Loading...
HomeMy WebLinkAbout90-89 RESOLUTION• f RESOLUTION NO. 90-89 A RESOLUTION AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A CONTRACT WITH AERIAL DATA SERVICE, INC. TO INCLUDE COMPUTERIZED MAPPING SERVICES AND FOR A BUDGET ADJUSTMENT OF $115,000.00. 1 BE IT RESOLVED BY THE BOARD OF DIRECTORS OF THE CITY. OF FAYETTEVILLE, ARKANSAS: Section 1. That the Mayor and City Clerk are hereby authorized and directed to execute a contract with Aerial Data Service, Inc. for computer mapping service for the Walton Arts Center Impact Area. A copy of the contract authorized for execution hereby is attached hereto marked Exhibit "A" and made a part hereof. Section 2. The Board of Directors hereby approves the budget adjustment reflected attached hereto and made a part thereof. PASSED AND APPROVED this ATTEST . •if'ti{ils 19th day of September APPROVED By: Mayor , 1989. AGENDA REQUEST 2.88 ' FROM: 'Don Bunn Name Engineering Planning Management Division BOARD ACTION REQUESTED: Department Approval to utilize theexisting contract with Aerial Data Service, Inc., at $15,500 per square mile of suburban area including the attached budget adjustment. - - - (For Section 16, T -16-N, R -30-W.; which includes the Walton Arts Centel .site) COST TO CITY: $15,500 Cost of this request % of Program completed -0- Professional Services Line item budgeted amount Account name 971-222-5-319.00. Funds used to date Account Number Remaining balance BUDGET REVIEW: Budgeted Item X Budget Adjustment Attached Budget Coo tor Assistant City Manager CONTRACT/LEASE REVIEW: Accounting Supervisor Date City Attorney Date Purchasing Officer Date Internal Auditor Date GRANT APPLICATION REVIEW: Internal Auditor Date STAFF RECONMLNDATION: Staff recommends approval of this project. Division Head Dat1/441 dt/(,jgi Date q 14 Date i1 »1CROFIIJAM CONTRACT 1. TRIS CONTRACT executed this = $th dayyof = November;. -1988, by and between The City of Fayetteville-ana Aerial Data Service , the Contractor: WITNESSETH: For and in consideration of the payments to be made as hereinafter set forth, the Contractor agrees to furnish all tools, labor, equipment, materials, and supplies required to construct the improvements described as Ground Control and Aerial Photography for the City of Fayetteville, Arkansas, inexact accordance with the City's Plans and Specifications for said improvements and the Contractor's Proposal on file at the Officelof the City Engineer, "which Documents are incorporated by referen a thereto, subject to the inspection of and to the complete satisfaction of the City. 2. The City agrees to pay and the Contractor agrees to ;accept as full and final compensation foil all work done under this agreement, the Unit Prices and/or Lushp Sum Price named in the Contractor's Proposal, such payment to be made in lawful : money of the United States, at the time and in the manner set h in the Specifications, the Contract amount being set at $97,824.00. The Contractor agrees, forthe consideration above expressed, to begin and complete the work within the time specified in the Proposal. Time is expressly made of the essence ..of this Contract: If the Contractor shall fail to complete the work in the time specified he shall pay to the City, as liquidated damages, ascertained and agreed, and not in the nature of a penalty, the damages specified in the Proposal for each day delayed, which shall be deducted from the final amount to be paid under the Contract. Extensions of time may be granted with waiver of liquidated damages as provided for in the Specifications. 4. The Contractor agrees to furnish a Bond, with Surety approved by the City and authorized to do business in the State of Arkansas, guaranteeing the performance of this Contract,for not less than one hundred (100) percent of the amount of this Contract. Said 'Bond shall be conditioned on full and complete performance of this Contract and acceptance by the City of Fayetteville for the payment of all labor and materials entering into or incident to the proposed improvements and shall guarantee the work against faulty workmanship or materials for a period of. one (1) year after completion. EXHIBIT A 2.90 2.91 J 5. The Contractor agrees also to carry Public Liability Insurance, Property Damage Insurance, and Workman's Compensation Insurance in amounts as required by these Specifications. WITNESS OUR HANDS THIS 18th DAY OF November , 1988 ATTEST: CITY CLERK .24.7 Corporate Seal (if any) CITY OF FAYETTEVILLE FAYETTEVILLE, ARKANSAS BYior y(`''- gilts"-�-'- .M � Aerial Data Services CONTRACTOR BY I a) l./1.41c . �i me and Title ' /O g �. } : �1 -tom 9-1 Business Address L L L L L PROPOSAL • (a lump sum/unit price contract) Date: 10-14-88 Place: Tulsa, OK Proposal of AERIAL DATA SERVICE, INC. (corporation), (individual) or (partnership). TO THE CITY OF FAYETTEVILLE, ARKANSAS The Bidder, in compliance with your invitation for bids for GROUND CONTROL/AERIAL PHOTOGRAPHY AND DIGITAL MAPPING • having examined the Plans and Specifications with related documents and the site of the proposed work, and being familiar with all the conditions surrounding the work, including the availability of materials and labor, hereby proposes to furnish all labor, materials, and supplies required to be furnished, and to complete the project in accordance with the Contract Documents, and at the Lump Sum and Unit Prices stated in this Proposal. These prices are to cover all expenses incurred in performing the work required under the Contract Documents, of which this Proposal is a part. Bidder agrees to commence work under this Contract on a date to be specified in a written "Notice to Proceed" from the City of Fayetteville. It is further understood that it is the intent of the City that the Ground Control will begin in November 1988 and the Aerial Photography is to be done in February of 1989. Digital Mapping shall be completed by the 1st of September, 1989. Bidder acknowledges receipt of the Addendum 1 ADDENDUM 1 followin addenda: 2.92j • GROUND CONTROL/AERIAL PHOTOGRAPHY AND DIGITAL MAPPING • PROPOSAL page 2 of 2 ITEM Global Positioning Control 1 1 t L L L L L L L Ground Control on Section Corners (Alt.) Ground,Control within 100' of Section Corners Aerial Photography Digital Rapping per Specifications urban (low altitude area) UNIT PRICE TOTAL Pi=_E N/A $17,250.00 $ J4/'' 41/4C)4,5 ° 9/— )14-.-&r a=.^r iee1 72,27:. (Alt.) N/A 20,5C0 /sq, suburban 15,50.2 s. mile mile rural 9;2CO /sq. mile 4 30 32 2.93j f 0 i7.03Z-4-.e0 9,250.00 nc. miles nc. miles nc. miles The Lump Sum and Unit Prices shwa above shall include al:tabor, materials, overheads, profit, insurance, et=., to cover the finished irk of the several kinds called for. Bidder understands that the City rese.es the right to reject any or all Bids and to waive any informalities in the Bidding. The Bidder agrees that this bid shall '_e good and may not be r_hdrawn for a period of sixty (60) calendar days artek the scheduled closes time for receiving bids.' Upon receipt of written notice of the acceLtance of this bit. kidder will execute the formal Contract attached within ten (10) days and =deliver the Surety Bond or Bonds as required. The Bid Security attached in the sum of 5 percent of the amount bid is to become the property of the City in the event the Contract and Bond are not execute= within the time set forth, as liquidated damages for the delay and additional expense to the Owner :aused thereby. 1 , . • (SEAL t corporation) Pr•'I`)' ADDENDUM 1 4 Respectfully Subm_tted: m - M. Carter. 7resider-t • c N • N y rt a a H Ft H I-1 H'i,.- r • N H 0 N O H N Wrt z N N ;'.: m 0 O CO rl H 04 r y -.;.N H. 0 N•. • Pa et m 0 • N • 08 ;a N H. r CD r (D IH 4L O 0 m 5 0 M m m a H5 to 0 PA 0 H 0 z x OC H rH 0 c.. V° < O rt o r• o a rt (D H LO it N• a r'. N. o prwy r'� ' f14 t tf' O o y '0 't0 0 kXch HIFFt W b ro rt Ft F4 0 • ort x NH .. '•(D m 33' W M O rt (D z : CO a H. H. Ft •• rt kroa Co o ' 1-hll'H •1 ..'( a o s ao5LO H( • b N'• W rthN H O ▪ 0 F• I O" a 'b z raroro •o rro P. w 00W W (D • N• P.O Ft 1 (D Mo.a 1-11W PI,� • H CO Ft 0 oxo H(• N• N HS r I< WINO HSU 3OI330 13JOII 00'6TE-S-ZZZ-TL6 saornzas 73/ w O PROJECT OR ITEM REQUESTED I0 0 O < col H 70 M as H z ' AIMS ' SSa1 Oud mlaaumlowa 1N3W,LRVd30 ' LWOW ' NNFZ'Id 2.94 W 1.11 a tti 00 • N Co IZ -_ co M ' C Mt 00'6TE-S-ZZZ-TL6 NOIZVWUOiNI