..._.__
PRESIDEN'i.........................................
Q ... GQCq.CORPORA'ttlI9s#
........._.................._.
..1h...}}.�.ry.�.t}yy.�..yy...yy..... 1��.y..............................................._.............._
_
.....•.•.••..•._
& 15 -to
ACORD. CERTIFICATE E LIABILITY
DATE (MMIDDfYY)
INSURANCE .:. 08/02/12
PRODUCER
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
FEDERATED MUTUAL INSURANCE COMPANY
Home Office: P.O. Box 328
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
COMPANIES AFFORDING COVERAGE
Owatonna, MN 55060
COMPANY FEDERATED MUTUAL INSURANCE COMPANY- OR - -
Phone: 1-888-333-4949
A FEDERATED SERVICE INSURANCE COMPANY
INSURED
AUSTIN KING INC
KING ELECTRICAL CONTRACTORS
243.205-2
COMPANY - --
B
2145 W MOORE LN
COMPANY
FAYETTEVILLE AR 72704
C
COMPANY
D
CQVAA>I 5 ...:,:
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.
CO
LFR
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
DATE {MMIDDIYYI
POLICY EXPIRATION
DATE (MMIDDIYYI
LIMITS
GENERAL
LIABIUTY
GENERAL AGGREGATE
$ 2,000,000
X
PRODUCTS - COMP/OP AGO
$ 2,000,000
COMMERCIAL GENERAL LIABILITY
A
CLAIMS MADE OCCUR
9853829
09/16/12
09/16/13
PERSONAL & ADV INJURY
$ 1 ,000,000
EACH OCCURRENCE
$ 1 000,000
OWNER'S & CONTRACTOR'S PROT
FIRE DAMAGE (Any one fire)
$ 100,000
MED EXP (Any one person)
$
AUTOMOBILE
LIABILITY
ANY AUTO
COMBINED SINGLE LIMIT
S 1,000,000
X
BODILY INJURY
(Per person)
$
A
ALL OWNED AUTOS
SCHEDULED AUTOS
9853829
09/16/12
09/16/13
X
BODILY INJURY
IPer acident) -
$
HIRED AUTOS - '
NON -OWNED AUTOS
X
PROPERTY DAMAGE
$
GARAGE LIABILITY
AUTO ONLY - EA ACCIDENT
$
OTHER THAN AUTO ONLY:
ANY AUTO
EACH ACCIDENT
$
AGGREGATE
$
EXCESS LIABILITY
EACH OCCURRENCE
S 2,000,000
AGGREGATE
$ 2 000,000
A
X UMBRELLA FORM
9853831
09/16/12
09/16/13
$
OTHER THAN UMBRELLA FORM
WORKERS COMPENSATION AND
X ITORY LATIT D R
EL EACH ACCIDENT - ---F
-1,000,000
EMPLOYERSLIABILITY
- _ ___ _ _
_
_
_ - _ -_ --
A
THE PROPRIETOR! fl INCL
PARTNERS/EXECUTIVE
OFFICERS ARE: EXCL
9853830
09/16/12
09/16/13
EL DISEASE - POLICY LIMIT
S 1 000 000
EL DISEASE - EA EMPLOYEE
$ 1 ,000,000
OTHER
DESCRIPTION OF OPERATIONSILOCATIONSNEPIICLES!SPECIAL ITEMS
IFI CERTC
CERTIFICATE :..:. RTE. HOLDER ..... !.......
E
CAf�f££
::......,LEATION
..,'
2432052
CITY OF FAYETTEVILLE
93 SHOULD ANY Of THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
113 WEST MOUNTAIN
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL
FAYETTEVILLE AR 72701
_1-Q, DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY
OF ANY KIND UPON THE COMPANY. ITS AGENTS OR REPRESENTATIVES.
AUTHORIZED REPRESENTATIVE
;AOQRl325.5. t'�19ay...:....
RESIDEHI............................................
_ -,: , oAGt7RD CtiRP.ORATI ,:
Cert Acct: 243-205-2 93
CITY OF FAYETTEVILLE
113 WEST MOUNTAIN
FAYETTEVILLE AR 72701