HomeMy WebLinkAbout63-77 RESOLUTION•
•
RESOLUTION NO. 61-7n
•
•
A RESOLUTION AUTHORIZING THE MAYOR AND CITY CLERK TO
EXECUTE A CONTRACT FOR CONCRETE CONSTRUCTION WITH JERRY D.
SWEETSER, INC. FOR A CONTRACT PERIOD TO BEGIN AUGUST 6, 1977
AND END AUGUST 6, 1978.
BE IT RESOLVED BY THE BOARD OF DIRECTORS OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
That the Mayor and City Clerk be, and they hereby are,
authorized and directed to execute a contract with Jerry D.
Sweetser, Inc. for concrete construction in accordance with
the bid proposal marked Exhibit "A" attached hereto and made
a part hereof for a contract period to begin August 6, 1977
and end August 6, 1978.
PASSED AND APPROVED THIS /4' DAY OF
APPROVED:
ernes Z se -
f
• ATTEST
ILIA) LaciAileut.4-04r
J
, 1977.
MAYOR
CITY CLERK
MiCkOFILMED
DATE OCT 2 0 1975
REEL ,�
CONTRACT
63-77
THIS CONTRACT, executed this s day of ,Gca/i , 1977
by and between City of Fayetteville, Arkansas, a municipal corpora-
tion, hereinafter called the "City" and Jerry D. Sweetser, Inc.,
hereinafter called the "Contractor".
WHEREAS, the City has advertised for competitive bids for a
concrete construction contract containing the special terms and
conditions and minimum specifications prescribed in Bid No. 353
attached hereto, marked Exhibits "A" and "B", and made a part hereof;
and
WHEREAS, Jerry D. Sweetser, Inc. has submitted the low bid
for said contract.
NOW, THEREFORE, in consideration of the mutual covenants
contained herein, it is hereby mutually agreed by and between
the City of Fayetteville, Arkansas and Jerry D. Sweetser, Inc.
as follows:
1. The Contractor agrees to provide all necessary labor
and materials necessary for concrete construction ordered by
the City of Fayetteville by work order issued to the Contractor
during the period beginning August 6, 1977 and ending August 6,
1978 in accordance with the special terms and conditions and
minimum specifications prescribed in Bid No. 353 attached hereto,
marked Exhibits "A" and "B" respectively, and made a part hereof.
2. For labor performed and materials supplied by the Contractor
pursuant to this contract, the City agrees to pay the Contractor
in accordance with the unit prices set forth in the Contractor's
bid proposal for Bid No. 353 attached hereto, marked Exhibit
and made a part hereof.
This contract executed on the date first above written.
CITY OF FAYETTEVILLE, ARKANSAS,
A Municipal Corporation
MAYOR
ATTEST:
611-0
TTEST:. I yr t3 r
eloos
CITY CLERK
446;
•
•
•
•
BID #353
Special Terms and Conditions
1. All work performed under this bid shall conform in every respect to all City ordinances
pertaining to the work proposed to be performed, except that all fees and/or permits
required shall be waived.
2. The successful bidder shall furnish a performance bond in the amount of $10,000.00
payable to the City of Fayetteville, Arkansas, as a guarantee that the work proposed to be
performed by the winning bidder will be performed and in a satisfactory manner as called
for by the minimum specifications, diagrams, and applicable City ordinances. Said
performance bond shall be submitted to the City Controller within five (5) days after the
date of bid award and shall be furnished by a surety company licensed to do business in the
State of Arkansas, and acceptable to the City. Said performance bond shall be held by the
City of Fayetteville, Arkansas, until all work is completedand accepted for final payment.
3. The City Street Superintendent or his designated representative shall inspect all work
performed and shall accept or reject any work performed and shall see that all work
performed meets the minimum specifications and applicable ordinances. The City Manager
shall have the final authority to release the performance bond.
4. Awarded bid prices shall be firm. The present contract expires. an August 6, 1977.
The firm prices awarded under this invitation to bid shall be firm and good for 365
calendar days from August 6, 1978.
5. All bidders shall furnish on a separate sheet of paper a listing of the classification and
number of workmen and the different types of equipment available for work under this
proposed contract.
6. The past performance of bidders on similar work contemplated by this contract will be
considered in making a determination as to the lowest and best bid.
7. Payments will be made under this contract at the awarded unit prices for actual work
performed and accepted by the Street Department.
8. For ease in administering the contract and to help assure that all work performed under
this contract will be fully compatible with each separate component part, the bid will
be awarded on an all -or -none basis. A bid must be submitted on each item.
9. Do not include sales tax in the bid.
10. Bids MUST be submitted on the Invitation to Bid forms provided by the City. Bids received
after the date and time set for receiving bids will be returned unopened.
I y3 ter
BID #353
City of Fayetteville
Minimum Specifications
1. All concrete street structures described on the attached diagrams and included in this
invitation shall be constructed of portland-cement concrete with a 5-1/2 bag setting
strength of 4,200 psi in 28 days. Concrete shall be trowled and shall have a light broom
finish with appiication of white pigment curing compound to serve as a method of curing.
Pio structures will be accepted with a honeycomb surface.
2. All subgrades shall be prepared by the City to a grade + 1" within the finished grade.
3. Property lines are the responsibility of the owner when replacing driveways and sidewalks.
The City is responsible for surveying when reconstruction of streets are involved. If the
property owner disagrees with the Street Department surveyor, he will be responsible for
employing a Registered Land Surveyor at his own expense.
4. Minimum thickness of sidewalks shall be four (4) inches. Residential driveways shall be a -
minimum of four (4) inches with either four (4) inches of compacted SB -2 or 6" X 6"
six gauge reinforcing web. Commercial driveways shall be a minimum of six (6) inches
with either six (6) inches of compacted SB -2 or 6" X 6" six -gauge reinforcing web.
5. Minimum width of residential sidewalks shall be four (4) feet. All others shall be not less
than five (5) feet wide.
6. Concrete pavement shall be six (6) inches thick with curbs on each side. The pavement shall
be reinforced with 6" X 6" six -gauge wire mesh.
7. Expansion joints shall be placed at intervals no greater than thirty-five (35') feet, and at
points of curvature in the pavement.
8. Two number 4 (#4) reinforcing bars shall be placed horizontally in all turn radii. Turn
radii will be bid at the same price as curb and gutter when the curb and gutter is 100 linear
feet or longer. A separate price for turn radii curb and gutter will be bid for turn radii
jobs only, which are less than 100 feet in length.
9. Pozzilet additive shall be added when directed by the Street Superintendent for better
workability.
10. The temperature shall be 35• and rising before any type of concrete pouring will take place.
Methods of heating and materials for covering the surface of the concrete shall also be
provided by the contractor when adverse weather conditions prevail.
11. A vibrator shall be used on all formed concrete structures and at the direction of the
Street Superintendent when pouring concrete of any type.
12. Bid prices will be adjusted for special projects (not specifically covered in these
specifications) to the satisfaction of the successful bidder and the Street Superintendent.
13. The successful bidder shall be responsible for supervision of his crews. The Street
Superintendent or his designated representative will only perform an inspection after the
grade is established on all jobs.
BID #353
City of Fayetteville
Minimum Specifications
(Continued Page 2)
14. All structures under the roadway, as well as all retaining walls, will have a minimum
reinforcement of number 4 (#4) bars on 12" centers. This requirement may be increased
at the direction of the Street Superintendent.
15. When tying on to existing structures (concrete or rock) the steel will be doweled into the
existing structure a minimum of 5".
16. After the City has prepared the sub -base, the contractor shall have 48 hours to start
construction on the job unless delayed by inclement weather.
17. The contractor shall be in daily contact with the Street Superintendent.
NOTICE TO CONTRACTORS
'COMPLIANCE WITH TITLE VI OF THE CIVIL RIGHTS ACT CF 136c
rn•m
APPENDIX "A"
During the performance of this contract, the contractor, for itself, its
assignees and successors in interest (hereinafter referred to as the
"contractor"), agrees as follows:
• (1) Comoliance with Regulations: The contractor will comply with the
Regulations fo the Department of Commerce relative to nondiscrimination
in Federally -assisted programs of the Department of Commerce (Title 15,
Code of Federal Regulations, Part 8, hereinafter referred to as the
Regulations), which are herein incorporated by reference and made a part
o f this contract.
(2) Nondiscrimination: The contractor, with regard to the work performed
by it after award and prior to completion of the contract work, will not
discriminate on the ground of race, color, or national origin in the
selection and retention of subcontractors, including procurements of
materials and leases of equipment. The contractor will not participate
either directly or indirectly in the discrimination prohibited by Section
8.4 of the Regulations, including employment practices when the contract
covers a program set forth in Appendix A-11 of the Regulations.
(3) Solicitations for Subcontractors, Including Procurements of Materials
and Equipment: In all solicitations, either by competitive bidding or
negotiation made by the contractor for work to be performed under a sub-
contract including procurements of materials or equipment, each potential
subcontractor or supplier shall be notified by the contractor of the
contractor's obligation under this contract and the Regulations relative
to nondiscrimination on the ground of race, color, or national origin.
(4) Information and Reports: The contractor will provide all information
and reports required by the Regulations, or orders and instructions issued
pursuant thereto, and will permit access to its books, records, accounts,
and other sources of information, and its facilities as may be deteemined (' le/o�
by the St -a e-MJia;baay�eloar menet-or--the-federa4-H4chway,Rdmi tiatrat ON to
be pertinent to ascertain compliance with such Regulations, orders and erre,j
instructions. Where any information required of a contractor is in the
exclusive possession of another who fails or refuses to furnish this infor-
mation, the contractor shall so certify to the State NigLwey De?_,E,aent, �". of y
*Propria to and shall set forth w''�%yrr
what efforts it has made to obtain information.
a
(5) Sanctions for Noncompliance: In the event of the contractor's non-
compliance with the nondiscrimination provisions of this contract, the Stetr e,e"y
41412way-Caeartrerrt- shall impose such contract sanctions. as it GC-tht�#---ithre4
yighway-Prdmtn4t ret -ion may determine to be appropriate, including, but not
limited to:
(a) withholding of payments to the contractor under the contract until
the contractor complies, and/or
(b) Cancellation, termination or suspension of the contract, in whale
or in part.
(6) Incorporation of Provisions: The contractor will include the provisions
of paragraph (1) through (6) in every subcontract, including procurements
of materials and leases of equipment, unless exempt by the Regulations, order
or instructions issued pursuant thereto. The Contractor will take such action
with respect to any subcontract or procurement as the Siete-444 zsay.-7epar-=est e4 ? f ,zr fffc„i6
. She-Federe4-Highway-Adm-inttratwen.may direct as a means of enforcing such
provisions including sanctions for noncompliance: Provided, however, that.
in the event a contractor becomes involved in, or is threatened with litigation
with a subcontractor or supplier as a result of such direction, the contractor
C,(7 i may request the 92h4a-to enter into such litigation to protect the interest
`i tilt', of the State, a: ;.me itcene-the^EbHt"Tactoremay.rerr+A s:a..Fb.-Nax•ed
• . t1an -protee&-•ehe4fn eves• -:,e, mm r crams
•
•
•
Note: Drawing not to scale
I I
I t
I I
T I I
\\
\\
IN ACCORDANCE W1TH SIZE OF PIPE.
CATCH BASIN: STANDARD 273X3
•
2utnzp :ILON
0
0
F-0
0
•
oma
1 1 1
0 0-1-I'
1rJ
0-3 el
a H A
t" r
1
1
f
1
1
1
1
1
1 0
1
1
Th
1
1
1
I 1
\-
I �
,
,
4 I
1 I
1 I
11 i
! . -A
a -
o;
cozil
a
4,
•
116.
v
Cb
d
y
O
ri
O C
O •ri
C
O O
C• c
_O O_
N
Cel
t
r-1
3 O
27 ra +.) t
N 0 O o
.'-'3 L:. E•
Note: Drawing not scaled.
•
.r:fl
N
1
r I m ti
9 r -I U
a- C C
U tl C
N T.. O
U •r1 •r4
C O v N
O C S. V
V O 0 0
1 (n
C w
CJ 0
E • U
E •r E O.
• 4.41 0—.
-ri O
U W,
0 N C
x 0.0.0
E N 0z
RAISED CURE INLET
•
Lij
I�
i
m
U
car
1
CONCRETE SCUPPER DRAIN
•
I
-ke-
•
F
U
•
CONCRETE SWALE
TOP OF PAVE/ENT
•
•
•:,
•
•
�ta
f
Li
L
IU
f
NOT TO SCALL
•
Li
f
C�
y:_ rb
City of Fayetteville
Bid Jib. 353
Concreta.Construction
10:00 A., M. July 12, 1977
Concrete Curb and gutter
100' or less
Net bid per linear foot
Concrete curb and gutter
100' - 200'
Net bid per linear foot
Concrete curb and gutter
over 200'
Net bid per linear foot
4' wide sidewalk with
monolithic curb 100' or less
Net bid per linear foot
4' wide sidewalk with
monolithic curb 100' - 200'
Net bid per linear foot
4' wide sidewalk with
monolithic curb over 200'
Net bid per linear foot
4' wide sidewalk only
100' or less
Net bid per square linear foot
4' wide sidewalk only
100' - 200'
Net bid per square linear foot
4' wide sidewalk only over 200'
Net bid per square linear foot
Concrete swale
Net bid per square foot
Concrete scupper drain
Net bid per square foot
Raised Curb Inlet
Net bid ea.
Catch basin (without cover)
Net bid ea.
Residential driveway
Net bid per square foot
Commercial driveway
Net bid per square foot
Present Contract Price
$3.25
$2.90
$2.55
$3.25
$3.00
$3.00
$3.00
$2.75
$2.75
$3.00
$ .90
$130.00
$130.00
$ .70
le
Jerry D. Sweetser Inc.
$3.75
$3.75
$3.00
$4.00
$3.75
$3.50
$3.35
$3.10
$3.10
$1.00
$1.10
$135.00 per cubic yd.
$135.00 per cubic yd.
$ .75
$ .90 $ .95
Recommendation: That the bid of Jerry D. Sweetser, Inc. be awarded for a contract
period to begin August 6, 1977 and end August 6, 1978. An
Invitation to Bid was mailed to nine prospective bidders in the
area.
CONTRACT
THIS CONTRACT, executed this 5 day of
• 63-- an
1977
by and between City of Fayetteville, Arkansas, a municipal corpora-
tion, hereinafter called the "City" and Jerry D. Sweetser, Inc.,
hereinafter called the "Contractor".
WHEREAS, the City has advertised for competitive bids for a
concrete construction contract containing the special terms and
conditions and minimum specifications prescribed in Bid No. 353
attached hereto, marked Exhibits "A" and "B", and made a part hereof;
and
WHEREAS, Jerry D. Sweetser, Inc. has submitted the low bid
for said contract.
NOW, THEREFORE, in. consideration of the mutual covenants
contained herein, it is hereby mutually agreed by and between
the City of Fayetteville, Arkansas and Jerry D. Sweetser, Inc.
as follows:
1. The Contractor agrees to provide all necessary labor
and materials necessary for concrete construction ordered by
the City of Fayetteville by work order issued to the Contractor
during the period beginning August 6, 1977 and ending August 6,
1978 in accordance with the special terms and conditions and
minimum specifications prescribed in Bid No. 353 attached hereto,
marked Exhibits "A" and "B" respectively, and made a part hereof.
2. For labor performed and materials supplied by the Contractor
pursuant to this contract, the City agrees to pay the Contractor
in accordance with the unit prices set forth in the Contractor's
bid proposal for Bid No. 353 attached hereto, marked Exhibit "C",
and made a part hereof.
This contract executed on the date first above written.
CITY OF FAYETTEVILLE, ARKANSAS,
. A Municipal Corporation
ATTEST:
ATTFT:
CITY CLERK
JE
BY
(7) an c ra
MAYOR
SWEETSER,i✓/V�C/�.i�� .
•