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