Loading...
HomeMy WebLinkAbout93-02 RESOLUTION• RESOLUTION NO. 93-02 A RESOLUTION AWARDING A CONSTRUCTION CONTRACT TO APAC-ARKANSAS, McCLINTON ANCHOR INC IN THE AMOUNT OF TWENTY-TWO THOUSAND ONE HUNDRED TWENTY-NINE DOLLARS ($22,129.00) TO BUILD THE RED OAK PARK MULTI -USE TRAIL; AN ADDITIONAL FIVE HUNDRED DOLLARS ($500.00) FOR MATERIALS TESTING; AND APPROVING A TEN PERCENT (10%) PROJECT CONTINGENCY OF TWO THOUSAND TWO HUNDRED THIRTEEN DOLLARS ($2,213.00). BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council hereby awards a construction contract to APAC-Arkansas, McClinton Anchor Inc. in the amount of Twenty -Two Thousand One Hundred Twenty -Nine Dollars ($22,129.00) to build the Red Oak Park Multi -Use Trail; and an additional Five Hundred Dollars ($500.00) for materials testing. Section 2. That the City Council hereby approves a Ten Percent (10%) project contingency of Two Thousand Two Hundred Thirteen Dollars ($2,213.00). Section 3. That the City Council hereby authorizes the Mayor or his duly appointed representative to sign such a contract with APAC-Arkansas, McClinton Anchor Inc. PASSED and APPROVED this 18th day of June, 2002. b APPROVED: By DAN COODY, Mayor • NAME OF FILE: CROSS REFERENCE: Resolution No. 93-02 6/18/02 Resolution No. 93-02 6/18/02 Contract with APAC-Arkansas, Inc. for the Red oak 6/18/02 Arkansas Statutory Performance and Payment Bond 6/18/02 Power of Attorney 6/18/02 Certificate of Insurance 5/29/02 Copy of Purchase Requisition 5/29/02 Memo to Mayor Coody from Steve Hatfield, Park 6/18/02 Staff Review Form 6/19/02 Memo to Connie Edmonston, Parks & Recreation, from 10/11/02 Change Order # 1 - $1,642.40 Notes: • • • RED OAK PARK — MULTI -USE TRAIL Contract R'. 93- Oz This contract executed this /J1 day of , 2002, between the City of Fayetteville, Arkansas, hereinafter called the City, and'Apac-Arkansas, Inc , hereinafter called the Contractor, and having an address at 240 North Block Street P.O. Box 1367 Fayetteville Arkansas 72701. In consideration of the mutual covenants contained herein, the parties agree as follows: 1. The Contractor at his 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 02-34 as stated in Contractor's proposal, and in accordance with specifications attached hereto and made a part hereof under Bid 02-34, all included herein as if spelled out word for word. 2. The City shall pay the Contractor based on prices indicated in Contractor's Proposal. Progress 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. Contract amount will not exceed $ 22,129.00 . 3. The Contract documents which comprise the contract between the City and the Contractor consist of this Contract and the following documents attached hereto, and made a part hereof: A. Bid specifications and conditions B. The Contractor's proposal. C. The Notice to Prospective Bidders and the Bid Tabulation. 4. 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. 5. Contractor shall not assign his duties under the terms of this agreement. 6. Contractor agrees to hold the City harmless and indemnify the City, against any and all claims for property damage, personal injury or death, ansing from Contractor's 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. Contractor has visited the site and become familiar with and is satisfied as to the general, local, and site conditions that may affect cost, progress, performance, or furnishing of the 0 • • • • ,QEs. 91 -oz Work. Contractor is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, performance, and famishing of the Work. 8. Contractor acknowledges that the City does not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Contract Documents with respect to Underground Facilities at or contiguous to the site. Contractor has obtained and carefully studied (or assumes responsibility for having done so) all such additional supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the site or otherwise which may affect cost, progress, performance, or furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to the employed by Contractor and safety precautions and programs incident thereto. Contractor does not consider that any additional examinations, investigations, explorations, tests, studies, or data are necessary for the performance and furnishing of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. 9. The Contractor shall furnish a certificate of insurance addressed to the Owner, showing that he carries the following insurance which shall be maintained throughout the term of the Contract. For any work sublet, the contractor shall require the subcontractor similarly to provide workers' compensation insurance. In case any employee engaged in work on the project under this contract is not protected under Worker's Compensation Insurance, the Contractor 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. Worker's Compensation Statutory Amount Comprehensive General & Automobile Insurance Bodily Injury Liability $250,000 for each person injured. $500,000 aggregate. Property Damage Liability $100,000 aggregate. The premiums for all insurance and the bond required herein shall be paid by the Contractor. 10. Contractor agrees to furnish a Performance Bond, approved by the City, guaranteeing the performance of this contract, for not less than one hundred percent of the amount of this contract. Said performance 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. The Contractor agrees to furnish proof of licensing as required under the terms of Act 150 of the 1965 Acts of the Arkansas Legislature. • • 11. Contractor agrees to begin work within ten (10) days of notice to proceed and complete the work within 75 calendar days thereafter. Liquidated damages of $100 per day shall be assessed at the option of the City, not as a penalty, beginning on the first day following the completion time to cover additional costs. 12. Contractor will be responsible for attending a pre -construction meeting with Fayetteville Parks and Recreation staff. 13. Contractor has given the City written notice of all conflicts, errors, ambiguities, or discrepancies that Contractor has discovered in the Contract Documents. 14. This contract may be terminated by the City with 10 days written notice. 15. Contractor shall be responsible for meeting compliance with ADA regulations. 16. All work called for herein shall be coordinated directly with the Park Landscape Architect at 718-7688. WITNESS OUR HANDS THIS /K DAY OF 1 t ! I .. > c b it •% '��, .�- ; z ERK ..,... 6SPA&•Ai2Sf+NZ4S4 C. MCAI[vwN-r4NCNa2 Dvisjoty FIRM NAME BY 4 ei&1 i647)/7. 40? COMPANY S C' ARY NAME AND TITLE 2002. CITY OF FAYETTEVILLE, FAYETTEVILLE, ARKANSAS B 720.R'K 1347 5yerrevi 0AR•7270Z BUSINESS ADDRESS • • Arkansas Staatory Performance and Patent Bond /as, R3 -o4 APAC-ARKANSAS, INC., MCCLINTON-ANCHOR DIVISION as Principal, hereinafter called Principal, and LIBERTY MUTUAL INSURANCE COMPANY as Surety, hereinafter called Surety, are held and firmly bound unto CITY OF FAYETTEVILLE, ARKANSAS as Obligee, hereinafter called Owner, in the amount of TWENTY-TWO THOUSAND ONE HUDNRED TWENTY-NINE AND NO/100 (22,129.00) * * * for the payment whereof Principal and Surety bind themselves, their heirs, personal representatives, successors and assigns, jointly and severally, firmly by these presents. Principal has by written agreement dated entered into a contract with the Owner for: RED OAK PARK - MULTI -USE TRAIL FAYETTEVILLE, ARKANSAS which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. The condition of this obligation is such that if the Principal shall faithfully perform the Contract on his part and shall fully indemnify and save harmless the Owner from all cost and damage which he may suffer by reason of failure so to do and shall •fully reimburse and repay the Owner all outlay and expense which the Owner may incur in making good any such default, and further, that if the Principal shall pay all persons all indebtedness for labor or materials furnished or performed under said Contract, failing which such persons shall have a direct right of action against the Principal and Surety, jointly and severally, under this obligation, subject to the Owner's priority, then this obligation shall be null and void; otherwise it shall remain in full force and effect. • No suit, action or proceeding shall be brought on this bond outside the State of Arkansas. No suit, action or proceeding shall be brought on this bond except by Owner, unless it is brought in accordance with A.C.A. Section 22-9-403(b) and A.C.A. Section 18-44-503(b) (Supp.1987) as amended. No suit, action or proceeding shall be brought by the Owner after two years from the date on which the final payment under the Contract falls due. Any alterations which may be made in the terms of the Contract, or in the work to be done under it, or the giving by the Owner of any extension of time for the performance of the Contract, or any other forbearance on the part of either the Owner or the Principal to the other shall not in any way release the Principal and the Surety or Sureties, or either or any of them, their heirs, personal representatives, successors or assigns from their liability hereunder, notice to the Surety or Sureties of any such alteration, extension or forbearance being hereby waived. In no event shall the aggregate liability of the Surety exceed the sum set out herein. This bond given in compliance with Act 351 of 1953 as amended. Executed APAC-ARKAINC., MCCLINTON-ANCHOR/�DIVISION or 24• CA4J By: LIBE7Y tyUTUAL INSURANCE COMPANY • B • Judy Scho en WTh Attorney-in-fact Al Pe Pa THIS POWER OF ATTORNEY IS NOT VAIDUNLESS IT IS PRINTED ON RED BACKGR•D. • Thls Power of Attorney limits the act of those named herein, and they have no authority to bind the Company except In the manner and to the extent herein stated. 843388 .y 0 0. N X N c d co C ▪ to el R ✓ E ID O c 0 > 0 _ 7 cw o s - 2 do 0 c tp 0- N CO m c E 1i w � 9 V eo e > ` Z v LIBERTY MUTUAL INSURANCE COMPANY BOSTON, MASSACHUSETTS POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Insurance Company (the °Company°) a Massachusetts mutual insurance company, pursuant to and by authority of the By-law and Authorization hereinafter set forth, does hereby name, constitute and appoint, BENSON A. CASHION, KNIGHT CASHION, MATTHEW KNIGHT CASHION, JR., WILLIAM H. GRIFFIN, JUDY SCHOGGEN, SHEILLA J. SMITH, ALL OF THE CITY OF LITTLE ROCK, STATE OF ARKANSAS , each individually if there be more than one named, its true and lawful attomey-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations in the penal sum not exceeding THIRTY MILLION AND 00/100 DOLLARS ($ 30,000,000.00 ) each and the execution of such bonds or undertakings, in pursuance of these presents, shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company in their own proper persons. That this power is made and executed pursuant to and by authority of the following By-law and Authorization: ARTICLE XVI - Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer or other official of the company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys -in -fact. as may be necessary to act in behalf of the company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the company by their signature and execution of any such instruments and to attach thereto the seal of the company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attorneys -in -fact: Pursuant to Article XVI, Section 5 of the By-laws, Assistant Secretary Garnet W. Elliott is hereby authorized to appoint such attomeys-in-fact as may be necessary to act in behalf of the company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. That the By-law and the Authorization above set forth are true copies thereof and are now in full force and effect. IN WITNESS WHEREOF, this instrument has been subscribed by its authorized officer and the corporate seal of the said Liberty Mutual Insurance Company has been affixed )?eretq in Plymouth Meeting, Pennsylvania this 4th day of September _2001 LIBERTY MUTUAL INSURANCE COMPANY By Gamet W. Elliott, Assistant Secretary COMMONWEALTH OF PENNSYLVANIA ss COUNTY OF MONTGOMERY On this 4th day of me to be the therein de ged that he executed seal and his signatu September A.D. 2001 before me, a Notary Public, personally came the individual, known to dual and officer of Liberty Mutual Insurance Company who executed the preceding instrument, and he acknowled- the seal affixed to the said preceding instrument is the corporate seal of said company; and that said corporate was duly affixed and subscribed to the said instrument by authority and direction of the said company. my hand and affix my official seal at Plymouth Meeting, P NOTARIAL SCAI DONNA f SHIFT 05. Notary Public My,mu,tb Twp Modnaonw"y CNInty My (toirmisttion r.T.os Fob '1002 CEm,FtCA'E Notary Public r , the day and first above written. rit I, the undersigneetary of Liberty Mutual Insurance Company, do hereby certify that the original power of attorney of which the foregoing is a full, true and c• -c copy, is in full force and effect on the date of this certificate; and I do further certify that the officer who executed the said power of attorney was one of the officers specially authorized by the chairman or the president to appoint any attorney-in-fact as provided in Article XVI, Section 5 of the By-laws of Liberty Mutual Insurance Company. This certificate may be signed by facsimile under and by authority of the following vote of the board of directors of Liberty Mutual Insurance Company at a meeting duly called and held on the 12th day of March, 1980. VOTED that the facsimile or mechanically reproduced signature of any assistant secretary of the company wherever appearing upon a certified copy of any power of attorney issued by the company, shall be valid and binding upon the company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said company, this day of stent Secretary THIS POWER OF ATTORNEY MAY NOT BE USED TO EXECUTE ANY BOND WITH AN INCEPTION DATE AFTER September 4 20 03 a. CO N 0) C 0 a T c ro _ c O Vy yW EE 00. ▪ Col av 0 c W a°co N E o 0 c C c vA ma da v N E can en0 u � H '- • CERTIFICATE THIS CERTIFICATE IS ISSUED AS A MATTERFORMATION CERTIFICATE DOES NOT AMEND, EXTEND 01 ER THE OF INSURANCE ONLY AND CONFERS COVERAGE AFFORDED • - • Re- -93-402.; NO RIGHT N THE CERTIFICATE HOLDER. THIS BY THE POLI LISTED BELOW. Name.and Address of Agency United Service Agency, Inc. Post Office Box 11765 Lexington, Kentucky 40577 Company Companies Affording Coverages Letter A Pacific Employers Insurance Company B C D E F G H I Name and Address of Insured APAC-Arkansas, Inc. McClinton -Anchor Division P.O. Box 1367 240 North Block Street Fayetteville, AR 72702 This is to certify that policies of insurance listed below have been issued to the insured named above and are in force at this time. Company Letter Type of Insurance Policy Number Policy Expiration Date Limits of Liability in Thousands (000) Each Occurrence Policy Aggregate A GENERAL LIABILITY ®P -,IONS Kt aPLOSION AND COLLAPSE HAZARD �1 UNDERGROUND HAZARD C2/ PRODUCTS/COMPLETED OPERATIONS HAZARD .1 CONIAPCWRM. INSURANCE CIBROAD FOAM PROPPF1Y DAMAGE ®INDEPENDENT CONTRACTORS ®PERSONAL INJWiY LAB 26609 Effective: 12/1/98 12/01/02 PERSONAL INJURY INCLUDING BODILY INJURY PROPERTY DAMAGE $ $ $ $ PERSONAL INJURY • BODILY I J DRAMAGE COMBINED $ 1,000 $ 1,000 A AUTOMOBILE LIABILITY EICOMPRENENSNE FORM I/OWNS ®HIRED 0NON-OWNED LAB 26609 Effective: 12/1/98 12/01/02 BODILY INJURY (EACH PERSON) BODILY ooINccuwe CE)H $ $ PROPERTY DAMAGE $ BODILY INJURY AND PROPERTY DAMAGE COMBINED $ 1,000 EXCESS LIABILITY UMBRELLA FORM OTHER THAN UMBRELLA FORM LL BODILY INJURY AND PROPERDAMAGE TY COMBINED $ $ • A WORKERS' COMPENSATION and EMPLOYERS' UABILITY WLR C4 311097-4 12/01/02 STATUTORY $ 1,000 (EACH ACCIDENT) $ $ $ $ DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES Red Oak Park - Multi -Use Trail Bid 02-34 CANCELLATION: Should any of the above described policies be cancelled before the expiration date thereof, the issuing company will endeavor to mail 30 days written notice to the below named certificate holder, but failure to mail such notice shall impose no obligation or liability of any kind upon the company. Name and Address of Certificate Holder City of Fayetteville Fayetteville, AR Date Issued: 5/30/02 AUTHORIZED SIGNATURE c Divi' Head App 0 0 ye ;`s �g to LLQ Inventory 0.00 22129.00 Project/SubProject Number. 00007.2 LE I X col z Tit�I 2 d 1 ' i Vendor Name: McClinton -Anchor APAC-Arkansas FOB Point Ship To Code: 75 'Requesters Employee#: 1003 Account Number. L2250.9250.5814.00 Admin. Services Director. Budget Coordinator. o N Requester. John Nelson Extended cat 0 0 Ci N r N N Unit car 22,129.00 p �i • in C 0 0 u 0 W C A y 7v t co State: [Quantity] r Description: Multi -Use Trail SHIPPING/HANDLING !Vendor #: 747(111 !City: win 92 I Q Bid #02-34 Red I c FAYETI'EVIIJ.F PA FIRS & RECREATION • • MEMORANDUM Date: 5/29/02 To: Mayor, Dan Coody From: Steve Hatfield, Park Landscape Architect `0t - Reference: Red Oak Park Multi -Use Trail Subject: Award of Contract We received four written bids for Bid # 02-34, Red Oak Park Multi -Use Trail. This trail will be an asphalt loop trail within Red Oak Park. The bids ranged from the high bid of $69,500.00 to the low bid of $22,129.00. I recommend accepting the bid of $22,129.00 from APAC-Arkansas, Inc. McClinton -Anchor Division. If you have any questions please call. Cc: Peggy Vice, Purchasing Files Telephone: 479-718-7688 1 City of Fayetteville Parks and Recreation Division 113 W. Mountain Street, Fayetteville, Arkansas 72701 E-mail: shatfield@ci.fayetteville.ar.us FAYETTEVILLE THE CRY OF FAYETTEVILLE, ARKANSAS TO: THRU• FROM: DATE: SUBJECT: • Mayor Coody and City Council Hugh Earnest, Urban Development Director 4 Connie Edmonston, Parks and Recreation Superintendentnf/ Steve Hatfield, RLA, ASLA, Park Landscape Architect °L - May 28, 2002 Award of Bid # 02-34, Red Oak Park Multi -Use Trail, and approval of contract for same. Background In 1994 through the Park Land Dedication Ordinance, as a requirement of the Fieldstone Subdivision, the City of Fayetteville acquired 2.6 acres. The park land is located in the Northwest section of the city between Highway 16 West and Mt. Comfort Road. Property from the Park Land Dedication from Fieldstone, Willow Springs, and Bridgeport subdivisions all join together to form 8 acres of Red Oak Park. Dunng a public meeting on October 17th, 2000 citizens requested park improvements that included a trail, playground, and picnic facilities. A playground was installed in 2001. The proposed 1,100 linear foot paved loop trail will eventually connect to the Bridgeport subdivision via a non -paved section of trail. Current Status Bids were opened on Tuesday May 28, 2002 at 2 p.m. Four bids were received. APAC- Arkansas, Inc. McClinton -Anchor was the low bidder. Recommendation The Parks and Recreation Division staff reviewed the bids and recommend the contract be awarded to APAC-Arkansas, Inc. McClinton -Anchor in the amount of $22,129.00, plus a ten (10%) percent project contingency of $2,213.00 and $500.00 for testing for a total cost of $24,842.00 If you have any questions or need additional information, please call me at 718-7688. Attachments: Site Map Architects Recommendation Bid Tabulation Contract • • • 51 TE PLAN O O v O 0 I Total Cost I 888 00 Township Bu 3 .Total Coat 0 q 0 N APAC-Arkansas Mcclintonanc Unit Cost 580.001 C F M O 3 _ 250.00 2 8 al. II 8 TA J ' 35.001 38,500.00 g o m O ro " Mies In the bids not otherwise note 'IIIIII g in — — C 0 Tomlinson M Co. Inc. I'I T 00'00ss 1 aII nes the estin Architect C $§ R awed and there wet a 8 e s. J C • c Q 2 mu 0 % f 9 m f II I Quantity 'gf@ 11 '1 J z 11' 111'1'1 IBid 002-34 Red Oak Park Multiuse Trail City of Fayetteville, Parks and Recreation Division Tabulation / Date of Bid Opening: 5128/02 C% a m Q e 13 m wide asphalt tray 1 Total Construction Estimate F gm 9 C O c m o _ Isaid sums are true and correct to the best of my knowledge. l E 0 ISteve Hatfield, City of Fayetteville, Park Landscape Architect I This number may vary from the total cost submitted by the c O Z CO N • • RED OAK PARK — MULTI -USE TRAIL Contract This contract executed this day of , 2002, between the City of Fayetteville, Arkansas, hereinafter called the City, and Apac-Arkansas Inc. , hereinafter called the Contractor, and having an address at 240 North Block Street P.O. Box 1367 Fayetteville Arkansas 72701. In consideration of the mutual covenants contained herein, the parties agree as follows: The Contractor at his 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 02-34 as stated in Contractor's proposal, and in accordance with specifications attached hereto and made a part hereof under Bid 02-34, all included herein as if spelled out word for word. 2. The City shall pay the Contractor based on prices indicated in Contractor's Proposal. Progress 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. Contract amount will not exceed $ 22,129.00 . 3. The Contract documents which comprise the contract between the City and the Contractor consist of this Contract and the following documents attached hereto, and made a part hereof: A. Bid specifications and conditions B. The Contractor's proposal. C. The Notice to Prospective Bidders and the Bid Tabulation. 4. 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. Contractor shall not assign his duties under the terms of this agreement. 6. 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. This clause shall not in any form or manner be construed to waive that tort immunity set forth under Arkansas Law. 7. Contractor has visited the site and become familiar with and is satisfied as to the general, local, and site conditions that may affect cost, progress, performance, or furnishing of the • • • • Work. Contractor is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, performance, and furnishing of the Work. 8. Contractor acknowledges that the City does not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Contract Documents with respect to Underground Facilities at or contiguous to the site. Contractor has obtained and carefully studied (or assumes responsibility for having done so) all such additional supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the site or otherwise which may affect cost, progress, performance, or furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to the employed by Contractor and safety precautions and programs incident thereto. Contractor does not consider that any additional examinations, investigations, explorations, tests, studies, or data are necessary for the performance and furnishing of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. 9. The Contractor shall furnish a certificate of insurance addressed to the Owner, showing that he carries the following insurance which shall be maintained throughout the term of the Contract. For any work sublet, the contractor shall require the subcontractor similarly to provide workers' compensation insurance. In case any employee engaged in work on the project under this contract is not protected under Worker's Compensation Insurance, the Contractor 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. Worker's Compensation Statutory Amount Comprehensive General & Automobile Insurance Bodily Injury Liability $250,000 for each person injured. $500,000 aggregate. Property Damage Liability $100,000 aggregate. The premiums for all insurance and the bond required herein shall be paid by the Contractor. 10. Contractor agrees to furnish a Performance Bond, approved by the City, guaranteeing the performance of this contract, for not less than one hundred percent of the amount of this contract. Said performance 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. The Contractor agrees to furnish proof of licensing as required under the terms of Act 150 of the 1965 Acts of the Arkansas Legislature. r • • • • • 11. Contractor agrees to begin work within ten (10) days of notice to proceed and complete the work within 75 calendar days thereafter. Liquidated damages of $100 per day shall be assessed at the option of the City, not as a penalty, beginning on the first day following the completion time to cover additional costs. 12. Contractor will be responsible for attending a pre -construction meeting with Fayetteville Parks and Recreation staff. 13. Contractor has given the City written notice of all conflicts, errors, ambiguities, or discrepancies that Contractor has discovered in the Contract Documents. 14. This contract may be terminated by the City with 10 days written notice. 15. Contractor shall be responsible for meeting compliance with ADA regulations. 16. All work called for herein shall be coordinated directly with the Park Landscape Architect at 718-7688. WITNESS OUR HANDS THIS DAY OF , 2002. ATTEST: CITY CLERK BY CITY OF FAYETTEVILLE, FAYETTEVILLE, ARKANSAS MAYOR FIRM NAME BY ATTEST: COMPANY SECRETARY NAME AND TITLE BUSINESS ADDRESS • X— Agenda Request X— Contract Review Grant Review STAFF REVIEW FORM For the Fayetteville City Council meeting of: June 18`", 2002 FROM: Steve Hatfield Name Parks & Recreation Division • Urban Development Department ACTION REQUIRED: Resolution awarding bid # 02-34 and Contract to ADAC-Arkansas, Inc. McClinton Anchor, in the amount of 22,190.00 plus a ten (10%) percent project contingency of $2,212.90 and $500.00 for testing for a total cost of $24,841.90 COST TO CITY: $ 24,842.00 Cost of this Request 2250-9250-5814.00 Account Number 00007 2 Project Number $ 25,560.00 Category/Project Budget $ 200.00 Funds Used to Date $ 25,360.00 Remammg Balance BUDGET REVIEW X Budgeted Item _Budget Adjustment Attached Budget Manager Administrative Services Director CONTRACT/GRANT/LEASE REVIEW GRANTING AGENCY: • Ac unting Ma ager City Attome QVC Purchasing Officer A____4.10 oz Date 5/3a/a i Date 30)0 Date ADA Coordinator. STAFF RECOMMENDATION: Approve Ordinance Executing Contract 61.g 99-401a Date F- aq-o Date /v Admit tive Services Director Date ayor / Date Red Oak Park Development Category/Project Name Park Improvements Program Name Park Development Fund Date Stag ci Date Cross Reference New Item: Prev Ord/Res #• Orig Contract Date: St Fq 0 Page 2 Description XP(1 Outs STAFF REVIEW FORM (41-LtQP i( Meeting Date Dune ig Comments: Reference Comments: Budget Coordinator Accounting Manager City Attorney Purchasing Officer ADA Coordinator Internal Auditor • STAFF REVIEW FORM • X— Agenda Request X— Contract Review Grant Review For the Fayetteville City Council meeting of: June 18th, 2002 FROM: Steve Hatfield Name Parks & Recreation Urban Development Division Department ACTION REQUIRED: Resolution awarding bid # 02-34 and Contract to APAC-Arkansas, Inc. McClinton Anchor, in the amount of 22,190.000 plus a ten (10%) percent project contingency of $2,212.90 and $500.00 for testing for a total cost of $24 841.90 COST TO CITY: $ 24,842.00 Cost of this Request 2250-9250-5814.00 Account Number $ 25,560.00 Red Oak Park Development Category/Project Budget Category/Project Name $ 200.00 Park Improvements Funds Used to Date Program Name 00007.2 $ 25,360.00 Park Development Project Number Remaining Balance Fund BUDGET REVIEW' X Budgeted Item _Budget Adjustment Attached Budget Manager Administrative Services Director CONTRACT/GRANT/LEASE REVIEW: GRANTING AGENCY: Accounting Manager Date ADA Coordinator Date City Attorney Date Internal Auditor Date Purchasing Officer Date STAFF RECOMMENDATION: Approve Ordinance Executing Contract %////..' /./sr,.A.&G Division Head -U a Date Department Director Date Administrative Services Director Date Mayor Date Cross Reference New Item: LYes No Prev Ord/Res #• Orig Contract Date: FAYETTEVfI.LE THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE To: Connie Edmonston, Parks & Recreation From: Heather Woodruff, City Clerk Date• June 19, 2002 Please find attached a copy of Resolution No. 93-02 awarding a construction contract to APAC- Arkansas, McClinton Anchor, Inc. to build the Red Oak Park Multi -Use Trail. The original will be microfilmed and filed with the City Clerk. I am returning two (2) contracts to you. Your Purchase Requisition Request has been forwarded to the Internal Auditor. cc: Nancy Smith, Internal Audit Hugh Earnest, Urban Development Peggy Vice, Purchasing Division Note: Bid #02-34