Loading...
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 CONTRACTOR'S RESPONSIBILITY FOR UTILITY SERVICES AND FACILITIES OF OTHERS All work must be coordinated with the various owners and agents of all utility services and facilities at the earliest possible time to avoid overlooking utility conflicts and to obtain the best possible information needed to protect such utility services or facilities from damage resulting from the Contractor's operations. Prior to commencement of any excavation, the Contractor shall coordinate all work on and in the vicinity of the underground utilities and cables with the following agency, and all other agencies which may be affected, as appropriate: Arkansas One Call 1-800-482-8998 South Western Bell Buried cable Location 1-800-482-8998 Swepco 300 N. College Avenue 521-3000 City of Fayetteville - Water & Sewer Administration Bldg. 113 W. Mountain 521-1258 Arkansas Western Gas Company Attn: Rick Evans P.O. Box 1288 Fayetteville, AR 72702 521-5330 PAGE 20 CONTRACTOR'S RESPONSIBILITIES Page Two (2) - Cont'd. BID GUARANTEE AND CONTRACT Each bid must be accompanied by a CERTIFIED CHECK, CASHIER'S CHECK OR BIDDER'S BOND ONLY in the amount equal to five percent (5%) of the bid. PERSONAL CHECKS, COMPANY CHECKS OR MONEY ORDERS ARE NOT ACCEPTABLE. The successful bidder shall be expected to enter into a contract with the City of Fayetteville and to post a Performance Bond, Certified Check or Cashier's Check, equal to 100% of the amount of the bid, to guarantee the completion of this work. TIME LIMIT The Contractor shall commence work under this contract on a date to be specified by written order of the City of Fayetteville contingent upon receipt of all applicable permits by the Airport. This is the essence of the contract and work order will be issued promptly. The entire contract shall be completed in all details and ready for final acceptance within thirty (30) calendar days from date of the notice to proceed. A request by the Contractor for an extension of the contract time will be considered only if, in support of the request, the Contractor shall allege delay in performance of the work by either or both the following causes: (a) An act of the City of Fayetteville or the City of Greenland. (b) Inclement Weather - must be documented with National Weather Service reports. LIQUIDATED DAMAGES Should the Contractor fail to complete the work within the time limit specified, then in such event, and for each calendar day of such delay, the Contractor agrees to pay the City of Fayetteville the sum of fifty dollars ($50.00) per day, which amount shall be considered as liquidated damages due the City of Fayetteville by reason of the Contractor's failure to complete the contract within the specified time limit. The Contractor further agrees that the City of Fayetteville may deduct such liquidated damages, computed at the rate of fifty dollars ($50.00) per day, from monies due or coming due to the Contractor under this contract. PAGE 21 CONTRACTOR'S RESPONSIBILITIES Page Three (3) - Cont'd. EGAL REGULATIONS The work shall be executed in full compliance with laws and regulations of Municipal, State and Federal Governments. All licenses, permits, approvals, etc., required by law or ordinarily secured under recognized good practice shall be secured by the Contractor at his own expense. All applicable taxes shall be paid by the Contractor and included in the price bid. BASIS OF PAYMENT FOR DEMOLITION Payment shall be made at the contract lump sum price for the demolition and removal as specified, which price and payment thereof shall constitute full compensation for all labor, materials, equipment, incidental and expenses necessary to the satisfactory completion of the work upon completion in accordance with the bid. PAGE 22 CONTRACTOR'S & SUBCONTRACTOR'S INSURANCE - AIRPORT DEMOLITION/REMOVAL Contractor and any subcontractor shall carry and maintain insurance as specified below until completion and acceptance of the work. Contractor shall not commence work under this contract until certificates of insurance have been approved by the City of Fayetteville. Insurance companies listed on certificates must have an industry rating of B+, Class VI, according to Best's Key Rating Guide. Unless stated otherwise in the job specification, Contractor is responsible for assuring that its subcontractors meet these insurance requirements. 1. Comprehensive General Liability to include Premises Operations Combined BI & PD Contractual Liability $500,000 Broad Form Property Damage Contractor's Protective Liability Explosion, Collapse and Underground Coverage (This particular coverage can be waived by the City of Fayetteville if project does not require same.) 2. Business Auto Policy (if motor vehicles are used in performance of the work) Owned Combined BI & PD Non -Owned & Hired $500,000 3. Standard Workmen's Compensation - Full statutory liability for State of Arkansas with Employer's Liability Coverage of $100,000 minimum per occurrence. 4. Umbrella Liability - Lower primary limits will be accepted if Umbrella Coverage is provided with limits of at least $500,000 in excess of primary coverage shown on the certificate. 5. The following, their officials, employees, volunteers and representatives shall be named as additional insureds on all liability policies. The City of Fayetteville The Fayetteville City Council The Fayetteville Municipal Airport The Fayetteville Municipal Airport Board of Commissioners The City of Greenland PAGE 23 INSURANCE COVERAGE - CONT'D Page Two 6. THIRD PARTY COVERAGE - The Contractor is required to name and the City of Fayetteville as additional insureds. 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. 7. Waiver of subrogation in favor of the City of Fayetteville is required from Worker's Compensation Insurer. e. Certificates must provide for thirty (30) days written notice to Certificate Holder prior to cancellation or change. 9. The Certificate Holder should be shown as: City of Fayetteville Purchasing Office Room 306, city Administration Bldg. 113 W. Mountain Fayetteville, Arkansas 72701 PAGE 24 .'' S(I� j►�' i •I!J A7!4.J :c3 -• i . (till _.J •. m r !n11 I ii ii Ii 1 J f N O , t )II i' - • I C. - 0 1- i I l jIl • _ ri- f •i n n p 1 J ,II O f o f `§ { i i C ;fir, c (k{ rt• 4. • I ak• Ii rt i _ l• I i -1- ~ = N •• Iti iI � i' rt •, O g f Ice' it. SI I -I-• :' 0 I III' .. ' I• l• !lb •''•� / r 0 o t l l A ti r a T 'nz f s N a U Mr/ Or,+ o� c9 al < m - • . n%fin l� I r w V n mm zilr e-i m a°a 0 Mm Or° Boa �� r0 p9 =� o� t , - I YY kkfiI G, a i 7�.1 U ! .•i I• I 'O L rj } H PAGE 25 ZL __ _ the contractor shall complete the following statement by checking the appropriate space. The contractor has x has not participated in a previous contract subject to the equal opportunity clause prescribed by Executive Order 10925, or Executive Order 11114, or Executive Order 11246. The contractor has x has not submitted all compliance reports in connection with any such contract due under the applicable filing .requirements; and that representations indicating submission of required compliance reports signed by proposed subcontractors will be obtained prior to award of subcontracts. If the contractor has participated in a previous contract subject to the equal opportunity clause and has not submitted compliance reports due under applicable filing requirements, the Contractor shall submit a compliance report on Standard Form 100, "Employee Information Report EEO) -1" prior to the award of contract. Standard Form 160 is normally furnished contractors annually, based on a mailing list currently maintained by the Joint Reporting Committee. In the event a contractor has not received the form, he may obtain it by writing to the following address: Joint Reporting Committee 1800 G Street Washington, DC 20506 PAGE 26 BID BOND KNOW ALL MEN BY THESE as Principal, and firmly bound unto the of be made, we hereby jo and assigns. Signed, PRESENTS, that we, City of Fayettevil for the payment intly and severally this _ day of the undersigned, as Surety, do hereby hold and Le, as Owner in the penal sum of which, well and truly to bind ourselves, successors, ,19___ The conditions of the above obligation is such that whereas the Principal has submitted to the City of Fayetteville a certain bid, attached hereto and made a part hereof to enter into a contract in writing, for the demolition and removal as state herein. NOW THEREFORE, (a) if said bid shall be rejected, or in the alternate, (b) if said bid shall be accepted and the Principal shall execute and deliver a contract in the form of contract, attached hereto property completed in accordance with said bid and shall furnish a bond for his faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perfect the agreement created by the acceptance of said bid, then this obligation shall be void, otherwise the same shall remain in force and in effect, it being expressly understood and agreed that the liability of the Surety for any and all claims under such shall in no event, exceed the penal amount of this obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that the obligation of said Surety and its bond shall be in no way impaired or' affected by any extension of the time within which the Owner may accept such Bid; and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, and such of them as are corporation have caused their corporate seals to be hereto affixed and those presents to be signed by their power officers, the day and year first set forth above. PRINCIPAL BIDDER SURETY ADDRESS BY TITLE: SIGNATURE: BY: (SEAL) TITLE: SIGNATURE: IMPORTANT - Surety companies executing bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the state where the project is located. PAGE 27 PERFORMANCE BOND That, we the undersigned MCE.il CONTRACTORS, I:Tas Principal, CCIPANY hereinafter referred to as 'contractor" and UflI2EI PACI::C IXSU AVCE, a Corporation, organized and existing under the laws of the State Of Py""i S:'LVM'2EAand duly authorized to transact business in the State of Arkansas as Surety, are held and firmly bound unto the City of Fayetteville, hereinafter referred to as "Owner" organized and Se2caat4ng,.Tdnyjpr laws of the. State of Arkansas, in the penal sum of lawful money of the United States, for the payment of which well and truly to be made, the said Principal and the said surety do hereby bind ourselves, our heirs, executors, administrators, and assigns, jointly and severally, by these presents as follows. The conditions of this obligation are such that whereas the Contractor by an instrument in writing attached hereto and bearing the date of has agreed with said Owner to furnish labor, materials, tools, and equipment for demolition and removal of area on plans and specified thereby and in the specifications, proposals and contract forming the contract documents hereto attached. NOW THEREFORE, if said contractor shall well and truly in good, sufficient and workmanship manner, and to the satisfaction of the City, perform and complete the work required and shall pay all costs, charges, rentals and expenses for labor, material supplies and equipment and deliver the said improvements to the owner complete and ready for operation, and free from all liens, encumbrances or claims for labor, material or otherwise; and shall pay all other expenses lawfully chargeable to the owner by reason of any default or neglect of the said Contractor in the performance of said agreement and said' work, then the obligation shall be void, otherwise to remain in full force and effect. PROVIDED FURTHER, that the said Surety for value received hereby stipulates and agrees that no change, extension of time, alteration, or addition to the terms of the contract, or to the work to be performed thereunder, or the specifications. PROVIDED FURTHER, that I the contractor, or his, their or its subcontractors fail to duly pay for any labor, materials, team hire, sustenances, provisions, provender or any other supplies or materials consumed or for any materials or supplies furnished for use by such contractors of his, their, or its subcontractor in performance of the work contract to be done, the Surety will pay the same in any amount not exceeding the sum specified in the bond, together with interest and attorney's fees as provided by law. Accompanying the same, shall in anywise affect its obligation on the bond and it do es waive tnoticeoany hetermsofthe contract, extension the work, or to the specifications. PAGE 28 IN WITNESS WHEREOF; Said principal and surety have hereunto set their hands and seals at:j:7. E ROCK. AFKA SAS this day of A.D. CON'rACTORS. ETC. (CONTRACTCR) (WITNESS) •V• '. �L� :I _a LTO:T• �J Yvi.I:.PC 919' (ADDRESS) B Y : 471lZ ? - -i41 ..� — .—. —J r Ja Y .. (SURETY) PAGE 29 �° �, 199 US DATE (MM'DD/YY :;:. AYE OF:IlITSURACE : ::.... ansroa PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER or INFORMATION ONLY AND CONIFERS NO RIGHTS L'PON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND. EXTEND OR ALTER THE COVERAGE AFFORDIW BY THE POLICIES BELOW The Cashion Company, Inc. COMPANIES AFFORDING COVERAGE P.O. Box 550 Little Rock, AR 72203 Mobley Contractors, Inc. P.O. Box 150 Morrilton AR 72110 COMPANY LETTER A Reliance (Insurisk) COMPANY B LETTER Tri-State Ins. Co. COMPANY LETTER C Guaranty National COMPANY LETTER D CIGNA COMPANY E LEITBR THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO TYPE OF INSURANCE POLICY NI MBER POLICY EFT. POLICY EXP. LIMITS TR DATE (MM/DDNYI DATE (MM/DIVVY) A GENERAL LIABILITY S1253641201 4/23/94 4'23/95 2000000 GENERAL AGGREGATE X COMM. GENERAL LIABILITY PROD-COMP/OP AGG. 1000000 CLAIMS MADE ®OCO PBRS. a ADV. INJURY 1000000 .. • OWNER'S & CONTRACT% PROT EACH OCCURRENCE 1000000 FIRE DAMACE(One FIre) B5MOBILKLIA1.1,1LITY A032081 4/23194 4/23/95 COMBINED SINGLE 1000000 NYAOLIMITLLONEDALTOSBODILYINJIRY CULMATOS(PnDAEROBBODILYINJURY N_oW B DUTOS (Per aceldmll I PROPERTI' DAMAGE C EXCESS LIABILITY UMC1004664 4/23/94 4/23/95 EACH OCCURRENCE 1000000 X. UMBRELLA FARM AGGREGATE 1000000 OTHER THAN UMBRELLA FORM ......... . D 040843255 4/23/94 4/23195 X 81'ATLTORY LIMrI'S _ . WORKERS' COMPENSATION AND BMPLOYEWS LIABILITY 1'.al-r- Cf SiI')rcznt= on (1f Crrtiflcatc bolder Applies in Favor EACH ACCIDENT 500000 DISEASE -POLICY LIMIT 500000 DISEASE-BACHKMP. 500000 OTHER The 101707: c Adiliticna. :7l;tonnhi le 11a1?1 Insureds Are lt%: The City .^.t "8\' Fa vettc'�ll lE' fit] Added As Re t Lev111C ici a1 •'ilr pecl.=, the 1'ty'et tP_\'11 ort; r,a et >Fneral T.:ability !. Er City Council; E\%_l7P_ >illaicipai Aipor: DESCRIPTION OF OPERATIONS)tO('ATIONSNHNICLEWSPECIAL ITEMS CB• Jeiroliticn/:enoval of 1rr•r•:, Cnncrcle, F rceline Debris, )rake Field }1unicipal 'kirr,?ort Favctteville, ARI SHOULD ANY OF THE ABOVE DESCRIBED POLICIES HE CANCELLED BEFORE THE EXPIRATION DATETHEREOF,THE ISAIING COMPANY WILL 4l'414AXAR�TR.XX C1 Ly flC aye l le\ 17 1 F MAIL ill DAYS WHIrl EN NOIIC'H To THE CERTIFICATE HOLDER NAMED TO THE PURCHASING OFFICE LEFT, y�RBH.AA9PSY9tv@H�117GANPABWM@AWXQ7tt[QN RB( ROOM 306, CITY ADMIN. BLDG. 41594PA43')PAlIAM44[ iI A4PWA.74X417{gplgpEq@ QR fl('X R44A'WV . 113 WEST MOUNTAIN ALTO PRPSEVTATry --� FAYEITx EVILLE, AR 72701 RELIANCE SURETY COIi PANY RELIANCE INSURANCE COMPANY UNITED PACIFIC INSURANCE COMPANY RELIANCE NATIONAL INDEMNITY COMPANY ADMINISTRATIVE OFFICE, PHILADELPHIA, PENNSYLVANIA POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, that RELIANCE SURETY COMPANY is a corporation duly organized under the laws of the State of Del- aware. and that RELIANCE INSURANCE COMPANY and UNITED PACIFIC INSURANCE COMPANY, are corporations duly organized under the laws of the Commonwealth of Pennsylvania and that RELIANCE NATIONAL INDEMNITY COMPANY is a corporation duly organized under the laws of the State of Wisconsin therein collectively called "the Companies") and that the Companies by virtue of signature and seals do hereby make, constitute and appoint Knight Cashion, Benson A. Cashion. Matthew Knight Cashion, Jr., Carla Sue Hollis, Shirley Stain, William R. Plegge., of Little Rock, Arkansas their true and lawful Attorneytal-in-Fact, to make, execute, seal and deliver for and on their behalf, and as their act and deed any and all bonds and undertakings of suretyship and to bind the Companies thereby as fully and to the same extent as if such bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive Officer of the Companies and sealed and attested by one other of such officers, and hereby ratifies and confirms all that their said Attorney(s)-in-Fact may do in pursuance hereof. This Power of Attorney is granted under and by the authority of Article VII of the By -Laws of RELIANCE SURETY COMPANY, RELIANCE INSURANCE COMPANY, UNITED PACIFIC INSURANCE COMPANY, and RELIANCE NATIONAL INDEMNITY COMPANY which provisions are now in full force and effect, reading as follows: ARTICLE VII - EXECUTION OF BONDS AND UNDERTAKINGS 1. The Board of Directors, the President, the Chairman of the Board, any Senior Vice President, any Vice President or Assistant Vice President or other officer designated by the Board of Directors shall have power and authority to la) appoint Attorneys) -in -Fact and to authorize them to execute on behalf of the Company, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, end (b) to remove any such Attorney(s)-in-Fact at anytime and revoke the power and authority given to them. 2. Attorney(s)-in-Fact shall have power and authority, subject to the terms and limitations of the Power of Attorney issued to them, to execute deliver on behalf of the Company, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. The corporate seal is not necessary for the validity of any bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. 3. Attorneys) -in -Fact shall have power and authority to execute affidavits required to be attached to bonds, recognizances, contracts of indemnity or other conditional or obligatory undertakings and they shall also have power and authority to certify the financial statement of the Company and to copies of the By -Laws at the Company or any article or section thereof. This Power at Attorney is signed and sealed by facsimile under and by authority of the following resolution adopted by the Executive and Finance Committees of the Boards of Directors of Reliance Insurance Company, United Pacific Insurance Company and Reliance National Indemnity Company by Unanimous Consent dated as of February 28, 1994 and by the Executive and Financial Committee of the Board of Directors of Reliance Surety Company by Unanimous Consent dated as o1 March 31, 1994. "Resolved that the signatures of such directors and officers and the seal of the Company may be affixed to any such Power of Attorney or any certificates relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid end binding upon the Company and any such Power so executed and certified by fac- simile signatures and facsimile seal shall be valid end binding upon the Company, in the future with respect to any bond or undertaking to which it is attached." IN WITNESS WHEREOF, the Companies have caused these presents to be signed and their corporate seals to be hereto affixed, this April 1, 1994. RELIANCE SURETY COMPANY RELIANCE INSURANCE COMPANY °..w", °•'° S UNITED PACIFIC INSURANCE COMPANY •RELIANCE NATIONAL INDEMNITY COMPANY •Q,LL "T °ssAL"� STATE OF Pennsylvania COUNTY OF Philadelphia ) as. On this, April 1, 1994, before me, Valencia Wortham, personally appeared Charles B. Schmalz, who acknowledged himself to be the Executive Vice President of the Reliance Surety Company, and the Vice President of Reliance Insurance Company. United Pacific Insurance Company, and Reliance National Indemnity Company and that as such, being authorized to do so, executed the foregoing instrument for the purpose therein contained by signing the name of the corporation by himself es its duly authorized officer. In witness whereof, I hereunto set my hand and official seal. NOTARIAL SEAL C): �M1 .- _VALENCIA WORTHAM Notary Public y. /y1 ___ �t{/rTvCM d Pnaaaebhia PMIa. CountyMyCommW Exy'•e° p�1E tong Notary Public in and for the State of Pennsylvania Residing at Philadelphia I, Anita Zippert, Secretary of RELIANCE SURETY COMPANY, RELIANCE INSURANCE COMPANY, UNITED PACIFIC INSURANCE COMPANY, and RELIANCE NATIONAL INDEMNITY COMPANY do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is still in full force and effect IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seals of said Camper , inia __day ol19 °rte vsuL ( wi Sxretar; r ie r e'M' CONTRACT THIS AGREEMENT made and entered into at Fayetteville, Arkansas by and between the City of Fayetteville, herein represented by, and acting through, its duly elected and authorized Mayor, Fred Hanna, hereinafter called "Owner", and Nctloy Ccntractors, Inc. P.O. Box 15:), iiighwav 287 East, N.crri1ten, AB 72113 represented by Ronald F. r..chIey, Jr. , hereinafter referred to as "Contractor". WITNESSETH That in consideration of the covenants and agreements herein contained, to be performed by the parties hereto and of the payments hereinafter agree to be made, it is mutually agreed as follows, that; 1. For and in consideration 4' he"navment by the Owner to the Contractor the sum of $ `r `F3 6'7,700.°o , and for the other considerations hereinafter stated, the Contractor agrees, contracts and obligates himself to furnish all labor, material, tools and equipment necessary for the performance, in an expeditious and workmanlike manner, the following described work: The work includes all work as specified herein for lot numbers 58, 59, 60, 61, 62, 63, 70, 71, 72, 73, 74, 75, 76, 77, 80, 81, and 82, located on the west side of Highway 71 near Bailey Drive and lot numbers 25, 37, 42 and 45 located on the east side of Highway 71 north of Willoughby. 2. The work is to be done in strict accordance with the proposal of Contractor and bid specifications. A copy of said bid specifications being attached hereto and made a part thereof. PAGE 30 CONTRACT - CONT'D Page Two 3. The work under this contract shall commence upon issuance of a written work order signed by a city of Fayetteville representative, and shall be completed within thirty (30) calendar days. Should the Contractor fail to finish the work at or before the time agreed upon, he shall pay to the by way of liquidated damages, the sum of $50.00 per diem for each day thereafter that the work shall remain incomplete. 4. The Contracting Agency, 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 contracting agency, its officers, employees and agents. Accordingly, Contractor shall indemnify and hold safe contracting agency, its officers, employees and agents, harmless from any and all claims, suits and actions of any character name for description brought for or on account of any injury or damage to any persons 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 officer, employees, agents or subcontractors. The Contractor agrees to provide at his cost and expense the insurance required by the specifications and the certification of issuance required thereby. 5. If during the progress of the work, the Contractor should become bankrupt, refuse or neglect to provide a sufficiency of material or workmanship, or should there be any unreasonable neglect or suspension of the work, or should he fail or refuse to follow the specifications or to comply with any part of this contract, Owner shall have the right at its option on 48 hours written notice to Contractor, delivered in person or by mail addressed to Contractor at his address of record to take over the work and complete the same at the cost and expense of Contractor's Surety, if applicable, or to exact other penalties as appropriate including suspension from bidding city of Fayetteville work for a period of six (6) months. PAGE 31 CONTRACT - CONT'D Page Three IN WITNESS WHEREOF the parties hereto have executed this agreement on this ! _7-. day of , 19 (14 1 - Nc:,lnv Contractors, Inc. (CONTRACTOR) I . ,�S/�_b.�a.e h� _ I BY: 4- 'J fUt1��F1 �`� TITLE: 'Dice President CITY C AYETTEVILLE •1 BY: Ap ED HANNA MAYOR PAGE 32 a " TO: NOTICE TO PROCEED DEMOLITION A.I.P. NUMBER 3-05-0020-15 DATE You are hereby notified to commence WORK on 1993, in accordance with the agreement dated , 1993, and you are to complete the WORK included in agreement within thirty (30) consecutive calendar days thereafter. The date of completion of WORK is therefore 1993. BY: TITLE: ACCEPTANCE OF NOTICE Receipt of the above NOTICE TO PROCEED is hereby acknowledged by this the day of , 1993. BY: TITLE: PAGE 33