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.