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