Loading...
HomeMy WebLinkAbout45-96 RESOLUTIONRESOLUTION NO. 45-96 MICROFILMED A RESOLUTION AWARDING BID NO. 96-13 FOR PLUMBING WORK AND SERVICE NEEDS OF THE CITY OF FAYETTEVILLE FOR 1996 TO JOHNSON MECHANICAL. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That -the City Council hereby awards Bid No. 96-13 for plumbing work and service needs of the City of Fayetteville for 1996 to Johnson Mechanical. A copy of the bid tabulations are attached hereto marked Exhibit "A" and made a part hereof. PASSED AND APPROVED this 2nd day of April , 1996. APPROVED: By: Fred Hanna, Mayor • • • AGREEMENT FOR PLUMBING AND RELATED SERVICES This AGREEMENT executed this ,Ria day of appy/ 1996, between the City of Fayetteville, Arkansas, heteinafter called the "City" and cfoAnion pAcejlernic4/ , hereinafter called the "Contractor", and having an address at • 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 plumbing and related service(s) for the following: a. New construction as requested for jobs not bid separately; b. Repair as requested for jobs not bid separately; c. Additional work as required and as directed by owner. 2. The effective dates of this agreement shall be from award of contract through December 31, 1996. 3. 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 $20,000 per project. 4. 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 96-13 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 96-13. 5. 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. • 6. Contractor shall not assign his duties under the terms of this contract. 7. 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. 9. Contractor agrees to begin work within ten (10) days after issuance by the City of a "work order" or "Notice to Proceed" and to complete the work within the time agreed to by the parties. 10. All work called for herein shall be coordinated directly with the project manager for each project as designated by the City. 11. 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. 12. Nothing in this agreement shall be construed to give any rights or benefits to anyone other than Contractor and City. • IN WITNESS WHEREOF, agreement, the effective ATTEST By: it Tracie Paul City Clerk City and Contractor have executed this date of which shall be - t.'----t7-<P> / \ e r --4.4 \ • ••-• ri• Li CITYTAY/7 ILLE Fr Hanna, Mayor By: JorWsioNs PlecAArNA4044-HeetaattestioC, Contractor -Company Name Contractor -Company Secretary Title: Rues' bran • • • 4.41 INVITATION TO BID BID # DATE ISSUED: DATE AND TIME OF OPENING: 96-13 February 14, 1996 February 23, 1996, at 2:30 p.m. BUYER: DATE REQUIRED: City of Fayetteville, AR 30 DAYS ARO F 0. B. BUYER'S PHONE # GUARANTEED DELIVERY DATE Fayetteville, AR (501) 575 8289 N/A ITEM # DESCRIPTION QUANTITY UNIT PRICE TOTAL PLUMBING SERVICES 1 Labor Rate for the following: *Master Plumber per hour *Journeyman Plumber per hour *Apprentice Plumber per hour Laborer per hour *License Required 2 Percent additional rate for overtime 3 Percent additional rate for Sundays & Holidays 4 Material Cost Plus Markup Percent 5 Guaranteed Emergency Response Time 6 Guaranteed Regular Response Time These services will be ordered as needed throughout the contract period. There is no guaranteed minimum or maximum amount. Contract period from contract award' through 12/31/96. RESTRICTIONS OR EXCEPTIONS! TO THE BID MUST BE NOTED: hour 35.00 hour 27.00 hour ' 22.00 hour 12.00 25 50 % 25 2 hrs. 48 hrs. !PLEASE ATTACH '- EQUIPMENT RATE SCHEDULE N/A N/A N/A N/A N/A N/A N/A EXECUTION OF BID Upon signing this Bid, the bidder certifies that they have read and agree to the requirements set forth in this bid proposal, including specifications, terms and standard conditions, and pertinent information regarding the articles being bid on, and agree to furnish these articles at the prices stated. UNSIGNED NAME OF FIRM: BIDS Johnson Mechanical Contractors WILL BE BUSINESS ADDRESS: REJECTED 513 Prairie Street A RIZn PHONE: 1TAX PERMIT: 501-442-5051 , 0040893-72-001 ZIP. 72701 DATE. ' 2/20/96 CITY AND STATE: Fayetteville, Arkansas TITLE: President • 4 . 4 2 • JOHNSON MECHANICAL CONTRACTORS, INC. City of Fayetteville 113W. Mountain Fayetteville, AR 72701 1996 RATE SHEET We propose to fumish labor, material, equipment and second tier subcontract work for the following rates: Classification Wage rates Per hours worked Regular Overtime Holiday Foreman 28.50 35.50 41.00 Joumeyman 27.00 34.00 40.00 Apprentice 22.00 28.00 33.00 Laborer 12.00 16.00 18.00 Supervisor 35.00 42.00 46.00 Notes 1. Regular time is defined as Monday through Friday from 7:00 a.m. to 3:30 p.m. 2. Overtime is any time other than regular time. 3. Travel time will be charged both ways. In the event that staying over would be more logical than traveling to and from jobsite each day, the per diem cost per man would be $50.00. Type of EauiPmen1 Rate Per Day Type of Equipment Rate Per Icy Plasma Cutter 60# Electric "Jack Hammer' Core Drill Platform Scissor Lift 6 yd Dump Truck w/ 25.00 Backhoe w/Operator 75.00 200 amp Welder w/leads 40.00 plus bit wear Motorized Tamper 60.00 Single Man Lift Driver 300.00 Oxygen/Acetylene Torch Pipe Threader/Groover 30.00 plus dies Pipe & Equipment Lift Cut -Off Saw 17.00 plus blades Porta -Band Saw Macho Hammer Drill 15.00 plus bits Storage Trailer Trash Pump 25.00 Tig Torch S , 360.06(8 hour day) 50.00 plus supplies 40.00 30.00 12.00 plus gas 20.00 10.00 plus blades 5.00 plus move 12.00 - Rented equipment will be billed out at our cost plus 5% gross margin - Material which we fumish will be marked up at the rate of 25% gross margin. - Second tier subcontract work will be marked up at the rate of 10% gross margin. - Thepreceding rates will in effect through 12/31/96. 513 Prairie Street • Fayetteville, Arkansas 72701 Telephone 501-442-5051 FAX 501-444-7572 • INVITATION TO BID 4.43 BID # DATE ISSUED: DATE AND TIME OF OPENING: 96-13 February 14, 1996 February 23, 1996, at 2:30 p.m. BUYER. DATE REQUIRED: City of Fayetteville, AR 30 DAYS ARO F. 0. B BUYER'S PHONE # Fayetteville, AR (501) 575 8289 GUARANTEED DELIVERY DATE. ITEM # DESCRIPTION QUANTITY UNIT PRICE TOTAL PLUMBING SERVICES 1 Labor Rate for the following: • *Master Plumber per hour *Journeyman Plumber per hour *Apprentice Plumber per hour Laborer per hour *License Required 2 Percent additional rate for overtime 3 Percent additional rate for Sundays & Holidays 4 Material Cost Plus Markup Percent 5 Guaranteed Emergency Response Time 6 Guaranteed Regular Response Time These services will be ordered as needed throughout the contract period. There is no guaranteed minimum or maximum amount. Contract period from contract award; through 12/31/96. RESTRICTIONS OR EXCEPTIONS; TO THE BID MUST BE NOTED: • hour hour hour hour hrs.i -1 ,PLEASE ATTACH •-• EQUIPMENT RATE SCHEDULE N/A N/A N/A N/A N/A N/A N/A EXECUTION OF BID Upon signing this Bid, the bidder certifies that they have read and agree to the requirements set forth in this bid proposal, including specifications, terms and standard conditions and pertinent information regarding the articles being bid on, and agree to furnish these articles at the prices stated. UNSIGNED NAME OF FIRM: BIDS PHONE* ,TAX PERMIT: WILL BE BUSINESS ADDRESS: CITY AND STATE: ZIP: REJECTED AUTHORIZED SIGNATURE: TIME: ,DATEd r 4.44 MINIMUM REQUIREMENTS FOR PROPOSAL PLUMBING CONTRACTOR BID 96-13 The City of Fayetteville is requesting proposals for Plumbing Contractors to contract to: A. Furnish material, labor, and equipment: 1. New construction as requested for jobs not bid separately. 2. Repair as requested for jobs not bid separately. 3. Winterize ball field and pool areas and open up in the spring as requested. 4. Additional work as required and as directed by owner. INSTRUCTIONS TO PROPOSERS 1. OUALIFICATIONS OF CONTRACTORS: Before submitting a proposal, the successful contractor must be legally qualified in all respects to do business in the State of Arkansas. Contractor shall prepare a Financial Statement , Experience Record, and Equipment Schedule. These statements shall reflect the correct status of the contractor. Each contractor must have equipment available which, in the opinion of the City, is. adequate to complete the work under these specifications in the time allowed for completion. Should any bids be received from contractor's whose statement, when filed, fail to show that the contractor's qualifications meet the minimum requirements above - enumerated, such proposals may be rejected. It is to be understood that the rates required in the Proposal is for the furnishing of materials as required and the doing of all work required. 2. PROPOSALS (a) Proposals shall be strictly in accordance with the prescribed forms, furnished with the specifications. Any modifications or deviations therefrom may be considered sufficient cause for rejection. (b) Proposals must be signed, in writing, by an individual authorized to bind the contractor. • • • 4.45 (C) Proposals must be submitted complete. They must be submitted at the place and on or before the time specified in the Advertisement for Proposals. (d) Proposals must be submitted in sealed envelopes addressed to the City of Fayetteville, Purchasing Office, Room 306, 113 W. Mountain St., Fayetteville, AR 72701, and clearly marked on the outside of the envelope, "Proposal for Plumbing Contract" BID 96-13 to -be opened at 2:30 p.m., February 23, 1996. (e) Proposal must include response time. On Site emergency response time shall be no more than one (1) hour after notification. Bidder must include mileage and travel time as part of this agreement. The City will not assume mileage or travel time costs. 3. BID BONDS, CONTRACT BONDS AND INSURANCE Attention of bidders is called to Act 82 of the 1935 Acts of the Arkansas General Assembly, which requires that all bid bonds, performance bonds, labor bonds, employer's liability insurance, public liability insurance, worker's compensation insurance, and property damage insurance must be secured through Resident Agents of Arkansas. 4. BASIS OF AWARD: The Contractor submitting the lowest and best proposal considering the Contractor's past experience and ability to do the work, and the character and quality of the equipment he proposes to furnish. The City reserves the right to select such proposals which in its opinion would serve its ipterestipeat. 5. SAFETY STANDARDS AND ACCIDENT PREVENTION (A) Comply with the safety standards provisions of applicable laws, building and construction codes and the "Manual of Accident Prevention in ConstructiOn" published by the Associated General Contractors of America, the requirements of the Occupational Safety and Health Act of 1970 (Public Law 91- 596), and the requirements of Title 29 of the Code of Federal Regulations, Section 1518 as published in the "Federal Register", Volume 36, No. 75, Saturday, April 17, 1971. (b) Exercise every precaution at all times for the prevention of accidents. • 4.46 • (c) Maintain at his office or other well known place at the job site, all articles necessary for giving first aid to the injured. Contractor understands that the City reserves the right to reject any and all bids and to waive any formalities. The Contractor agrees that this proposal shall be good and may not be withdrawn for a period of sixty (60) calendar days after the schedulea closing time for receiving proposals. Upon receipt of a notice of the acceptance of this proposal, the Contractor shall deliver the Insurance Certificates as required by these specifications and shall execute the Contract Agreement within ten (10) calendar days. 6. PERMITS AND INSPECTIONS (a) The Contractor shall obtain a permit as required by City Ordinances. Permit fees are exempt for City owned property. (b) All work shall be performed in a good workmanship like manner and shall conform to codes enforced by the City Inspection Division. (c) The contractor is responsible for requesting inspections before work is covered and requesting a final inspection when work is complete. • AGREEMENT FOR PLUMBING AND RELATED SERVICES 4.47 This AGREEMENT executed this day of 1996, between the City of FayetteviiimiT-Trkansas, hereinafter called the ?City" and , hereinafter called the "Contractor", and having an address at • nv 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 plumbing and related service(s) for the following: a. New construction as requested for jobs not bid separately; b. Repair as requested for jobs not bid separately; c. Additional work as required and as directed by owner 2. The effective dates of this agreement shall be from award of contract through December 31, 1996. 3. 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. • Ali invoices are due upon receipt and shall be paid by the City'unless - disputed within thirty (30) days of their receipt. The maximum i amount billed under this agreement shall not exceed $20,000 per project. 4. 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 96-13 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 96-13. 5. 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. 4.48 6. Contractor shall not assign his duties under the terms of this contract. 7. Contractor agrees to hold the City harmless and indemnify the City against any and all claims for property damage, personal imury 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 Commensation Statutory Amount Comprehensive General and Automobile Insurance Bodily Injury Liability Property Damage Liability 500,000 for each person injured. 1,000,000 for each accident. 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. 9. Contractor agrees to begin work within ten (10) days after issuance by the City of a "work order" or "Notice to Proceed" and to complete the work within the time agreed t�. -by the parties. 10. All work called for herein shall be coordinated directly with the project manager for each project as designated by the City. 11. 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. 12. Nothing in this agreement shall be construed to give any rights or benefits to anyone other than Contractor and City. • 4.49 IN WITNESS WHEREOF, City and Contractor have executed this agreement, the effective date of which shall be CITY OF FAYETTEVILLE By: ATTEST: By: Tracie Paul, City Clerk ATTEST: Fred Hanna, Mayor Contractor -Company Name By: Title: By: Contractor -Company Secretary 1 4 . 5 0 • 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 btdder. 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 pnce 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. • 4 . 51. 14. The request for bid is not to be construed as an offer, a contract, or a corrunitment of any kind; nor does it conunit the city to pay for any costs incurred by bidder in preparation of bid. 15. The City will not be responsible for misdirected bids Vendor should call the Purchasing Office at (501) 575-8289 to insure receipt of their bid documents prior to opCiung 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 descnptive 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. 4.52 • CITY OF FAYETTEVILLE BID# 96-12 & 96-13 ELECTRICAL & PLUMBING SERVICES ADDENDUM -#1, February 21st, 1996 ADD TO THE CONTRACT: Item #2: The City has the option to renew this contract for three consecutive one year terms. Annual increases will be allowed based on the consumer cost of living index. • 4.53 CITY OF FAYETTEVILLE BID# 96-12 & 96-13 ELECTRICAL & PLUMBING SERVICES ADDENDUM #2, February 22nd, 1996 DELETE FROM THE CONTRACT: Item #3: Last sentence in second paragraph of Item #3 delete per project. Contract amount shall not exceed $20,000. • AGENDA REQUEST CONTRACT REVIEW GRANT REVIEW • • STAFF REVIEW FORM For the Fayetteville City Council FROM: meeting of H. Dahlinger Facil4ties Name Division ACTION REQUIRED: Res191-14 ain-en4 3-ohnoa done c.kin /Cc / n/a MICROFILMED Admin. Services Increase dontract amount by plumbing/mechanical design modifications. COST TO CITY: $18,000 Cost of this Request 9700-1920-5804.00 Account Number 91009-0020 Project Number $ 205,657 Category/Project Budget $ 48,249 Funds Used To Date $157,408 Remaining Balance Department $18,000.00 to cover cost of Johnson Mechalaical contract #539. /1/7 Maint./Operations Category/Project Name Shop Capital Program Name Shop Fund Fund BUDG T REVIEW: Budget oordinator Budgeted Item Budget Adjustment Attached Administrative Services Director CONTRACT/GRANT/LEASE 4atilk..a...a..1ltil_461, .0411,42 inti m Acco A REVIEW: GRANTING AGENCY: 2-71-9Date '1 -ii -1& CityActor 10 Ai 44,11114k Purchasing Officer Date 1 - [cl j7G Date ernal Auditor syy Date Date STAFF RECOMMENDATION: Approval of change #1 to contract. Department Director Date Cross Reference New Item: Yes No Prev Or le fir 9.4 Orig Contract Date: FAYETTEALE • THE CITY OF FAYETTEVILLE. ARKANSAS DEPARTMENTAL CORRESPONDENCE • TO: Fred Hanna, Mayor THRU: Ben Mayes, Admin. Services Direc FROM: Harold Dahlinger, Facilities Su DATE: July 18, 1996 RE: Johnson Mechanical, Amendment 1/1 Amendment #1 to the Johnson Mechanical contract is a increase to the contract of $18,000.00. Design modificationswere needed to accommodate the increase in the number of offices to be constructed. The additional plumbing/mechanical equipment, material and labor will also be utilized for the installation of the make up air and exhaust system. This amendment will not require additional funding. It will be covered by the current project budget. If you have any questions please feel free to contact me at ext. 361.