Demolition of 3101 Stanard Ave

Agency: City of Fort Smith
State: Arkansas
Type of Government: State & Local
Category:
  • P - Salvage Services
Posted: Feb 7, 2024
Due: Feb 23, 2024
Publication URL: To access bid details, please log in.
Demolition of 3101 Stanard Ave

Attachment Preview

BID NO: 02-23-
3101AA
CITY OF FORT SMITH
Invitation for Bid
Purchasing Department
623 Garrison Avenue #512
P.O. Box 1908
Fort Smith, AR 72902-1908
DEMOLITION OF
SUBSTANDARD BUILDINGS
Closing Date:
Friday, February 23, 2024
@ 11:00AM
ALL BIDS SUBMITTED SHALL HAVE AN ORIGINAL SIGNATURE. SEALED BIDS
MAY BE RETURNED TO THE ABOVE ADDRESS
Company
Name:
(Print or Type)
Federal Tax I.D. No.
Signature*
Mailing Address
Title
City
Date
State
Tel. No.
Zip Code
Fax No.
*Authorized Signature: The signer declares under
penalty of perjury that she/he is authorized to sign
this document and bind the company or
organization to the terms of this agreement.
E-Mail
DEMOLITION AND PRICING LIST
Due Friday, February 23, 2024 @ 11:00 AM
3101 Stanard Avenue, Lot 12 & W 5’ Lot 11, BLK A; Brentwood Addition, Parcel
10843-0012-00001-00
Cost of Demolition
$ _________________________
$ ______________________________________________________________________
Written Amount
1
SCOPE OF WORK
The City of Fort Smith is seeking bids from qualified, City-licensed demolition firms, hereinafter
referred to as “Contractor,” to provide demolition and disposal of designated substandard and
condemned site(s) as indicated in this bid document (See “Demolition & Pricing List”). These
services shall be in accordance with the terms, conditions, and specifications contained in this bid
document. Services required shall include and incorporate the demolition and disposal of the said
structure(s), removal of footings, slabs, asphalt pavement, walkways, miscellaneous structures,
debris, and other undesirable objects.
The price listed shall include all costs associated with the performance of the services specified,
including overhead, labor, materials, equipment, tools, transportation, and all other costs incidental
to complete demolition and removal of the structures indicated, including the removal and cleanup
of any known asbestos, the removal of any concrete foundation walls, footings, floors, etc., and
the hauling and placing of any fill material which may be required to fill remaining voids.
GENERAL SPECIFICATIONS
In accordance with accepted principles and techniques used in the demolition of real property or
structural removal, and in compliance with all federal, state and local regulations, the Contractor
shall provide the following services in regard to said property:
1. Actual demolition shall incorporate the removal of all structures to include residential,
outbuildings, sheds, and other miscellaneous structures so designated by the City.
2. Removal of all foundations, footings, slabs, asphalt walkways and driveways, debris, and
other undesirable objects to the sidewalk. Care shall be taken not to damage the sidewalks
or street. Any damage shall be the responsibility of the Contractor.
3. Septic systems (if applicable) shall be pumped until empty, remove and dispose of tanks, and
fill in void with clean fill. All sanitary sewer lines connected to street sewer main lines shall
be capped off. Areas shall be filled to grade and shall match elevation to adjoining property.
4. Foundation landscaping shall be removed unless otherwise designated. Dead trees shall be
removed and the contractor shall provide fill and refill the excavated site to a level even with
the surrounding area.
5. The area shall be filled with clean fill and graded to a uniform and well-drained finish. All
filled areas shall be compacted and the entire area shall be left well drained by grading to
existing drain areas. Fill materials shall be free from matter subject to deterioration.
6. Contact all required utility companies to disconnect services from project area and all lines
are removed from the property. Water & Sewer lines shall be capped at the property line.
7. All work and equipment shall be strictly confined to lot boundaries.
8. Access to the job site shall be from existing streets bordering the work and the employee
parking shall be on the job site or on streets bordering the lot.
9. While on the job site, all parties shall conduct themselves in a professional manner; no
consumption of alcoholic beverages, no loud music, no profanity, no littering, and the job
site shall be left clean and neat at the end of each day with equipment stored neatly on the
job site.
10. Use of heavy equipment and other loud equipment or hammering shall not begin prior to
7:00 a.m. and must cease by 6:00 p.m. No Sunday work shall be allowed.
2
11. All materials shall be disposed of at Contractor’s expense in an approved landfill area.
Debris removal shall be accomplished with neatness and without debris trails on streets. No
material may be burned or buried on site.
12. Any reported damage to other lots, rights of way, roads or the property of others caused as a
result of structural removal shall be the responsibility of the Contractor.
INSURANCE REQUIREMENTS
The Contractor shall secure and maintain, at its sole cost and expense during the contract term, the
following insurance with an updated and current copy for ongoing projects:
Commercial General Liability Insurance with a combined single limit of not less than
$1million per occurrence
Automobile Liability Insurance with a combined limit of not less than $1million per
occurrence
Workers’ Compensation/Employers’ Liability Insurance (when applicable) with a
combined limit on not less than $1 million per occurrence
Professional Errors and Omissions Insurance with limits of not less than $1 million per
occurrence. (Submit only if applicable.)
Other insurance as required based upon the nature of the contract.
All insurance contracts shall name the City of Fort Smith as an additional insured.
Further, the Contractor shall assume the entire responsibility and liability for any and
all damages to persons or property caused by or resulting from or arising out of any
negligent act or omission or any willful misconduct on the part of the Contractor, its
subcontractors, agents or employees under or in connection with the Contract, while on
City premises. The Contractor shall hold harmless and indemnify the City and its
agents, volunteers, servants, employees and officers from and against any and all
claims, losses or expenses, including but not limited to court costs and reasonable
attorney’s fees, which either or both of them may suffer, pay or incur as the result of
claims or suits do to, arising out of or in connection with any and all such damage, real
or alleged, to the extent caused by the Contractor’s negligence or willful misconduct.
The Contractor shall, upon written demand by the City, assume and defend at the
Contractor’s sole expense any and all such suits or defense of claims.
A. INDEMNIFICATION
To the fullest extent permitted by law, the Contractor agrees to defend, indemnify,
protect, and hold the City and its agents and employees harmless from and against
any and all claims asserted or liability established for damages or injuries to any
person or property, including injury to City’s or Contractor’s, agents, or officers
which arise from, or are connected with, or are caused, or claimed to be caused by
acts, or omissions of Contractor and its agents, officers, or employees in
performing, providing, manufacturing, or supplying the work, services, product, or
equipment relating to this bid, and all expenses of investigating and defending
against same; provided, however, that the Contractor’s duty to indemnify and hold
3
harmless shall not include any claims or liability arising from the established sole
negligence or willful misconduct of the City, its agents, officers, or employees.
Notwithstanding anything herein to the contrary, the services provided under this
contract will not give rise to, nor will be deemed or construed so as to confer any
rights on any other party as a third party beneficiary or otherwise.
B. ANTI-COLLUSION CERTIFICATION
The Contractor certifies that this bid is made without prior understanding,
agreement, or connection with any corporation, firm, or person submitting a bid for
the same product and that this bid is in all respects bona fide, fair and not the result
of any act of fraud or collusion with another person or firm engaged in the same
line of business or commerce. The Contractor understands collusive bidding is a
violation of Federal Law and that any false statement hereunder constitutes a felony
and can result in fines, imprisonment, as well as civil damages. The Contractor
also understands that failure to sign this bid document will make the bid non-
responsive and unqualified for award.
GENERAL BIDDING CONDITIONS
1.
Contractor shall be properly registered with the City of Fort Smith and shall be on the
approved list of contractors for the demolition work required under this Agreement.
2.
Contractor shall be solely responsible for the safety of Contractor's employees and others
relative to Contractor's work, work procedures, material, equipment, signage, etc.
3.
Any asbestos found in the structure(s) shall be removed as directed by the Arkansas
Department of Environmental Quality (“ADEQ”) requirements and guidelines. The
asbestos shall be removed separately from other material, and transported to an approved
landfill or other approved disposal sites. The City shall be notified of the time for removal
of the asbestos so that they may be present to oversee the operation or take samples if
they so desire.
4.
Contractor shall obtain within 14 business days of bid award all necessary permits from
the City’s Building Safety Division located at 623 Garrison Avenue, Suite 405, Fort
Smith, Arkansas (479-784-2206) and pay all fees pertaining thereto as required prior to
commencing work. Contractor must specify on the permit application the exact location
to be used for dumping the remains of the demolition.
5.
Exact locations and legal descriptions of structures to be demolished shall be provided to
Contractor by City. Contractor shall inspect each individual site prior to commencement
of the work.
6.
The procedure for demolition shall be as follows:
a. After all the work of removal of utilities has been accomplished, the structure(s) shall
be razed to the base of foundation walls and footings. If concrete basements exist,
the foundation walls, footings, concrete basement walls, floors, etc. shall be broken
out and removed from the premises, as well as all pavement such as walks, driveways,
curb, etc., located to or within the property(s) involved and as directed by the City.
All pipes exposed by this operation that are to be abandoned shall also be removed
and disposed of as directed. After completion of demolition, the top 2' of fill, voids
4
between all brick, rock, etc., shall be filled with dirt or sand and compacted equal to
the existing ground surface. Granular fill material having large boulders will be
rejected.
7.
All material remaining as a result of the demolition shall become the property of
Contractor and shall be removed from the premises and disposed of in a proper manner
and in accordance with City ordinances.
8.
Immediately upon completion of the work on each portion of the project, as directed by
the City representative, Contractor shall, at his sole expense, clean up and remove all
refuse materials of every kind. Upon failure to do so within twenty-four (24) hours after
having been notified by the City representative, the work may be done by the City and
the cost thereof deducted from the amount of Contractor's final payment. The City will
not make the final inspection until all work outlined in this Agreement has been
completed by Contractor and the final clean-up performed.
9.
All work shall be executed in an orderly and careful manner with due consideration for
neighbors and the general public. Masonry shall be removed and demolished in small
sections using bracing and shoring to avoid total collapse of the structure or large sections
thereof. Bracing and shoring shall be adequate to maintain without damage to any
neighboring building, structure or other private property. Streets, sidewalks, driveways,
etc. are to be kept reasonably clean during demolition and shall be swept clean not less
than once each day and before leaving at the end of the day's work, or more often if
requested by the City representative.
10. Cleaning up of junk, rubbish and debris is an essential part of this operation and
arrangements shall be made to keep the premises clean and safe at all times as
accumulation of this material shall not be tolerated.
11. All work must be completed within thirty (45) days upon notification to commence
demolition. All Contractors must guarantee satisfactory completion of the work involved
within this time frame.
12. All salvageable materials shall become the property of Contractor upon completion of the
project.
13. PAST PERFORMANCE: All contractors shall be evaluated on their past performance
and prior dealings with the City (i.e., failure to meet specifications, poor workmanship,
etc.). Thus, a Contractor may be deemed non-responsible based on poor past
performance.
14. Contractors incur and are responsible for all costs involved including investigating,
formulating, and submitting of bid responses. “All or none” bids shall not be accepted.
15. The City's designated representative shall be available to the Contractor to provide regular
progress inspections.
16. The City shall make final inspection of the property(s) upon completion of the work.
17. Upon completion of each demolition project, Contractor shall submit to the City, through
the City representative of each project, an invoice for the price quoted in bid document.
Payment for work, satisfactorily completed, will be made within thirty (30) days after
work has been inspected and accepted by the City representative.
18. Successful Contractor shall be required to furnish the required Demolition Bond as per
Ordinance No.4-94 (copy available upon request) when bid is awarded.
19. Equal Opportunity Employment: All qualified Contractors will receive consideration
without regard to race, color, religion, sex, age, disability or national origin. Contractor
shall comply with the City's employment requirements as set out in the attached copy of
Resolution R-121-08(copy available upon request).
5
This is the opportunity summary page. You are currently viewing an overview of this opportunity and a preview of the attached documentation. For more information, please visit the Publication URL Web page.
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Bid Information Type Request for Qualifications Status Issued Number 24007 Addendum 1 (QVL

Pulaski County

Bid Due: 4/30/2024

closing date information award scoring & tabulation award status 06/18/24 RFP03182024 - Next

University of Arkansas

Bid Due: 6/18/2024

A Request for Qualifications The Little River County Housing Authority is requesting proposals

Arkansas Democrat-Gazette

Bid Due: 5/14/2024

Follow Notice of Intent to Sole Source: Fitness Center Double Door Access System

DEPT OF DEFENSE

Bid Due: 4/30/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.