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