HomeMy WebLinkAbout205-05 RESOLUTION• 1
RESOLUTION NO. 205-05
A RESOLUTION APPROVING A CONTRACT WITH MIDLAND
CONSTRUCTION, INC. IN THE AMOUNT OF $64,026.00 FOR
THE CONSTRUCTION OF THE WALKER PARK ENTRY; AND
APPROVING A 10% PROJECT CONTINGENCY IN THE
AMOUNT OF $6,402.60.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1: That the City Council of the City of Fayetteville, Arkansas,
hereby approves a contract with Midland Construction, Inc. in the amount of
564,026.00 for the construction of the Walker Park Entry. A copy of the contract
marked Exhibit "A" is attached hereto and made a part hereof.
Section 2: That the City Council of the City of Fayetteville, Arkansas,
hereby approves a 10% project contingency in the amount of $6,402.60.
PASSED and APPROVED this 18th day of October, 2005.
a.G "c,“ Y 0;•••.GA
rte• •<^�
V• •�:
:FAYETTEVILLE:
sir "• P :
ATTEST: ,9a'y9 !f S e?'62,
%By: 09.4.4.41/
SONDRA SMITH, City Clerk
APPROVED:
By
DAN COODY, Mayo
• •
Section 00500
AGREEMENT
BETWEEN CITY OF FAYETTEVILLE AND MIDLAND CONSTRUCTION, INC.
THIS AGREEMENT is dated as of the /S 7 day of 0ekF1PY in the year 2005 by and between the
City of Fayetteville, Arkansas (hereinafter called CITY OF FAYETTEVILLE) and Midland
Construction, Inc. (herein after called CONTRACTOR).
CITY OF FAYETTEVILLE and MIDLAND CONSTRUCTION, INC., in consideration of the
mutual covenants hereinafter set forth, agree as follows:
Article 1. WORK.
MIDLAND CONSTRUCTION, INC. shall complete all Work as specified or indicated in the
Contract Documents.
The work generally consists of the construction of a stone wall, site preparation, planting berm and
lighting.
Article 2. ENGINEER.
The Project has been designed by
City of Fayetteville Parks and Recreation Division
1455 South Happy Hollow Road
Fayetteville, Arkansas 72701
will he hereinafter called PARKS AND RECREATION DIVISION PROJECT MANAGER and who
is to act as CITY OF FAYETTEVILLE's representative, assume all duties and responsibilities, and
have the rights and authority assigned to ENGINEER in the Contract Documents in connection with
completion of the Work in accordance with the Contract documents.
Article 3. CONTRACT TIME.
3.1. The Work for Walker Park Entry shall be substantially completed within 45 consecutive
calendar days after the date when the Contract Time commences to run as provided in
paragraph 2.03 of the General Conditions, and completed and ready for final payment in
accordance with paragraphs 14.07.B & C of the General Conditions within 60 consecutive
calendar days after the date when the Contract Time commences to run.
City of Fayetteville
Page 00500-1 10/14/2005
3.2. Liquidated Damages. CITY OF FAYETTEVILLE and MIDLAND CONSTRUCTION,
INC. recognize that time is of the essence of the Agreement and that CITY OF
FAYETTEVILLE will suffer financial loss if the Work is not completed within the times
specified in paragraph 3.1 above, plus and extensions thereof allowed in accordance with
Article 12 of the General Conditions. They also recognize the delays, expense and difficulties
involved in proving the actual loss suffered by CITY OF FAYETTEVILLE if the Work is not
completed on time. Accordingly, instead of requiring any such proof, City of Fayetteville and
MIDLAND CONSTRUCTION, INC. agree that as liquidated damages for delay (but not as a
penalty) MIDLAND CONSTRUCTION, INC. shall pay CITY OF FAYETTEVILLE One
hundred and fifty dollars ($150.00) for each day that expires after the time specified in
paragraph 3.1 for Substantial Completion until the Work is substantially complete. After
Substantial Completion, if MIDLAND CONSTRUCTION, INC. shall neglect, refuse or fail to
complete the remaining Work within the time specified in paragraph 3.1 for completion and
readiness for final payment or any proper extension thereof granted by CITY OF
FAYETTEVILLE, MIDLAND CONSTRUCTION, INC. shall pay CITY OF
FAYETTEVILLE Two hundred and fifty dollars ($250.00) for each day that expires after the
time specified in paragraph 3.1 for completion and readiness for final payment.
Article 4. CONTRACT PRICE.
CITY OF FAYETTEVILLE shall pay MIDLAND CONSTRUCTION, INC. for completion of
the Work in accordance with the Contract Documents an amount in current funds equal to the
sum of the amounts determined from the following Schedule of Values pursuant to paragraphs
4.1 and 4.2 below:
4.1. For all Work other than Unit Price Work, an amount equal to the sum of the established
lump sums for each separately identified item of Lump Sum Work; and
4.2. For all Unit Price Work, an amount equal to the sum of the established unit price for each
separately identified item of Unit Price Work times the estimated quantity of that item as
indicated in this paragraph 4.2.
City of Fayetteville
Page 00500-2 10/14/2005
PAYMENT ITEMS
Bid Item # Description Unit QTY.
vlidland Constructio
unit price
total
1
MOBILIZATION (1)
L.S.
1
3.000.00
3,000.00
2
CONSTRUCTION STAKING
L.S.
1
750.00
75000
3
MAINTENANCE OF TRAFFIC
L.S.
1
1,000.00
1,000.00
4
TEMPORARY SILT FENCE (3)(5)
L.F.
100
10.00
1,000.00
5
SEED AND STRAW (4)
AC
0.06
17,000.00
1,020.00
6
10" PVC PIPE (6)
L.F.
58
44.00
2,552.00
7
12" ADS NYLOPLAST INLET W/ATRIUM GRATE
EACH
1
1,200.00
1,200.00
8
SELECT FILL
C.Y.
112
50.00
5,600.00
9
UNCLASSIFIED EXCAVATION (2)
C.Y.
50
100.00
5,000.00
10
4- CONCRETE CAP
L.F.
70
75.00
5,250.00
11
LABOR - WALL INSTALLATION
L.F.
70
275.00
19,250.00
12
FOOTING FOR STONE WALL (10)
L.F.
70
100.00
7,000.00
13
STEEL LETTERS, COMPLETE IN PLACE (8)
L.S.
1
5,200.00
5,200.00
14
LIGHTING SYSTEM, COMPLETE IN PLACE
L.S.
1
1,200.00
1.200.00
15
ELECTRIC SERVICE COMPLETE IN PLACE (7)
EACH
1
3,600.00
3,600.00
16
LANDSCAPE EDGING
L.F.
57
12.00
684.00
17
CONCRETE PADS FOR BENCHES
S.F.
80
9.00
720.00
$64.026
As provided in paragraph 11.03 of the General Conditions estimated quantities are not guaranteed, and
determinations of actual quantities and classifications are to he made by PARKS AND RECREATION
DIVISION PROJECT MANAGER as provided in paragraph 9.08 of the General Conditions. Unit
prices have been computed as provided in paragraph 11.03.B of the General Conditions.
Article 5. PAYMENT PROCEDURES
MIDLAND CONSTRUCTION, INC. shall submit Applications for Payment in accordance with
Article 14 of the General Conditions or as modified in the Supplementary Conditions. Applications for
Payment will be processed by PARKS AND RECREATION DIVISION PROJECT MANAGER as
provided in the General Conditions.
5.1. Progress Payments. CITY OF FAYETTEVILLE shall make progress payments on account
of the Contract Price on the basis of MIDLAND CONSTRUCTION, INC.'s Applications for
Payment as recommended by PARKS AND RECREATION DIVISION PROJECT MANAGER,
on or about the 1st day of each month during construction as provided in paragraphs 5.1.1 and
5.1.2 below and SC -14.02 . All such payments will be measured by the schedule of values
established in paragraph 2.07 of the General Conditions and based on the number of units
completed in the case of Unit Price Work or, in the event there is no schedule of values, as
provided in the General Requirements.
5.1.1. Prior to Substantial Completion, progress payments will be made in an amount
equal to the percentage indicated below, but, in case, less the aggregate of payments
previously made and less such amounts as PARKS AND RECREATION DIVISION
PROJECT MANAGER shall determine, or CITY OF FAYETTEVILLE may withhold, in
accordance with paragraphs 14.02.13.5 & 14.02.D of the General Conditions.
City of Fayetteville Page 00500-3 10/14/2005
• •
90 percent of Work completed (with the balance of 10 percent being retainage), If
Work has been 50 percent completed as determined by the PARKS AND
RECREATION DIVISION PROJECT MANAGER, and if the character and
progress of the Work have been satisfactory to CITY OF FAYETTEVILLE and
PARKS AND RECREATION DIVISION PROJECT MANAGER, CITY OF
FAYETTEVILLE, on recommendation of PARKS AND RECREATION
DIVISION PROJECT MANAGER, may determine that as long as the character
and progress of'the Work remain satisfactory to them, there will he no additional
retainage on account of work completed, in which case the remaining progress
payments prior to Substantial Completion will be in an amount equal to 100
percent of the Work completed.
100 percent of materials and equipment not incorporated in the Work but
delivered, suitably stored, and accompanied by documentation satisfactory to
CITY OF FAYETTEVILLE as provided in paragraphs I4.02.B.5 & 14.02.D of the
General Conditions. That is, if any such items are setup for that type payment in
the Specifications.
5.1.2. Upon Substantial Completion, in an amount sufficient to increase total payments to
MIDLAND CONSTRUCTION, INC. to 98 percent of the Contract Price (with the
balance of 2 percent being retainage), Tess such amounts as PARKS AND RECREATION
DIVISION PROJECT MANAGER shall determine, or CITY OF FAYETTEVILLE may
withhold, in accordance with paragraphs 14.02.8.5 & 14.02.D of the General Conditions.
5.3 Final Payment. Upon final completion and acceptance of the Work in accordance with
paragraphs I4.07.B & C of the General Conditions, CITY OF FAYETTEVILLE shall pay the
remainder of the Contract Price as recommended by PARKS AND RECREATION DIVISION
PROJECT MANAGER as provided in said paragraphs 14.07.B & C.
Article 6. MIDLAND CONSTRUCTION, INC.'S REPRESENTATIONS.
In order to induce CITY OF FAYETTEVILLE to enter into this Agreement MIDLAND
CONSTRUCTION, INC. makes the following representations:
6.1. MIDLAND CONSTRUCTION, INC. has examined and carefully studied the Contract
Documents (including the Addenda listed in Article 7) and the other related data identified in the
Bidding Documents including "technical data."
6.2. MIDLAND CONSTRUCTION, INC. 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.
6.3. MIDLAND CONSTRUCTION, INC. 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.
City of Fayetteville
Page 00500-4 10/14/2005
• •
6.4. MIDLAND CONSTRUCTION, INC. has carefully studied all reports of explorations and
tests of subsurface conditions at or contiguous to the site and all drawings of physical conditions
in or relating to existing surface or subsurface structures at or contiguous to the site which have
been identified in the Supplementary Conditions as provided in paragraph 4.02.A of the General
Conditions. MIDLAND CONSTRUCTION, INC. accepts the determination set forth in
paragraph SC -4.02 of the Supplementary Conditions of the extent of the "technical data"
contained in such reports and drawings upon which MIDLAND CONSTRUCTION, INC. is
entitled to rely as provided in paragraph 4.02 of the General Conditions.
MIDLAND CONSTRUCTION, INC. acknowledges that such reports and drawings are not
Contract Documents and may not be complete for MIDLAND CONSTRUCTION, INC.'s
purposes. MIDLAND CONSTRUCTION, INC. acknowledges that CITY OF FAYETTEVILLE
and PARKS AND RECREATION DIVISION PROJECT MANAGER do 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.
MIDLAND CONSTRUCTION, INC. 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 fumishing of the Work or which relate to any aspect of the means, methods, techniques,
sequences, and procedures of construction to the employed by MIDLAND CONSTRUCTION,
INC. and safety precautions and programs incident thereto. MIDLAND CONSTRUCTION,
INC. 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.
6.5. MIDLAND CONSTRUCTION, INC. is aware of the general nature of work to be performed
by CITY OF FAYETTEVILLE and others at the site that relates to the Work as indicated in the
Contract Documents.
6.6. MIDLAND CONSTRUCTION, INC. has correlated the information known to MIDLAND
CONSTRUCTION, INC., information and observations obtained from visits to the site, reports
and drawings identified in the Contract Documents, and all additional examinations,
investigations, explorations, tests, studies, and data with the Contract Documents.
6.7. MIDLAND CONSTRUCTION, INC. has given PARKS AND RECREATION DIVISION
PROJECT MANAGER written notice of all conflicts, errors, ambiguities, or discrepancies that
MIDLAND CONSTRUCTION, INC. has discovered in the Contract Documents and the written
resolution thereof by PARKS AND RECREATION DIVISION PROJECT MANAGER is
acceptable to MIDLAND CONSTRUCTION, INC. and the Contract Documents are generally
sufficient to indicate and convey understanding of all terms and conditions for performance and
fumishing of the Work.
Article 7. CONTRACT DOCUMENTS
The Contract Documents which comprise the entire agreement between CITY OF FAYETTEVILLE
City of Fayetteville
Page 00500-5 10/14/2005
• •
and MIDLAND CONSTRUCTION, INC. concerning the Work consist of the following:
7.1. This Agreement (pages 1 to 7, inclusive).
7.2. Performance and Payment Bonds, (Exhibits A and B respectively).
7.3. Certificates of Insurance, (Exhibit C).
7.4. Documentation submitted by MIDLAND CONSTRUCTION, INC. prior to Notice of
Selection (Exhibit D).
7.5. General Conditions (pages I to 42, inclusive).
7.6. Supplementary Conditions (pages 1 to 13 inclusive).
7.7. Specifications consisting of Divisions 1 through 16 as listed in table of contents
thereof.
7.8. Addenda numbers one through two, inclusive.
7.9. One set of drawings (not attached hereto) consisting of: a cover sheet and additional
sheets numbered two through five with each sheet hearing the following general title:
Walker Park Entry.
7.10. The following which may be delivered or issued after the Effective Date of the
Agreement and are not attached hereto:
7.10.1. Notice to Proceed
7.10.2 All Written Amendments and other documents amending, modifying or supplementing
the Contract Documents pursuant to paragraph 3.04 of the General Conditions.
The documents listed in paragraphs 7.2 et seq. above are attached to this Agreement (except as
expressly noted otherwise above).
There are no Contract Documents other than those listed above in this Article 7. The Contract
Documents may only be amended, modified or supplemented as provided in paragraph 3.04 of the
General Conditions.
Article 8. MISCELLANEOUS.
8.1. Terms used in the Agreement which are defined in Article I of the General Conditions will
have the meanings indicated in the General Conditions.
8.2. No assignment by a party hereto of any rights under or interests in the Contract Documents
will be binding on another party hereto without the written consent of the party sought to be bound;
and, specifically but without limitation, moneys that may become due and moneys that arc due may
not be assigned without such consent (except to the extent that the effect of this restriction may be
City of Fayetteville
Page 00500-6 10/14/2005
• •
limited by law), and unless specifically stated to the contrary in any written consent to an
assignment no assignment will release or discharge the assignor from any duty or responsibility
under the Contract Documents.
8.3. CITY OF FAYETTEVILLE and MIDLAND CONSTRUCTION, INC. each binds itself, it
partners, successors, assigns, and legal representatives to the other party hereto, its partners,
successors, assigns, and legal representatives in respect to all covenants, agreements and
obligations contained in the Contract Documents.
8.4. Any provision or part of the Contract Documents held to be void or unenforceable under any
Law or Regulation shall be deemed stricken and all remaining provisions shall continue to be valid
and binding upon stricken provision or part thereof with a valid and enforceable provision that
comes as close as possible expressing the intention of the stricken provision.
8.5. Changes, modifications, or amendments in scope, price or fees to this contract shall not be
allowed without a prior formal contract amendment approved by the Mayor and the City Council in
advance of the change in scope, cost or fees.
8.6. Freedom of Information Act. City contract and documents prepared while performing city
contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of
Information Act request is presented to the City of Fayetteville, MIDLAND CONSTRUCTION,
INC. will do everything possible to provide the documents in a prompt and timely manner as
prescribed in the Arkansas Freedom of Information Act (A.C.A. §25-19-101 et. seq.) Only legally
authorized photocopying costs pursuant to the FOIA may be assessed for this compliance.
City of Fayetteville
Page 00500-7 10/14/2005
• •
IN WITNESS WHEREOF, CITY OF FAYETTEVILLE and MIDLAND CONSTRUCTION,
INC. have signed this Agreement in quadruplicate. One counterpart each has been delivered to CITY
OF FAYETTEVILLE and PARKS AND RECREATION DIVISION PROJECT MANAGER, and two
counterparts have been delivered to MIDLAND CONSTRUCTION, INC.. All portions of the Contract
Documents have been signed, initialed, or identified by CITY OF FAYETTEVILLE and MIDLAND
CONSTRUCTION, INC. or identified by PARKS AND RECREATION DIVISION PROJECT
MANAGER on their behalf. _ L /
This Agreement will be effective on i da- /2 2005 (which is the Effective Date of
the Agreement).
CITY OF FAYETTEVILLE: City of Fayetteville MIDLAND CO TRUCTION, INC.:
By
[CORPORATE SEAL]
Address for giving notices
By:
Title s'
[CORPORATE SEAL]
est
• If a Corporation, attest by the Secretary.
Address for giving notices
(If CITY OF FAYETTEVILLE is a public body, attach License No.
evidence of authority to sign and resolution or other documents Agent for service of process:
authorizing execution of Agreement.)
(If MIDLAND CONSTRUCTION, INC. is a corporation, attach evidence of authority to sign)
City of Fayetteville
Page 00500-8 10/14/2005
•
THE Al':RICAN INSTITUTE OF ARCIICTS
Premium Amount Based
on Final Contract Amount
Bond No. 3834587
AIA Document A312
Performance Bond
Ary .+'Mr n'ererc. to Cr:nCar. &%ry. O..rw v 0 !W Ferry 'S W fatl4n.0 ring leer. .mfcale
CONTRACTOR (Name and Address):
MIDLAND CONSTRUCTION, INC.
14571 ZIMMERMAN LANE
ROGERS, AR 72756
OWNER (Name and Address):
CITY OF FAYETTEVILLE
113 WEST MOUNTAIN, ROOM 372
FAYETTEVILLE, AR 72701
CONSTRUCTION CONTRACT
Date:
Amount: $ 64,026.00
Description (Name and Location):
WALKER PARK ENTRY
BOND
Data (Not earlier than Construction Contract Date):
Amount: S 64,026.00
Modifications to the Bond:
CONTRACTOR AS PRIN ;PAL
COM Y. - (Corporate Seal)
MI r LAND CONST '=0N, INC.
_1
Signature: moi/re -
Name and Ti e: /
(Any additional signatures appear on page 3)
SURETY (Name and Principle Place of Business):
OHIO CASUALTY INSURANCE COMPANY
136 NORTH THIRD STREET
HAMILTON, OH 45025
[X] None
SURETY
COMPANY:
01110 CASUALTY 'S NCE COMP
U See Page 3
(Corporate Seal)
Signa
Nam :nd T
KIMBERLY L. BABB , Attorney -in -Fact
FOR INFORMATION ONLY -Name, Address and Telephone
AGENT OR BROKER:
Babb Bonding, Inc
P.O. Box 6255
Sherwood, AR 72124
OWNER'S REPRESENTATIVE (Architect.
or Engineer or other party):
City of Fayetteville Parks S Recreation Div.
1455 South Happy Hollow Road
Fayetteville, AR 72701, 7?, 77
AIA DOCUMENT A312 PERFORMANCE BOND AND PAYMENT BONO DECEMBER 1984 ED., AA o
THE AMERICAN INSTITUTE OF ARCHITECTS. 1735 NEW YORK AVE., N.W., WASHINGTON D . 20094
THIRD PRINTING • MARCH 1987
A 312-1984 1
1.. the Contractor and the Surely, jointly and severally,
bind themselves, their heirs, executors, ait
strators,
successors, and assigns to the Owner fort erformance
of the Construction Contract, which is incorporated herein
by reference.
2. If the Contractor performs the Construction Contract,
the Surety and the Contractor shall have no obligation
under this Bond, except to participate in conferences as
provided in Subparagraph 3.1.
3. If there is no Owner Default, the Surety's obligation
under this Bond shall arise after
3.1 The Owner has notified the Contractor and the
Surety at its address described in Paragraph 10 below
that the Owner is considering declaring a Contractor
Default and has requested and attempted to arrange a
conference with the Contractor and the Surety to be
held not later than fifteen days after receipt of such
notice to discuss methods of performing the Construc-
tion Contract. If the Owner, the Contractor and the
Surety agree, the Contractor shall be allowed a reason-
able time to perform the Construction Contract, but
such an agreement shall not waive the Owner's right, if
any, subsequently to declare a Contractor Default; and
3.2 The Owner has declared a Contractor Default and
formally terminated the Contractor's right to complete
the contract. Such Contractor Default shall not be de-
clared earlier than twenty days after the Contractor and
the Surety have received notice as provided in Sub-
paragraph 3.1; and
3.3 The Owner has agreed to pay the Balance of the
Contract Price to the Surety in accordance with the
terms of the Construction Contract or to a contractor
selected to perform the Construction Contract in accor-
dance with the terms of the contract with the Owner.
4. When the Owner has satisfied the conditions of Para-
graph 3, the Surety shall promptly and at the Surety's ex-
pense take one of the following actions:
4.1 Arrange for the Contractor, with consent of the
Owner, to perform and complete the Construction
Contract; or
4.2 Undertake to perform and complete the Construc-
tion Contract itself, through its agents or through inde-
pendent contractors; or
4.3 Obtain bids or negotiated proposals from
qualified contractors acceptable to the Owner for a
contract for performance and completion of the Con-
struction Contract, arrange for a contract to be pre-
pared for execution by the Owner and the contractor
selected with the Owner's concurrence, to be secured
with performance and payment bonds executed by a
qualified surety equivalent to the bonds issued on the
Construction Contract, and pay to the Owner the
amount of damages as described in Paragraph 6 in ex-
cess of the Balance of the Contract Price incurred by the
Owner resulting from the Contractors default; or
reasonable promptness under the circumstances
.1 After investigatietermine the amount for which it may
be liable to the Allier and, as soon as practicable after
the amount is determined, tender payment therefor to the
Owner; or
.2 Deny liability in whole or in part and notify the Owner
citing reasons therefor.
5. If the Surety does not proceed as provided in Paragraph
4 with reasonable promptness, the Surety shall be deemed
to be in default on this Bond fifteen days after receipt of an
additional written notice from the Owner to the Surety
demanding That the Surety perform -its obligations under
this Bond, and the Owner shall be entitled to enforce any
remedy available to the Owner. If the Surety proceeds as
provided in Subparagraph 4.4, and the Owner refuses the
payment tendered or the Surety has denied liability, in
whole or in part, without further notice the Owner shall be
entitled to enforce any remedy available to the Owner.
6. After the Owner has terminated the Contractor's right
to complete the Construction Contract, and If the Surety
elects to act under Subparagraph 4.1, 4 2, or 4 3 above,
then the responsibilities of the Surety to the Owner shall
not be greater than those of the Contractor under the
Construction Contract, and the responsibilities of the
Owner to the Surety shall not be greater than those of the
Owner under the Construction Contract. To the limit of the
amount of this Bond. but subject to commitment by the
Owner of the Balance of the Contract Price to mitigation of
costs and damages on the Construction Contract, the Sure-
ty is obligated without duplication for:
6.1 The responsibilities of the Contractor for correc-
tion of defective work and completion of the Construc-
tion Contract;
6.2 Additional legal, design professional and delay
costs resulting from the Contractor's Default, and re-
sulting from the actions or failure to act of the Surety
under Paragraph 4; and
6.3 Liquidated damages, or if no liquidated damages
are specified in the Construction Contract, actual dam-
ages caused by delayed performance or non-perfor-
mance of the Contractor
7. The Surety shall not be liable to the Owner or others for
obligations of the Contractor that are unrelated to the Con-
struction Contract, and the Balance of the Contract Price
shall not be reduced or set off on account of any such
unrelated obligations. No right of action shall accrue on
this Bond to any person or entity other than the Owner or
its heirs, executors, administrators, or successors.
8. The Surety hereby waives notice of any change, includ-
ing changes of time, to the Construction Contract or to
related subcontracts, purchase orders and other obliga-
tions.
9. Any proceeding, legal or equitable, under this Bond
may be instituted in any court of competent jurisdiction in
the location in which the work or part of the work is located
and shall be instituted within two years after Contractor
Default or within two years after the Contractor ceased
working or within two years aftter the Surety refuses or fails
to perform its obligations under this Bond, whichever oc-
4.4 Waive its rights to perform and complete, arrange curs first. If the provisions of this Paragraph are void or
for completion, or obtain a new contractor and with prohibited by law. the minimum period of limitation avail -
NA DOCUMENT A312 PERFORMANCE BOND AND PAYMENT BOND DECEMBER 1984 ED.. AW o A 312-1984 2
THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., N.W, WASHINGTON D.C. 20006
THIRD PRINTING - MARCH 1987
axle to sureties as a defense in the lunsaiction or the suit
shall be applicable.
•
10. Notice to the Surety, the Owner or the Contractor shall
be mailed or delivered to the address shown on the sig-
nature page.
11. When this Bond has been furnished to comply with a
statutory or other legal requirement in the location where
the construction was to be performed. any provision in this
Bond conflicting with said statutory or legal requirement
shall be deemed deleted herefrom and provisions con-
forming to such statutory or other legal requirement shall
be deemed incorporated herein. The intent is that this
Bond shall be construed as a statutory bond and not as a
common law bond.
12 DEFINITIONS
12.1 Balance of the Contract Price The total amount
payable by the Owner to the Contractor under the
Construction Contract after all proper adjustments
have been made, including allowance to the Con -
MODIFICATIONS TO THIS BOND ARE AS FOLLOWS:
tractor or any amounts recetvea or to oe receives Dy
the Owner in settlemen_nsurance or other claims
for damages to which t ontractor is entitled, re-
duced by all valid and proper payments made to or on
behalf of the Contractor under the Construction Con-
tract.
12.2 Construction Contract. The agreement between
the Owner and the Contractor identified on the sig-
nature page, including all Contract Documents and
changes thereto.
12.3 Contractor Default: Failure of the Contractor,
which has neither been remedied nor waived. to per-
form or otherwise to comply with the terms of the
Construction Contract.
12.4 Owner Default. Failure of the Owner, which has
neither been remedied nor waived to pay the Con-
tractor as required by the Construction Contract or to
perform and complete or comply with the other terms
thereof.
(Space is provided below for additional signatures of added parties, other than those appearing on the cover page.)
CONTRACTOR AS PRIN IPAL
Compan
!s,
Signature: ,����
Name and Ti
Address:
SURETY
(Corporate Seal) Company:
Signature
Address:
(Corporat- :eal)
KIM . ERLY L. B Attorney -in -Fact
m
and Title:
AIA OOCUME NI A312 PERFORMANE BOND AN PAYMENT BOND DECEMBER 1964 3D . AIA O
THE AMERICAN INSTITUTE OF ARCHITECTS. 1 Ab NEW YORK AVE.. N. W , WASHINGTON. O.C. 20005
THIRD PRINTING MARCH 1957
A312-1984 3
•
• •
THE AMERICAN INSTITUTE OF ARCHITECTS
Bond No. 3834587
AIA Document A312
Payment Bond
Any f.npl.r ,.I.m,u to Coctnttor. surly. Owner or other potty 4uII po on.Cn d Muni when .pppc.G..
CONTRACTOR (Name and Address):
MIDLAND CONSTRUCTION, INC.
14571 ZIMMERMAN LANE
ROGERS, AR 72756
OWNER (Name and Address):
CITY OF FAYETTEVILLE
113 WEST MOUNTAIN, ROOM 372
FAYETTEVILLE, AR 72701
CONSTRUCTION CONTRACT
Date:
Amount: $ 64,026.00
Descnption (Name and Location).
WALKER PARK ENTRY
BOND
Date (Not earlier than Construction Contract Date):
Amount: E 64,026.00
Modifications to this Bond: x None
SURETY (Name and Principle Place of Business)'
OHIO CASUALTY INSURANCE COMPANY
136 NORTH THIRD STREET
HAMILTON, OH 45025
CONTRACTOR AS PRINCIPAL SURETY
COMPANY:
MIDLAND
Signature:
Name and Title:
(Corporate Seal)
'
(Any additional signatures appear on page 6)
See Page 6
COMPANY: Corporate Seal)
OHIO CASUALTY I: SU:. NCE CON1PAyY
Signature:�J` L//�(L'•t/�JY,
Name and Title
KIMBERLY L. BABB, Attomey-in-Fact
FOR INFORMATION ONLY -Name. Address and Telephone
AGENT OR BROKER:
Babb Bonding, Inc
P.O. Box 6255
Sherwood, AR 72124
OWNERS REPRESENTATIVE (Architect,
Engineer or other party):
City of Fayetteville Parks & Recreation Div.
1455 South Happy Hollow Road
Fayetteville, AR 72701, ??, ??
AIA DOCUMENT A312 PERFORMANCE BOND AND PAYMENT BOND DECEMBER 194 ED., MAO
THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., N.W., WASHINGTON, D.C. 20004
THIRD PRINTING - MARCH 1957
A312-1984 4
1. The Contractor and the Surety, joint) severally,
• bind themselves, their heirs, executors, inistrators,
successors, and assigns to the Owner to pay for labor,
materials and equipment fumished for use in the perfor-
mance of the Construction Contract, which is incorpo-
rated herein by reference.
2. With respect to the Owner, this obligation shall be
null and void if the Contractor:
2.1 Promptly makes payment, directly. or indirectly,
for all sums due Claimants, and
2.2 Defends, indemnifies and holds harmless the
Owner from claims, demands, liens or suits by any
person or entity whose claim demand, lien or suit is
for the payment for labor, materials, or equipment fur-
nished for use in the performance of the Construction
Contract, provided the Owner has promptly notified
the Contractor and the Surety (at the address
described in Paragraph 12) of any claims, demands,
liens, or suits and tendered defense of such claims
demands, liens or suits to the Contractor and the
Surety, and provided there is no Owner Default.
3. With respect to Claimants, this obligation shall be
null and void if the Contractor promptly makes pay-
ment, directly or indirectly, for all sums due.
4. The Surety shall have no obligation to Claimants
under this Bond until:
4.1 Claimants who are employed by or have a direct
contract with the Contractor have given notice to the
Surety (at the addres described in Paragraph 12) and
sent a copy, or notice thereof, to the Owner, stating
that a claim is being made under this Bond and, with
substantial accuracy, the amount of the claim.
4.2 Claimants who do not have a direct contract
with the Contractor:
.1 Have furnished written notice to the Con-
tractor and sent a copy, or notice thereof, to
the Owner, within 90 days after having last
performed labor or last furnished materials or
equipment included in the claim stating, with
substantial accuracy, the amount of the claim
and the name of the party to whom the
materials were furnished or supplied or for
whom the labor was done or performed; and
.2 Have either received a rejection in whole or
in part from the Contractor, or not received
within 30 days of furnishing the above no-
tice any communication from the Contractor
by which the Contractor has indicated the
claim will be paid directly or indirectly; and
.3 Not having been paid within the above 30
days, have sent a written notice to the Surety
(at the address described in Paragraph 12) and
sent a copy, or notice thereof, to the Owner,
stating that a claim is being made under this
Bond and enclosing a copy of the previous
written notice furnished to the Contractor.
6. When the Claiman- satisfied the conditions of
Paragraph 4, the Sure all promptly and at the
Surety's expense take the following actions:
6.1 Send an answer to the Claimant, with a copy to
the Owner, within 45 days after receipt of the claim,
stating the amounts that are undisputed and the basis
for challenging any amounts that are disputed.
6.2 Pay or arrange for payment of any undisputed
amounts.
7. The Surety's total obligation shall not exceed the
amount of this Bond, and the amount of this Bond shall be
credited for any payments made in good faith by the Surety.
8. Amounts owed by the Owner to the Contractor under
the Construction Contract shall be used for the perfor-
mance of the Construction Contract and to satisfy claims,
if any. under any Construction Performance Bond. By
the Contractor fumishing and the Owner accepting this
Bond, they agree that all funds earned by the Contractor
in the performance of the Construction Contract are
dedicated to satisfy obligations of the Contractor and
the Surety under this Bond, subject to the Owners phor-
ity to use the funds for the completion of the work.
9. The Surety shall not be liable to the Owner, Claimants
or others for obligations of the Contractor that are unrelat-
ed to the Construction Contract. The Owner shall not be
liable for payment of any costs or expenses of any Claim-
ant under this Bond, and shall have under this Bond no obli-
gations to make payments to, give notices on behalf of, or
otherwise have obligations to Claimants under this Bond.
10. The Surety hereby waives notice of any change,
including changes of time, to the Construction Contract
or to related subcontracts, purchase orders and other
obligations.
11. No suit or action shall be commenced by a Claimant
under this Bond other than in a court of competent juris-
diction in the location in which the work or part of the
work is located or after the expiration of one year from the
date (1) on which the Claimant gave the notice required by
Subparagraph 4.1 or Clause 4.2.3, or (2) on which the last
labor or service was performed by anyone or the last mate-
rials or equipment were furnished by anyone under the Con-
struction Contract, whichever of (1) or (2) first occurs. If the
provisions of this Paragraph are void or prohibited by law,
the minimum period of limitation available to sureties as a
defense in the jurisdiction of the suit shall be applicable.
12. Notice to the Surety, the Owner or the Contractor
shall be mailed or delivered to the address shown on the
signature page. Actual receipt of notice by Surety, the
Owner or the Contractor, however accomplished, shall
be sufficient compliance as of the date received at the
address shown on the signature page
13. When this Bond has been furnished to comply with a
statutory or other legal requirement in the location where
the construction was to be performed, any provision in this
Bond conflicting with said statutory or legal requirement
shall be deemed deleted herefrom and provisions con-
forming to such statutory or other legal requirement shall
be deemed incorporated herein. The intent is that this
5. If a notice required by Paragraph 4 is gven by the Owner to
the Contractor or to the Surety, that is sufficient compliance.
AIA DOCUMENT A312 PERFORMANCE BOND AND PAYMENT BOND DECEMBER 1984 ED, AIAO
THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., H.W., WASHINGTON, D.C. 20004
THIRD PRINTING - MARCH 1917
A312-1984 5
Bond shall be construed as a statutory bonand not as a
• common law bond.ii
14. Upon request by any person or entity appearing to be a
potential beneficiary of this Bond, the Contractor shall
promptly fumish a copy of this Bond or shall permit a copy
to be made.
15. DEFINITIONS
15.1 Claimant: An individual or entity having a direct
contract with the Contractor or with a subcontractor of
the Contractor to furnish labor. materials or equip-
ment for use in the performance of the Contract. The
intent of this Bond shall be to include without limita-
tion in the terms "labor, materials or equipment" that
part of water. gas. power, light, heat, oil, gasoline,
telephone service or rental equipment used in the
MODIFICATIONS TO THIS BOND ARE AS FOLLOWS:
Construction Contract, hitectural and engineering
services required for p mance of the work of the
Contractor and the Co tors subcontractors, and
all other items for which a mechanic's lien may be
asserted in the Jurisdiction where the labor, materials
or equipment were furnished.
15.2 Construction Contract: The agreement between
the Owner and the Contractor identified on the sig-
nature page, including all Contract Documents and
changes thereto.
15.3 Owner Default: Failure of the Owner, which has
neither been remedied nor waived, to pay the Con-
tractor as required by the Construction Contract or to
perform and complete or comply with the other terms
thereof,
(Space is provided below for additional signatures of added parties, other than those appearing on the cover page.)
CONTRACTOR AS PRNCIPAL
Company:
MIDLAN' ' Up' .INC.
Signature: /raw.;
Name and Ti 4.
Address: 14571 Zd• • 'MAN LANE
ROGER , • R 72756
SURETY
(Corporate Seal) Company: (Corporate Seal)
01110 CASUALTY INSURANC COMPANY
•
Signature:
Name and Tit
Address:
•• BERLY L. BA::, Attorney -in -Fact
NORTH THI D STREET
HAMILTON, OH 45025
Aa DOCUMENT A312 PERFORMANCE BOND AND PAYMENT BOND DECEMBER 1954 ED. ANO
THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE.. N.W., WASHINGTON. D.C. 20005
THIRD PRINTING . MARCH 1987
A312-1984 6
•ERTIFIED COPY OF POWER OF ATTORNEYI
TIIE OHIO CASUALTY INSURANCE COMPA:N
WEST AMERICAN INSURANCE COMPANY
No. 36-699
Know All Men by These Presents: That THE OHIO CASUALTY INSURANCE COMPANY, an Ohio Corporation. and WEST AMER1CAN INSURANCE
COMPANY, an Indiana Corporation, in pursuance of authority granted by Article VI. Section 7 of the By -Laws of The Ohio Casualty Insurance Company and Article VI, Section
I of West American Insurance Company. do hereby nominate. constitute and appointDaniel Michael Babb, Kimberly L. Babb, James Alan Rogers or Miki
Jean Rogers of Sherwood, Arkansas its true and lawful agent (s) and attorney (s) -in -fact. to nuke, execu:e, seal and delis cr for and on is behalf as surety, and as its act
and deed any and all BONDS, UNDERTAKINGS, and RECOGNIZANCES, not exceeding in any single instance SIX MILLION (56,000,000.00) DOLLARS.
excluding, however, any bond(s) or undertaking(s) guaranteeing the payment of notes and interest thereon
And the execution of such bonds cr undertakings in pursuance of these presents. shall be as binding upon said Companies. as fully and amply, to al! intents and purposes. as if they
had been duly executed and acknowledged by the regularly elected officers of the Companies at their administrative offices in Hamilton, Ohm, m their own proper persons.
The authority granter hereunder supersedes any previous authority heretofore granted the above named at:omey(s)-in-fact.
In WITNESS WHEREOF. the undersigned officer of the said The Ohio Casualty Insurance Company and West American Insurance Company
has hereunto subscribed his name and affixed :he Corporate Seal of each Company this 29th day of January, 2003.
t I
jr_ L
Sam Lawrence, Assistant Secretary
STATE OF OHIO,
COUNTY OF BUTLER
On this 291h day of January, 2003 before the subscriber, a Notary Public of the State of Ohio, in and for the County of Butler, duly commissioned and qualified, came
Sam Lawrence, Assistant Secretary of THE OHIO CASUALTY INSURANCE COMPANY and WEST AMERICAN INSURANCE COMPANY, to me personally known to be
the individual and officer described in, and who executed the preceding instrument, and he acknowledged the execution of the same, and being by me duly sworn deposeth and
saith, that he is the officer of the Companies aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and the said Corporate
Seals and his signature as officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations.
IN TF—S1 IMONY WHEREOF, I have hereunto sct my hand and affixed my Official Seal at the City of Hamilton, State of Ohio. the day and year first above stainers.
L.4.Sit
.�k
Notary Pub in and for County df u0er,"State of Ohio
My Commission expires August 6 2007.
This power of anorney is granted under and by authority of Article VI, Section 7 of the By -Laws of The Ohio Casualty Insurance Company and Article VI, Section 1 of West
American Insurance Company, extracts from which read.
Article VI, Section 7. APPOINTMENT OF ATTORNEYS -IN -FACT, ETC. 'The chairman of the board, the president, any vice-president, the secretary or any
assistant secretary of each of these Companies shall bc and is hereby vested with full power and authority to appoint anomeys-in-fact for the purpose of signing the name of the
Companies as surety to. and to execute, attach the corporate seal. acknowledge and deliver any and all bonds, recognisances, stipulations, undertakings or other instruments of
suretyship and policies of insurance to be given in favor of any individual, firm, corporation, or the official representative thereof, or to any county or state, or any official board or
boards of county or state, or the United States of America, or to any other political subdivision."
Article VI, Section I. APPOINTMENT OF RESIDENT OFFICERS. The Chairman of the Board, the President, any Vice President, a Secretary or any Assistant
Secretary shall bc and is hereby vested with full power and authority to appoint attorneys in fact for the purpose of signing the name of the corporation as surety or guarantor, and
to execute, attach the corporate seal, acknowledge and deliver any and all bonds, recognizance, stipulations, undertakings or other instruments of surety -ship or guarantee, and
policies of insurance to bc given in favor of an individual, firm, corporation, or the official representative thereof, or to any county or state, or any official board or boards of any
county or state, or the United States of America, or to any other political subdivision."
This instrument is signed and sealed by facsimile as authorized by the following Resolution adoptcd by the respective directors of the Companies (adopted May 27, 1970 -The Ohio
Casualty Insurance Company; adopted April 24, 1980 -West American Insurance Company):
"RESOLVED that the signature of any officer of the Company authorized by the By-Lawto appoint attorneys in fact, the signature of the Secretary or any Assistant
Secretary certifying to the correctness of any copy of a power of attorney and the seal of the Company may be affixed by facsimile to any power of attorney or copy thereof issued
on behalf of the Company. Such signatures and seal arc hereby adopted by the Company as original signatures and seal, to bc valid and binding upon the Company with the same
force and effect as though manually affixed."
CERTIFICATE
I, the undersigned Assistant Secretary of The Ohio Casualty Insurance Company and West American Insurance Company, do hereby certify that the foregoing power of attorney,
the referenced By -Laws of the Companies and the above Resolution of their Boards of Directors are nd correct copies aart,are in 11 forceean effect on this date
IN WITNESS WHEREOF, I have hereunto set my hand and the seals of the Companies this day of (�( fl Cil (Iss t 2 d a
S-4300
Mark E. Schmidt, Assistant Secretary
•
•
OHIO C*SGUIT/ aaaa/
BOND NUMBER:
• •
The Te:ibcrcompanies of Ohio Casualty Group
9450 Seward Riad. Fairficld, Chi 45014 PAW/ 0cas.com
DISCLOSURE NOTICE OF
TERRORISM INSURANCE COVERAGE
Ager the September 11, 2001 collapse of the World Trade Center, some insurance and reinsurance
companies excluded coverage for terrorist events from their policies. The economy was affected, to the
extent that $15 billion dollars of new construction was cancelled or delayed. As an economic aid, the
Federal Government has enacted the Terrorism Risk Insurance Act of 2002. As part of the act, we are
required to notify you that subject to the terms and conditions as stated in your applicable bond forms,
coverage for losses sustained by acts of terrorism is already included in your current bond. Effective
November 26, 2002, under your existing bond, losses caused by certified acts of terrorism as defined in the
Terrorism Risk Insurance Act of 2002 would be partially reimbursed by the Federal Government under a
formula established by federal law. Under this formula, the Federal Government pay 90% of covered
terrorism losses exceeding the statutorily established deductible paid by the insurance company providing
the coverage.
Under the current bond, that portion of your premium that is attributable to coverage for acts of terrorism is
£4�
We strongly urge you to contact your independent insurance agent if you have any questions regarding this
matter.
NP 72 64 01 03 Page I OF I
• •
NOTICE TO PROCEED
TO: DATE:
PROJECT: Walker Park Entry
You are hereby notified to commence WOR
K in accordance with the Contract dated
on or before
,and you are to substantially complete the WORK
within ninety consecutive calendar days thereafter and have the Work complete and ready for final
payment within thirty consecutive calendar days thereafter. The date for Substantial completion is
therefore . The date for final completion is therefore
CITY OF FAYETTEVILLE, ARKANSAS
City of Fayetteville
By
Park Planner
ACCEPTANCE OF NOTICE
Receipt of the above OTICE TO PROCEED is hereby acknowledged by
this the day of
By
Title
City of Fayetteville
torelev
, 2005.
Page 00500-12 10/14/2005
Connie Edmonston C
Submitted By
•
City of Fayetteville
Staff Review Form
City Council Agenda Items
or
Contracts
18 -Oct -05
City Council Meeting Date
Parks and Recreation
Division
Action Required:
•
Operations
/1065
yopg/4`
o2o5
eencdraati0
Wad Per aftK
Department
Approval of a contract to construct Walker Park Entry with Midland Construction, Inc. in the amount of $64,026 with
a 10% project contingency of $6,402.60 for a total cost of $70,428.60.
$
70,428.60
Cost of this request
2250.9255.5806.00
Acc unt Number
2003.1
Project Number
Budgeted Item
x
$
134,062.00
Category/Project Budget
5,374.00
Funds Used to Date
$
128,688.00
$
Remaining Balance
Budget Adjustment Attached
Park Beautifications
Program Category / Project Name
Park Development
Program / Project Category Name
Park Improvements
Fund Name
Department rector
City or
Finance and Internal Service Director
Mayor
Date
940 Ids
1- 3b -4i
Date
Previous Ordinance or Resolution #
Original Contract Date:
Original Contract Number:
Received in Mayor's Office
ENTERED
9qn.c
Comments:
FAY E'I'I'EV I L.LE
PARES • RECREATION
• •
MEMORANDUM
Date: 9/29/05
To: Mayor Dan Coody and City Council Members
Thru Gary Dumas, Director of Operations
Connie Edmonston, Parks and Recreation Director
From: Alison Jumper, Park Planner ,)
Reference: Walker Park Entry
Subject: Bid Award
Background:
Walker Park, one of the City's largest parks, was established in 1949 and has been the recreational center of many activities for south
Fayetteville and the entire community. Recent completion of projects such as the Senior Citizen Community Center, Grinders Skate Park
and the addition of trails have brought more attention to Walker Park. In effort to create a landmark for south Fayetteville and anchor the
edge of the park a new park entry was proposed.
Parks and Recreation contracted with EB Landworks, Inc. of Fayetteville in May, 2003. The budget for the project was 570,000. Funds
were designated for the entry design and construction through the Park Beautification project.
The project was originally bid as designed by the consultant and resulted in a total project cost of approximately S 140,000, which was not
within the project budget. In effort to reduce the cost of the project, Park Staff re-evaluated the design and sought alternatives and
donations for materials. Results included a donation of stone for the seat wall by Tom and Margaret Lewis, and Parks staff installation of
plantings. The project was re -bid in October 2004. Due to an invalid bid, thc second bid was not acceptable and a third bid was necessary.
After additional value engineering and meeting with the neighbors of Walker Park, thc project was re -bid in September 20005.
Current Status:
The project bids were opened on September 28, 2005. There were three responsive bidders and the low bid was from Midland
Construction, Inc. in the amount of 564,880. The bid excluded irrigation installation and planting. Irrigation will be installed undcr a
separate contract. Landscaping will be installed by Parks and Recreation Staff.
Recommendation:
Parks and Recreation staff recommends awarding the construction contract to Midland Construction, Inc. in the amount of
564,026 with a 10% project contingency of 56,402.60 for a total project cost of 570,428.60.
Attachments: Construction Contract
Bid Tabulation
Photo
cc: files
•
Telephone: 479.444.3469
1
City of Fayetteville
Parks and Recreation Division
113 W. Mountain Street, Fayetteville, Arkansas 72701
E-mail: ajumper(a`ci.fayetteville.ar.us
• •
RESOLUTION NO.
A RESOLUTION APPROVING A CONTRACT WITH MIDLAND
CONSTRUCTION, INC. IN THE AMOUNT OF 564,026.00 FOR
THE CONSTRUCTION OF THE WALKER PARK ENTRY; AND
APPROVING A 10% PROJECT CONTINGENCY IN THE
AMOUNT OF $6,402.60.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1: That the City Council of the City of Fayetteville, Arkansas,
hereby approves a contract with Midland Construction, Inc. in the amount of
$64,026.00 for the construction of the Walker Park Entry. A copy of the contract
marked Exhibit "A" is attached hereto and made a part hereof.
4
•
Section 2: That the City Council of the City of FavetteverAr cansas,
hereby approves a 10% project contingency in the amorur f�6,A02.60.
r
PASSED and APPROVED this 18th day of Octobei, 2005
�:-)APPROVE
If
-o.-, J
ii i/
A
aj
$
ATPFST:
By:
SOND TA SMITH, City Clerk
COODY, Mayor
FAYE' TEVI I..L F
PARKS • RECREATION
• •
MEMORANDUM
Date: October 20, 2005
To: Mayor Coody
Thru: Gary Dumas, Director of Operations
Connie Edmonston, Parks and Recreation Director
From: Alison Jumper, Park Planner
Subject: Braden Park
Please find the attached contracts for the construction of the Walker Park Entry. This consent agenda item was
approved at the October 18`" City Council meeting. The contracts have been signed by the contractor, Midland
Construction, Inc. and are ready for your signature.
City of Fayetteville
PARKS AND RECREATION DIVISION
113 W. Mountain Street
Fayetteville, Arkansas 72701
Telephone: 479-444-3469 E-mail: ajumper@ci.fayctteville.ar.us
• •
Section 00500
AGREEMENT
BETWEEN CITY OF FAYETTEVILLE AND CONTRACTOR
THIS AGREEMENT is dated as of the day of in the year 2005 by and between the
City of Fayetteville, Arkansas (hereinafter called CITY OF FAYETTEVILLE) and
(herein after called CONTRACTOR).
CITY OF FAYETTEVILLE and CONTRACTOR, in consideration of the mutual covenants
hereinafter set forth, agree as follows:
Article 1. WORK.
CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents.
The work generally consists of the construction of a stone wall, site preparation, planting berm and
lighting.
Article 2. ENGINEER.
The Project has been designed by
City of Fayetteville Parks and Recreation Division
1455 South Happy Hollow Road
Fayetteville, Arkansas 72701
will be hereinafter called PARKS AND RECREATION DIVISION PROJECT MANAGER and who
is to act as CITY OF FAYETTEVILLE's representative, assume all duties and responsibilities, and
have the rights and authority assigned to ENGINEER in the Contract Documents in connection with
completion of the Work in accordance with the Contract documents.
Article 3. CONTRACT TIME.
3.1. The Work for Walker Park Entry shall be substantially completed within 45 consecutive
calendar days after the date when the Contract Time commences to run as provided in
paragraph 2.03 of the General Conditions, and completed and ready for final payment in
accordance with paragraphs 14.07.8 & C of the General Conditions within 60 consecutive
calendar days after the date when the Contract Time commences to run.
City of Fayetteville
Page 00500-1 9/29/2005
• •
3.2. Liquidated Damages. CfrY OF FAYETTEVILLE and CONTRACTOR recognize that
time is of the essence of the Agreement and that CITY OF FAYETTEVILLE will suffer
financial loss if the Work is not completed within the times specified in paragraph 3.1 above,
plus and extensions thereof allowed in accordance with Article 12 of the General Conditions.
They also recognize the delays, expense and difficulties involved in proving the actual loss
suffered by CITY OF FAYETTEVILLE if the Work is not completed on time. Accordingly,
instead of requiring any such proof, City of Fayetteville and CONTRACTOR agree that as
liquidated damages for delay (but not as a penalty) CONTRACTOR shall pay CITY OF
FAYETTEVILLE One hundred and fifty dollars ($150.00) for each day that expires after the
time specified in paragraph 3.1 for Substantial Completion until the Work is substantially
complete. After Substantial Completion, if CONTRACTOR shall neglect, refuse or fail to
complete the remaining Work within the time specified in paragraph 3.1 for completion and
readiness for final payment or any proper extension thereof granted by CITY OF
FAYETTEVILLE, CONTRACTOR shall pay CITY OF FAYETTEVILLE Two hundred and
fifty dollars (S250.00) for each day that expires atter the time specified in paragraph 3.1 for
completion and readiness for final payment.
Article 4. CONTRACT PRICE.
CITY OF FAYETTEVILLE shall pay CONTRACTOR for completion of the Work in
accordance with the Contract Documents an amount in current funds equal to the sum of the
amounts determined from the following Schedule of Values pursuant to paragraphs 4.1 and 4.2
below:
4.1. For all Work other than Unit Price Work, an amount equal to the sum of the established
lump sums for each separately identified item of Lump Sum Work; and
4.2. For all Unit Price Work, an amount equal to the sum of the established unit price for each
separately identified item of Unit Price Work times the estimated quantity of that item as
indicated in this paragraph 4.2.
City of Fayetteville
Page 00500-2 9/29/2005
•
PAYMENT ITEMS
•
1
MOBILIZATION
(1)
L.S.
1
2
CONSTRUCTION
STAKING
L.S.
1
3
MAINTENANCE
OF
TRAFFIC
L.S.
1
4
TEMPORARY
SILT
FENCE
(3)(5)
L.F.
55
5
SEED
AND
STRAW
(4)
AC
0.06
6
10"
PVC
PIPE
(6)
L.F.
58
7
12 ADS
NYLOPLAST
INLET
W/ATRIUM
GRATE
EACH
1
8
SELECT
FILL
C.Y.
112
9
UNCLASSIFIED
EXCAVATION
(2)
C.Y.
50
10
4' CONCRETE
CAP
L.F.
70
11
LABOR
- WALL
INSTALLATION
L.F.
70
12
FOOTING FOR STONE
WALL
(10)
L.F.
70
13
STEEL
LETTERS,
COMPLETE
IN
PLACE
(8)
L.S.
1
14
LIGHTING
SYSTEM,
COMPLETE
IN
PLACE
L.S
1
15
ELECTRIC
SERVICE
COMPLETE
IN
PLACE
(7)
EACH
1
16
LANDSCAPE
EDGING
L.F
57
17
CONCRETE
PADS FOR
BENCHES
S.F.
80
As provided in paragraph 11.03 of the General Conditions estimated quantities are not guaranteed, and
determinations of actual quantities and classifications are to be made by PARKS AND RECREATION
DIVISION PROJECT MANAGER as provided in paragraph 9.08 of the General Conditions. Unit
prices have been computed as provided in paragaph 11.03.B of the General Conditions.
Article 5. PAYMENT PROCEDURES
CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the General
Conditions or as modified in the Supplementary Conditions. Applications for Payment will be
processed by PARKS AND RECREATION DIVISION PROJECT MANAGER as provided in the
General Conditions.
5.1. Progress Payments. CITY OF FAYETTEVILLE shall make progress payments on account
of the Contract Price on the basis of CONTRACTOR's Applications for Payment as
recommended by PARKS AND RECREATION DIVISION PROJECT MANAGER, on or about
the 1st day of each month during construction as provided in paragraphs 5.1.1 and 5.1.2 below
and SC -14.02 . All such payments will be measured by the schedule of values established in
paragaph 2.07 of the General Conditions and based on the number of units completed in the case
of Unit Price Work or, in the event there is no schedule of values, as provided in the General
Requirements.
5.1.1. Prior to Substantial Completion, progress payments will he made in an amount
equal to the percentage indicated below, but, in case, less the aggregate of payments
previously made and less such amounts as PARKS AND RECREATION DIVISION
PROJECT MANAGER shall determine, or CITY OF FAYETTEVILLE may withhold, in
accordance with paragraphs 14.02.6.5 & 14.02.D of the General Conditions.
City of Fayetteville
Page 00500-3 9/29/2005
• •
90 percent of Work completed (with the balance of 10 percent being retainage), If
Work has been 50 percent completed as determined by the PARKS AND
RECREATION DIVISION PROJECT MANAGER, and if the character and
progress of the Work have been satisfactory to CITY OF FAYETTEVILLE and
PARKS AND RECREATION DIVISION PROJECT MANAGER, CITY OF
FAYETTEVILLE, on recommendation of PARKS AND RECREATION
DIVISION PROJECT MANAGER, may determine that as long as the character
and progress of the Work remain satisfactory to them, there will be no additional
retainage on account of work completed, in which case the remaining progress
payments prior to Substantial Completion will he in an amount equal to 100
percent of the Work completed.
100 percent of materials and equipment not incorporated in the Work but
delivered, suitably stored, and accompanied by documentation satisfactory to
CITY OF FAYETTEVILLE as provided in paragraphs 14.02.1.5 & 14.02.D of the
General Conditions. That is, if any such items are setup for that type payment in
the Specifications.
5.1.2. Upon Substantial Completion, in an amount sufficient to increase total payments to
CONTRACTOR to 98 percent of the Contract Price (with the balance of 2 percent being
retainage), Tess such amounts as PARKS AND RECREATION DIVISION PROJECT
MANAGER shall determine, or CITY OF FAYETTEVILLE may Withhold, in accordance
with paragraphs 14.02.8.5 & 14.02.D of the General Conditions.
5.3 Final Payment. Upon final completion and acceptance of the Work in accordance with
paragraphs 14.07.8 & C of the General Conditions, CITY OF FAYETTEVILLE shall pay the
remainder of the Contract Price as recommended by PARKS AND RECREATION DIVISION
PROJECT MANAGER as provided in said paragraphs 14.07.6 & C.
Article 6. CONTRACTOR'S REPRESENTA DONS.
In order to induce CITY OF FAYETTEVILLE to enter into this Agreement CONTRACTOR makes
the following representations:
6.1. CONTRACTOR has examined and carefully studied the Contract Documents (including the
Addenda listed in Article 7) and the other related data identified in the Bidding Documents
including "technical data."
6.2. 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.
6.3. CONTRACTOR is familiar with and is satisfied as to all federal, state, and local Laws and
Regulations that may affect cost, progress, perthrmance, and fumishing of the Work.
6.4. CONTRACTOR has carefully studied all reports of explorations and tests of subsurface
City of Fayetteville Page 00500-4 9/29/2005
• •
conditions at or contiguous to the site and all drawings of physical conditions in or relating to
existing surface or subsurface structures at or contiguous to the site which have been identified in
the Supplementary Conditions as provided in paragraph 4.02.A of the General Conditions.
CONTRACTOR accepts the determination set forth in paragraph SC -4.02 of the Supplementary
Conditions of the extent of the "technical data" contained in such reports and drawings upon
which CONTRACTOR is entitled to rely as provided in paragraph 4.02 of the General
Conditions.
CONTRACTOR acknowledges that such reports and drawings are not Contract Documents and
may not be complete for CONTRACTOR's purposes. CONTRACTOR acknowledges that CITY
OF FAYETTEVILLE and PARKS AND RECREATION DIVISION PROJECT MANAGER do
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.
6.5. CONTRACTOR is aware of the general nature of work to be performed by CITY OF
FAYETTEVILLE and others at the site that relates to the Work as indicated in the Contract
Documents.
6.6. CONTRACTOR has correlated the information known to CONTRACTOR, information and
observations obtained from visits to the site, reports and drawings identified in the Contract
Documents, and all additional examinations, investigations, explorations, tests, studies, and data
with the Contract Documents.
6.7. CONTRACTOR has given PARKS AND RECREATION DIVISION PROJECT
MANAGER written notice of all conflicts, errors, ambiguities, or discrepancies that
CONTRACTOR has discovered in the Contract Documents and the written resolution thereof by
PARKS AND RECREATION DIVISION PROJECT MANAGER is acceptable to
CONTRACTOR and the Contract Documents are generally sufficient to indicate and convey
understanding of all terms and conditions for performance and furnishing of the Work.
Article 7. CONTRACT DOCUMENTS
The Contract Documents which comprise the entire agreement between CITY OF FAYETTEVILLE
and CONTRACTOR concerning the Work consist of the following:
7.1. This Agreement (pages 1 to 7, inclusive).
City of Fayetteville
Page 00500-5 9/29/2005
• •
7.2. Performance and Payment Bonds, (Exhibits A and B respectively).
7.3. Certificates of Insurance, (Exhibit C).
7.4. Documentation submitted by CONTRACTOR prior to Notice of Selection (Exhibit D).
7.5. General Conditions (pages 1 to 42, inclusive).
7.6. Supplementary Conditions (pages 1 to 13 inclusive).
7.7. Specifications consisting of Divisions 1 through 16 as listed in table of contents
thereof.
7.8. Addenda numbers one through two, inclusive.
7.9. One set of drawings (not attached hereto) consisting of: a cover sheet and additional
sheets numbered two through eleven with each sheet bearing the following general title:
Walker Park Entry.
7.10. The following which may be delivered or issued after the Effective Date of the
Agreement and are not attached hereto:
7.10.1. Notice to Proceed
7.10.2 All Written Amendments and other documents amending, modifying or supplementing
the Contract Documents pursuant to paragraph 3.04 of the General Conditions.
The documents listed in paragraphs 7.2 et seq above are attached to this Agreement (except as
expressly noted otherwise above).
There are no Contract Documents other than those listed above in this Article 7. The Contract
Documents may only be amended, modified or supplemented as provided in paragraph 3.04 of the
General Conditions.
Article 8. MISCELLANEOUS.
8.1. Terms used in the Agreement which are defined in Article 1 of the General Conditions will
have the meanings indicated in the General Conditions.
8.2. No assignment by a party hereto of any rights under or interests in the Contract Documents
will be binding on another party hereto without the written consent of the party sought to be bound;
and, specifically but without limitation, moneys that may become due and moneys that are due may
not he assigned without such consent (except to the extent that the effect of this restriction may be
limited by law), and unless specifically stated to the contrary in any written consent to an
assignment no assignment will release or discharge the assignor from any duty or responsibility
under the Contract Documents.
8.3. CITY OF FAYETTEVILLE and CONTRACTOR each binds itself, it partners, successors,
City of Fayetteville Page 00500-6 9/29/2005
• •
assigns, and legal representatives to the other party hereto, its partners, successors, assigns, and
legal representatives in respect to all covenants, agreements and obligations contained in the
Contract Documents.
8.4. Any provision or part of the Contract Documents held to be void or unenforceable under any
Law or Regulation shall be deemed stricken and all remaining provisions shall continue to be valid
and binding upon stricken provision or part thereof with a valid and enforceable provision that
comes as close as possible expressing the intention of the stricken provision.
8.5. Changes, modifications, or amendments in scope, price or fees to this contract shall not be
allowed without a prior formal contract amendment approved by the Mayor and the City Council in
advance of the change in scope, cost or fees.
8.6. Freedom of Information Act. City contract and documents prepared while performing city
contractual work are subject to the Arkansas Freedom of information Act. If a Freedom of
Information Act request is presented to the City of Fayetteville, CONTRACTOR will do everything
possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas
Freedom of Information Act (A.C.A. §25-19-101 et. seq.) Only legally authorized photocopying
costs pursuant to the FOIA may be assessed for this compliance.
City of Fayetteville
Page 00500-7 9/29/2005
• 1
IN WITNESS WHEREOF, CITY OF FAYETTEVILLE and CONTRACTOR have signed this
Agreement in quadruplicate. One counterpart each has been delivered to CITY OF FAYETTEVILLE
and PARKS AND RECREATION DIVISION PROJECT MANAGER, and two counterparts have
been delivered to CONTRACTOR. All portions of the Contract Documents have been signed,
initialed, or identified by CITY OF FAYETTEVILLE and CONTRACTOR or identified by PARKS
AND RECREATION DIVISION PROJECT MANAGER on their behalf.
This Agrcement will be effective on , 2004 (which is the Effective Date of
the Agreement).
CITY OF FAYETTEVILLE: City of Fayetteville CONTRACTOR:
By: By:
Mayor
Title
[CORPORATE SEAL] [CORPORATE SEAL]
Attest * Attest
If a Corporation. attest by the Secretary.
Address for giving notices Address for giving notices
(If CITY OF FAYETTEVILLE is a public body, attach License No.
evidence of authority to sign and resolution or other documents Agent for service of process:
authorizing execution of Agreement.)
(If CONTRACTOR is a corporation, attach evidence of authority to sign)
City of Fayetteville
Page 00500-8 9/29/2005