HomeMy WebLinkAbout93-94 RESOLUTION1
RESOLUTION NO. 93-94
A RESOLUTION AWARDING BID NO. 94 57 IN THE
AMOUNT OF $67,700.00 TO MOBLEY CONSTRUCTION AND
AUTHORIZING THE MAYOR AND CITY CLERK TO
EXECUTE A CONTRACT FOR CLEARING OF THE LAND
ACQUISITION AREA ON THE WEST SIDE OF HIGHWAY 71
AND DEMOLITION OF THE REMAINING STRUCTURES OF
THE EAST SIDE OF 1'HE HIGHWAY.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1. The City Council hereby awards Bid No. 94-57 in the amount of
$67,700.00 to Mobley Construction and authorizing the Mayor and City Clerk to execute a
contract for clearing of the land acquisition area on the west side of Highway 71 and demolition
of the remaining structures of the east side of the highway. A copy of the contract is attached
hereto marked Exhibit "A" and made a part hereof.
PASSED AND APPROVED this 16th day of August , 1994.
ATTEST:
By: ( /.2�`�
Traci Paul, City. Clerk
APPROVED:
By: //6L1
/4 y 6.:s
Fred Hanna, Mayor
•
•
r
•
BID =94-57
DIVISION OF PURCHASING
CITY OF FAYETTEVILLE
FAYETTEVILLE, ARKANSAS
DEMOLITION/REMOVAL OF TREES, CONCRETE, FENCELINE & DEBRIS
DATE 7-14-94
THIS PROPOSAL WILL BE RECEIVED BY THE PURCHASING OFFICE,
ROOM 306, CITY ADMINISTRATION BUILDING UNTIL
August 8, 1994 at 1:30 p.m.
AT WHICH TIME IT WILL BE OPENED AND READ ALOUD
ADVERTISEMENT IN THE NORTHWEST ARKANSAS TIMES TO
BE PUBLISHED TWO TIMES:
July :7, and July 24, 1994
BIDDERS ARE RESPONSIBLE FOR FULL COMPLIANCE WITH THE ATTACHED
INSTRUCTIONS TO BIDDERS AND BID PROPOSAL FORM.
FOR ADDITIONAL INFORMATION CONTACT Pe44v Bates
AT 501-575-8256.
FIRM
THIS IS THE PROPOSAL OF
Mobley Contractors, inc.
MAILING AND/OR STREET ADDRESS
CITY Morrilton
PERSON TO CONTACT
DATE
P.C. Box 150/Highway 287 Fast
STATE
Arkansas
Ronald F. Xcbley
ZIP CODE
72110
August 8, :994
SIGNATURE
PHONE NO. 501-354-25:0
SPECIAL NOTE: A PRE-BID
July 25, 1994
ROOM AT THE FAYETTEVILLE
ATTEND.
TITLE President
ERENCE AND SITE VISIT WILL BE HELD ON
AT 2:C0 n.m. IN THE AIRPORT CONFERENCE
MUNICIPAL AIRPORT. VENDORS ARE URGED TO
PAGE 1
TABLE OF CONTENTS
PUBLIC NOTICE 3-6
BID PROPOSAL 7-13
INSTRUCTIONS TO BIDDERS & SPECIFICATIONS 14-22
INSURANCE 23-24
MAP 25
EEO REPORT FILING CLAUSE 26
BID BOND 27
PERFORMANCE BOND 28-29
CONTRACT 30-32
NOTICE TO PROCEED 33
CERTIFICATIONS 34-37
WAGE, LABOR, EEO & SAFETY REQUIREMENTS 38-39
DAVIS BACON ACT REQUIREMENTS (29 CFR PART 5) 40-48
CONTRACT WORKHOURS AND SAFETY STANDARDS ACT 49
EQUAL EMPLOYMENT OPPORTUNITY 50-51
CLEAN AIR AND WATER POLLUTION CONTROL 52
EEO CONSTRUCTION CONTRACT SPECIFICATIONS 53-56
CIVIL RIGHTS ACT OF 1964, TITLE VI (49 CFR PART 21) 57-58
TERMINATION OF CONTRACT (49 CFR PART 18) 59
BUY AMERICAN 60
DBE (49 CFR PART 23) 61
•
PAGE 2
NOTICE TO CONTRACTORS
Notice is hereby given that in pursuance to an order of the city of
Fayetteville, sealed bids will be received at the purchasing Office or
Room 372 of the City Administration Building, 113 West Mountain,
Fayetteville, Arkansas, until .:30 p.n. , on the 8t:h day of
August , 1994 , for the furnishing of all tools and labor, and the
performance of work to be done for the demolition/removal of slabs,
fence lines, utility connections, underground shelter, trees, well and
debris at Drake Field, Fayetteville Municipal Airport.
Work under this Contract shall include the referenced
demolition/removal on tracts 58, 59, 60, 61, 62, 63, 70, 71, 72, 73,
74, 75, 76, 77, 80, 81, and 82 west of Highway 71 in the Bailey Drive
vicinity. The structures on tracts 25, 39, 42, and 45 are to be
demolished. The trees and brush on these tracts are to remain.
The location of th work is set out in the Plans and Specifications to
be on file in the City of Fayetteville Purchasing Office (Room 306),
113 W. Mountain Street, Fayetteville, Arkansas All bids will be
opened and considered at a meeting, to be held in Room 306 at the City
Administration Building, 113 West Mountain, Fayetteville, Arkansas at
1:30 p.m local time, on the 8th day of August , 19 94 ,
and at such adjourned meetings thereafter as may be necessary.
All necessary work, and removal, shall be in accordance with the Plans
and Specifications as prepared by the City. Copies of the Documents
may be obtained from the office of the Purchasing Officer in Room 306,
at 113 W. Mt. St., Fayetteville, Arkansas.
A Pre -Bid Conference will be held at 1:3Opn on July 25th , 19 94
at the Airport Managers office in the Terminal Building, Drake Field,
Fayetteville, Arkansas. The purpose of this meeting is to review the
project requirements with the prospective bidders and to tour the
project site if necessary.
Bidders shall make such inspection and studies of the site of the work
as to thoroughly familiarize themselves with all conditions to be
encountered.
Each bid must be accompanied by a surety bond (proposal guaranty) in
the amount equal to five percent (5%) of th whole bid, said bond to be
issued by a surety company licensed to do business in the State of
Arkansas, said bond to be retained as liquidated damages in case the
successful bidder fails, neglects, or refuses to enter into the
contract for the construction of said works, and furnish the necessary
bonds within fifteen (15) days from and after the date of the Notice
of Award.
PAGE 3
NEWSPAPER ADVERTISEMENT - Cont'd.
Page Two (2)
The successful bidder will be required to furnish separate performance
and payment bonds, in favor of the City of Fayetteville, Fayetteville,
Arkansas, in an amount equal to one hundred percent (100%) of the
contract amount, at the time of the award of the contract.
Notice is hereby given that the City of Fayetteville is an Equal
Opportunity employer.
Buy American Requirement. Unless otherwise approved by the FAA, the
sponsor will not acquire or permit any contractor or subcontractor to
acquire any steel or manufactured products produced outside the United
States to be used for any project for airport development for which
funds are to be provided under the FAA grant.
It is the policy of the Department of Transportation (DOT) that
disadvantaged business enterprises as defined in 49 CFR Part 23 shall
have the maximum opportunity to participate in the performance of
contracts financed in whole or in part with Federal funds.
All bidders and proposers shall make good faith efforts, as defined in
APPENDIX A of 49 CFR Part 23, Regulations of the Office of the
Secretary of Transportation, to Subcontract ten (10) percent of the
dollar value of the prime contract to small business concerns owned
and controlled by socially and economically disadvantaged individuals
(DBE). In the event that the bidder of this solicitation qualifies as
a DBE, the contract goal shall be deemed to have been met.
Individuals who are rebuttable presumed to be socially and
economically disadvantaged include women, Blacks, Hispanics, Native
Americans, Asian -Pacific Americans and Asian -Indian Americans. The
apparent successful bidder will be required to submit its information
concerning the DBE's that will participate in this contract. The
information will include the name and address for each DBE, a
description of th work to be performed by each named firm, and the
dollar value of the contract (subcontract) and shall be submitted with
the proposal. If the bidder fails to achieve the contract goal as
stated herein, it will be required to provide documentation
demonstrating that it made good faith efforts in attempting to do so.
A bid that fails to meet these requirements will be considered non-
responsive.
The City of Fayetteville reserves the right to reject any and all
bids, and to waive any formalities deemed to be in the best interest
of the City.
•
PAGE 4
NEWSPAPER ADVERTISEMENT - CONT'D
Page Three (3)
The proposed contract is under and subject to Executive Order 11246 of
September 24, 1965, and to the Equal Opportunity Clause contained in
the Specifications.
The successful bidder will be required to submit a Certification of
Nonsegregated Facilities prior to award of the contract, and to notify
prospective subcontractors of the requirement for such a Certification
where the subcontract exceeds $10,000. Samples of the Certification
and the Notice to Subcontractors appears in the Specifications.
The attention of all bidders is called to the fact that any contractor
or subcontractor on this project having 50 or more employees and who
may be awarded a contract or subcontract of $50,000 or more will be
required to maintain an Affirmative Action Program within 120 days of
commencement of the contract.
Women will be afforded equal opportunity in all areas of employment.
However, the employment of women shall not diminish the standards or
requirements for employment of minorities.
The Bidder's attention is called to the "Equal Opportunity Clause" and
the "Standard Federal Equal Employment Opportunity Construction
Contract Specifications" set forth herein.
The goals and timetables for minority and female participation,
expressed in percentage terms for the contractor's aggregate work
force in each trade on all construction work in the covered area, are
as follows:
Goals for Females Participation in each trade is 6.9%
Goals for Minority Participation in each trade is 3.3%
These goals are applicable to all the Contractor's construction work
(whether or not it is Federal or federally assisted) performed in the
coverage area. The coverage area for female participation is
nationwide. The coverage area for minority participation is Baxter,
Benton, Boone, Carroll, Madison, Marion, Newton, Searcy, and
Washington counties in Arkansas and Adair and Delaware counties in
Oklahoma.
The Contractor shall provide written notification to the Director,
OFCCP, within 10 working days of award of any construction subcontract
in excess of $10,000 at any tier for construction work under the
contract resulting from this solicitation. The notification shall
list the name, address, and telephone number of the subcontractor;
employee identification number; estimated dollar amount of the
PAGE 5
NEWSPAPER ADVERTISEMENT - CONT'D
Page Four (4)
subcontract; estimated starting and completion dates of the
subcontract; and the geographical area in which the contract is to be
performed.
Attention is called to the fact that no less than the minimum salaries
and wages as set forth in the CONTRACT Documents must be paid on this
Project.
The Bidder must supply all the information required by the proposal
form.
The attention of all bidders is called to the fact that they must be
licensed under the terms of Act 150 of the 1965 Acts of the Arkansas
Legislature, as amended.
P.O. No.
Peggy Bates
Purchasing Officer
City of Fayetteville
Fayetteville, Arkansas
PAGE 6
•
•
BID PROPOSAL FOR
•
BID PROPOSAL
DEXOLTTION/REMOvA1 OF TREES, CONCRETE FENCELINE & DEBRIS
Prices quoted shall be "Free on Board" (F.O.B.). Charges may not be
added after the bid is opened.
COMPANY NAME
Mobley Contractors, Inc.
IF AWARDED, REMIT TO ADDRESS:
PHONE NO, 5C1-354-2510
P.O. Box 150
)lorril_cn, Arkansas 72110
SIGNATURE 4'74_t mita"
TITLE President
The above signature on this BID PROPOSAL certifies that bidder has
carefully examined the instructions to bidders, terms and
specifications applicable to, and made a part of this proposal.
Bidder further certifies that the prices shown are in full compliance
with the conditions, terms and specifications of this proposal.
All items will be awarded on an individual basis to the successful
bidder for each item.
Bids for Items 1 - 3 should include all insurance costs as specified
except for the cost of third party coverage. Third party coverage
should be shown as an additional cost on Item 4.
Work shall commence upon issuance of a written work order/notice to
proceed and shall be completed within thirty (30) calendar days.
Should the contractor fail to complete work within a thirty (30) day
period the sum of $50.00 per diem for each day thereafter shall be
paid to the City as liquidated damages.
In the event one contractor is awarded more than one (1) bid item, a
mutually agreed upon schedule may be set up to issue notice to proceed
orders on staggered dates.
PAGE 7
•
ITEM 1 - CONCRETE AND STRUCTURE REMOVAL
(slabs, underground shelter, well and buildings)
The Contractor shall remove or bury all concrete slabs, foundations,
the below grade well on Lot 63, the underground shelter, and all other
concrete debris located within the established lines.
The existing foundations, slabs, buildings, well, underground shelter
and all like structures shall be destroyed by breaking out or breaking
down the materials of which the foundations, well, buildings,
underground shelter, etc. are built. Concrete, blocks, or other
objectionable material, except wooden structures, may be used in
backfill shall be removed and disposed of. The holes or openings
shall be backfilled with acceptable material and properly compacted as
follows:
1. Material will be broken into sections no larger than two foot by
two foot sections.
2. It will be mixed with soil when placed into the excavation site.
3. A minimum of three feet of soil will be placed over the material
to a grade level, then soil will be slightly mounded and graded to
allow for settling of material.
4. Compaction Requirements: The subgrade
to a depth of 6 inches or in 8 inch lifts
than 95 percent of the maximum density as
The in-place field
D 2922. Stones or
greatest dimension
subgrade.
under areas to be compacted
to a density of not less
determined by ASTM D 698.
density shall be determined in accordance with ASTM
rock fragments larger than 4 inches in their
will not be permitted in top 6 inches of the
All fill slopes shall be uniformly dressed to the slope, to drain as
directed by the owner.
No payment or measurement of payment will be made for suitable
materials removed, manipulated, and replaced in order to obtain
density. Any removal, manipulation, aeration, replacement, and re -
compaction of suitable materials necessary to obtain the required
density shall be considered as incidental to the excavation and
embankment operations and shall be performed by the Contractor at no
additional cost to the Project.
5. The two cellars will be leveled to grade and filled with soil,
removal of below ground foundation material will not be required.
PAGE 8
•
ITEM 1 - CONT'D
Page Two
Should the Contractor encounter an existing structure (abvove or below
ground) in the work for which the disposition is not indicated in the
specifications, the Airport Manager shall be notified prior to
disturbing such structure. The disposition of existing structures so
encountered shall be determined by the Airport Manager in accordance
with the provisions of the contract.
The Contractor must fill all holes left by the removal of said items
to grade. All grading shall be performed so that it will drain
readily and be suitable for brush hogging.
All hauling will be considered a necessary and incidental part of the
work. Its cost shall be considered by the Contractor and be included
in the contract price. No payment will be made separately or directly
for hauling on any part of the work.
•
, PAGE 9
•
•
ITEM 2 - TREE, FENCELINE, UTILITY CONNECTION AND DEBRIS REMOVAL
The Contractor shall remove the Airport Trailer Court sign foundation,
utility connections, metal poles, trailer tie -down stakes, electric
multi -meter boxes large rocks, old horse shed and wishing well flower
bed on Tract 74, fence line and posts on all listed lots, debris (trash,
furniture, block, wood, ets.) and all trees and brush on the designated
lots. The trees and brush along the two ditch lines is to be removed by
hand by saw. Three inch tree stumps are to remain in these areas. This
is intended assure that no dirt or fill is allowed to enter any water
which may be present in the ditches. In addition, any clearing which is
necessary near either of these ditches is to be performed in such a
manner that no dirt of fill material can enter any water which may be
present in the ditches.
Tree stumps must be removed from the property with the exception of the
stumps which are to remain in the ditches. Brush may be burned on the
property, provided the burning operation are conducted under such
conditions that minimize smoke and any smoke blown in the direction of
the runway will not be objectionable to the Airport Manager. Burning
shall be subject to any approval conditions set forth by the City of
Greenland and the City of Fayetteville's Fire Marshall and burning may
be used upon the Fire Marshall's approval. The debris remaining from
the burning operation shall be disposed of at on off site location
secured by the Contractor.
All holes left from the removal of the above mentioned items, must be
filled to grade, seeded and strewed. All grading shall be performed
so that it will drain readily and be suitable for brush hogging.
All hauling will be considered a necessary and incidental part of the
work. Its cost shall be considered by the Contractor and be included
in the contract price. No payment will be made separately or directly
for hauling on any part of the work.
PAGE 10
•
•
ITEM 3 - ENTIRE DEMOLITION PROJECT - (concrete slabs, underground
shelter, well, trees, fenceline, utility connections and debris)
The Contractor shall remove the Airport Trailer Court sign foundation,
utility connections, metal poles, trailer tie -down stakes, electric
multi -meter boxes large rocks, old horse shed and wishing well flower
bed on Tract 74, fence line and posts on all listed lots, debris (trash,
furniture, block, wood, ets.) and all trees and brush on the designated
lots. The trees and brush along the two ditch lines is to be removed by
hand by saw. Three inch tree stumps are to remain in these areas. This
is intended assure that no dirt or fill is allowed to enter any water
which may be present in the ditches. In addition, any clearing which is
necessary near either of these ditches is to be performed in such a
manner that no dirt of fill material can enter any water which may be
present in the ditches. The structures on tracts 25, 39, 45, and 42 are
to be demolished. The trees and brush on these four tracts are to
remain.
Tree stumps must be removed from the property with the exception of the
stumps which are to remain in the ditches. Brush may be burned on the
property, provided the burning operation are conducted under such
conditions that minimize smoke and any smoke blown in the direction of
the runway will not be objectionable to the Airport Manager. Burning
shall be subject to any approval conditions set forth by the City of
Greenland and the City of Fayetteville's Fire Marshall and burning may
be used upon the Fire Marshall's approval. The debris remaining from
the burning operation shall be disposed of at on off site location
secured by the Contractor.
The existing foundations, slabs, buildings, well, underground shelter
and all like structures shall be destroyed by breaking out or breaking
down the materials of which the foundations, well, buildings,
underground shelter, etc. are built. Concrete, blocks, or other
objectionable material, except wooden structures, may be used in
backfill shall be removed and disposed of. The holes or openings
shall be backfilled with acceptable material and properly compacted as
follows:
1. Material will be broken into sections no larger than two foot by
two foot sections.
2. It will be mixed with soil when placed into the excavation site.
3. A minimum of three feet of soil will be placed over the material
to a grade level, then soil will be slightly mounded and graded to
allow for settling of material.
4. Compaction Requirements: The subgrade
to a depth of 6 inches or in 8 inch lifts
than 95 percent of the maximum density as
The in-place field
D 2922. Stones or
greatest dimension
subgrade.
under areas to be compacted
to a density of not less
determined by ASTM D 698.
density shall be determined in accordance with ASTM
rock fragments larger than 4 inches in their
will not be permitted in top 6 inches of the
PAGE 11
ITEM 3 - CONT'D
Page Two
All fill slopes shall be uniformly dressed to the slope, to drain as
directed by the owner.
No payment or measurement of payment will be made for suitable
materials removed, manipulated, and replaced in order to obtain
density. Any removal, manipulation, aeration, replacement, and re -
compaction of suitable materials necessary to obtain the required
density shall be considered as incidental to the excavation and
embankment operations and shall be performed by the Contractor at no
additional cost to the Project.
5. The two cellars will be leveled to grade and filled with soil,
removal of below ground foundation material will not be required.
Should the Contractor encounter an existing structure (above or below
ground) in the work for which the disposition is not indicated in the
specifications, the Airport Manager shall be notified prior to
disturbing such structures. The disposition of existing structures so
encountered shall be determined by the Airport Manager in accordance
with the provisions of the contract.
The Contractor must fill all holes left by the removal of said items
to grade. All grading shall be performed so that it will drain
readily and be suitable for brush hogging.
•
All hauling will be considered a necessary and incidental part of the
work. Its cost shall be considered by the Contractor and be included
in the contract price. No payment will be made separately or directly
for hauling on any part of the work.
PAGE 12
ITEM 4 - Third Party Insurance, flat fee.
ITEM 5 - Disposal Site
N/A
(Vendor must indicate disposal site where materials will be disposed
of if moved from the site)
A payment shall be made to the Contractor who is awarded the bid for
demolition at the time of completion and final acceptance by the City
of Fayetteville.
ITEM
NO.
ITEM
DEMOLITION PAYMENT
TO CONTRACTOR
LUMP SUM
60
1 CONCRETE AND STRUCTURE REMOVAL $ 401000
u L3 43 `�'lbbs --- - Dollars
(words)
2
TREE, FENCELINE, ETC. $ 0, ODO 39—
1--kkoJS AA) D `)' /*fio $ Dollars
(words)
3 ENTIRE DEMOLITION PROJECT $ c.7 ,a06
• nit
S\vr' ScQWTkotIls o o if-Om/be-go oa , —Dollars
(words)
.6a
•
4 THIRD PARTY INSURANCE
$5 ▪ a
oa
• j't Ilt..JNDnL.e;0 **-90.5 Dollars
(words)
PAGE 13
INSTRUCTIONS TO BIDDERS FOR - SERVICES
SPECIAL NOTE
BIDDERS ARE URGED TO PROMPTLY REVIEW THE REQUIREMENTS OF THIS
SPECIFICATION AND SUBMIT QUESTIONS FOR RESOLUTION AS EARLY AS POSSIBLE
DURING THE BID PERIOD. QUESTIONS OR CONCERNS MUST BE BROUGHT TO THE
ATTENTION OF MR. DALE FREDERICK, AIRPORT MANAGER, DURING THE BID
PERIOD. OTHERWISE, THIS WILL BE CONSTRUED AS ACCEPTANCE BY THE
BIDDERS THAT THE INTENT OF THE SPECIFICATIONS IS CLEAR AND THAT
COMPETITIVE BIDS MAY BE SUBMITTED AS SPECIFIED HEREIN. PROTESTS WITH
REGARD TO THE SPECIFICATION DOCUMENTS WILL NOT BE CONSIDERED AFTER
BIDS ARE OPENED.
1. Bid proposals are mailed only as a courtesy. The City of
Fayetteville does not assume responsibility for failure to mail
proposals. Bidders should rely only on advertisements in the local
newspaper, and should personally pick up proposals and specifications.
Full information may be obtained, or any questions answered by
contacting Peggy Bates at (501)575-8256.
2. Bidders are advised to familiarize themselves with regulations of
the City of Fayetteville and the City of Greenland and particularly
those provisions with respect to strict compliance with the bid
documents.
3. Bidders must show requisition number(s) or contract name and
number with opening date on face of sealed envelope provided. The
bidder's name, address and bid opening date should be clearly printed
or typed on the outside of the envelope. Only one bid will be
accepted from each bidder for the same job. Alternates will not be
accepted unless specifically requested in the proposal.
4. Bids shall not be received or considered, under any circumstances,
after the appointed hour. The method of delivery is the
responsibility of the bidder. All bids are to be received by the
Purchasing Office, City Administration Building, on or before the
specified bid opening date and time.
5. After opening, bids may not be withdrawn for a period of ninety
(90) days.
6. Bids shall be accepted only on proposal forms furnished by the
City of Fayetteville. The City of Fayetteville will only accept bids
from those bidders in whose names the proposal forms and/or
specifications were issued. Altered or incomplete proposals, or the
use of substitute forms, or documents, shall render the bid non-
responsive and subject to rejection. The entire proposal package,
including the specifications and copies of any addenda issued shall be
submitted to the Purchasing Office as the bid.
PAGE 14
•
INSTRUCTIONS - CONT'D
Page Two
7. All bids must be typed or written in ink. Any erasures,
strikeovers and/or changes to prices should be initialed by the
bidder. Failure to initial may be cause for rejection of the bid as
non-responsive.
8. All bid proposals must be signed. Failure to do so shall cause
the bid to be rejected as non-responsive.
9. Written addenda issued prior to bid opening which modifies the bid
proposal shall become part of the proposal for bid, and shall be
incorporated within the purchase order and/or contract. Only a
written interpretation or correction by Addendum shall be binding.
Bidder shall not rely upon any interpretation or correction given by
any other method.
10. The City of Fayetteville reserves the right to award items
separately, grouped, or on an all -or -none basis and to reject any or
all bids and waive any informalities.
11. Contractor should include in bid price any applicable taxes he is
required to pay for purchase of material, etc.
12. Contractor, and any sub -contractor, shall comply with all
applicable laws in connection with work hereunder.
13. Contractor shall furnish insurance and bonding as required on the
attached specifications.
14. Contractor shall indemnify the City of Fayetteville against any
and all liens for which City owned property may become liable as a
result of Contractors work hereunder.
15. Acceptance by Contractor of the City of Fayetteville's order,
either in writing or by shipment of any article or other commencement
of work described herein, shall effectuate a contract between the City
of Fayetteville and Contractor for the services described herein. The
order shall constitute the entire contract between Contractor and the
City of Fayetteville, and no additional conditions or amendments shall
have any effect unless approved in writing by the City of
Fayetteville.
PAGE 15
INSTRUCTIONS - CONT'])
Page Three
16. The City of Fayetteville, its officers, employees and agents,
shall not be responsible for the negligent acts and omissions of the
Contractor or the Contractor's officers, employees, agents or
subcontractors, nor shall the Contractor or the Contractor's officers,
employees or agents be responsible for the negligent acts or omissions
of the City of Fayetteville, its officers, employees, and agents.
Accordingly, the Contractor shall indemnify and save the City of
Fayetteville, its officers, employees and agents, harmless from any
and all claims, suits and actions of any character, name or
description brought for or on account of any injury or damage to any
person or property arising out of the work performed by the Contractor
and resulting from the negligence, commission or omission of any act
by the Contractor, or Contractor's officers, employees, agents or
subcontractors.
17. Before issuance of final payment, the Contractor shall submit
evidence satisfactory to the City of Fayetteville that all payrolls,
material bills, and other indebtedness connected with the work have
been paid or otherwise satisfied.
18. All material and workmanship, as applicable, shall be guaranteed
for a minimum of one (1) year, unless provided otherwise by the
specification or bid proposal form. Such guarantee shall include all
labor and materials needed to replace any defective workmanship or
materials within the guarantee period.
19. In the event Contractor is placed in default by the City of
Fayetteville for failure to accept the contract as bid after being
awarded by the City of Fayetteville or for otherwise unsatisfactory
performance, Contractor may be subject to up to six (6) months
suspension from bidding on any City work. In any event, contractor is
not eligible to re -bid any project for which he has been placed in
default.
20. Contractor must obtain all permits required and possess all
licenses required for the work.
21. The City of Fayetteville is an equal opportunity employer. The
Contractor is therefore encouraged to utilize minority participation
in this contract to the extent possible through the use of small,
disadvantaged and women -owned businesses as suppliers or
subcontractors. If any small, disadvantaged or women -owned business
are utilized in this contract, contractor shall inform the City of
Fayetteville and shall report minority expenditures to the City of
Fayetteville quarterly.
9. PAGE 16
•
•
INSTRUCTIONS - CONT'D
Page Four
22. The City of Fayetteville reserves the right to withhold from any
monies owed to Vendor, such amounts which are due the City of
Fayetteville by the Vendor, or by any other company owned or
controlled by him, for: delinquent excise tax, sales and use tax,
penalties, interest, tax deposits, attorney fees, court costs,
occupational license tax or other tax, license, fee, lien or judgment
imposed, collected or owed to the City of Fayetteville; provided
amounts owed are more than three (3) months delinquent and that an
appropriate request for payment has been mailed to Vendor, or the
appropriate documents have been filed for collection.
•
PAGE 17
PURCHASING DIVISION
CITY OF FAYETTEVILLE, ARKANSAS
Specification
Demolition & Removal
Date:
GENERAL
The specifications are to cover the demolition and removal of
concrete, trees, fence line, and debris located on the lots specified
on the bid forms. Each bid will be considered on an individual basis.
The City of Fayetteville reserves the right to reject any and all bids
and waive any informalities. The Contractor shall be required to
furnish all necessary tools, equipment, personnel and insurance to
accomplish the work as specified herein and in the Instructions to
Bidders.
PERMITS AND LICENSES
The Contractor shall procure all permits and licenses, pay all
charges, and fees, and give all notices necessary and incidental to
the due and lawful demolition and removal of said items. NO WORK
SHALL BEGIN UNTIL ALL REQUIREMENTS OF THE CITY OF FAYETTEVILLE, AND
THE CITY OF GREENLAND HAVE BEEN SATISFIED AND ALL REQUIRED PERMITS
HAVE BEEN ISSUED. CONTRACTOR WILL RECEIVE WRITTEN NOTIFICATION FROM
THE CITY OF FAYETTEVILLE TO PROCEED.
•
SCOPE OF WORK
The contractor shall remove and dispose of all foundations, slabs,
driveways, fence lines, utility connections, trees, signs, sheds,
well, underground shelter, etc. All, above ground structures shall be
demolished and otherwise removed. Contractor is to properly,
according to code, cap all utilities and remove utility connections.
All concrete slabs, foundations, driveways, walkways, etc. are to be
removed. All fences shall be removed unless specified otherwise at
time of demolition.
All material removed by the contractor shall become the property of the
contractor and may either be re -used by contractor or must be properly
disposed of at contractor's expense. Burning of brush is permitted;
however, tree stumps must be removed from airport property with the
exception of the stumps which are to remain in the ditches. All
concrete and material shall be disposed of off airport property. It
shall be the contractor's responsibility to locate and secure a legal
and proper off-site disposal area.
•
PAGE 18
SPECIFICATION FOR DEMOLITION AND REMOVAL
Page Two
Contractor shall fill any area excavated by contractor. Top soil
shall be used to fill excavated areas. The affected area shall be
graded, reseeded and strewed. This procedure is also required to
restore any damage to adjacent areas.
Contractors shall obtain a plumbing permit before capping any or all
sewer lines and request a plumbing inspection of same. Upon receipt
of sewer cap inspection approval the contractor shall obtain a
demolition permit from the Inspection Division before work is
commenced. The work is to be done under the supervision of the
Inspection Division of the Department of Public works, and all
questions are to be directed to the Building Official. The Inspection
division is to be notified at completion so a final inspection can be
made.
Before the job is accepted by the City of Fayetteville, the area must
be cleaned of all foreign materials such as rock, wood, etc., that
could be picked up by mowers used by the Airport Maintenance Crews. A
thorough inspection of the area shall be made by the Airport, W.D.
Schock Company, and the Contractor before final inspection of the
project is made. Failure of the Contractor to clean up the jobsite
could delay final inspection and thereby delay final payment on his
contract. The cleaning up of the project work area is incidental to
all other work involved.
THIRD PARTY COVERAGE
The Contractor is required to name the consultant and the City of
Fayetteville as an additional insured. Bidders shall show the premium
cost of the additional insured on the bid page where indicated. The
amount shown in the bid item for third party insurance shall be that
amount of additional premium above the premium for the coverage
specified in the contractor's and subcontractor's insurance. The
additional premium cost for the third party coverage shall be paid by
the City.
•
PAGE 19