Loading...
HomeMy WebLinkAbout89-80 RESOLUTION• Is! RESOLUTION NO. 2)140_ 9 A RESOLUTION AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A CONTRACT WITH JERRY D. SWEETSER, INC. FOR CONCRETE CONSTRUCTION FOR ONE YEAR. BE IT RESOLVED BY THE BOARD OF DIRECTORS OF THE CITY OF FAYETTEVILLE, ARKANSAS: That the Mayor and City Clerk are hereby authorized and directed to execute a contract with Jerry D. Sweetser, Inc. for concrete construction from September 19, 1980 to September 19, 1981. A copy of the contract authorized for execution hereby is attached hereto marked Exhibit "A" and made a part hereof. PASSED AND APPROVED this MA day of 1980. ATTEST: s"QITY CLERK Ott v=""- _:_yam n APPROVED: • • MICROFILMED CERTIFICATE OF RECORD State of Arkansas ( SS City of Faye tevilleep I, 0111112 Goering, City Clerk and Ex -Officio recorder for the City of Fayetteville, do here- by certify that the annexed or foregoing is of record h my office and the same ap- pears in Ordinance Fl Resolution book 'tt page Witness my hand and seal this / 9M day of 19 IC City Clerk and Ex -Officio Rrr-rr, • CONTRACT as THIS CONTRACT, executed this 10th day of September , 1980 by and between the City of Fayetteville, Arkansas, a municipal corporation, 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. 437 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 follow: 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 September 19, 1980 and ending September 19, 1981 in accordance with the special terms and conditions and minimum specifications prescribed in Bid No. 437 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. 437 attached hereto, marked Exhibit "C", and made a part hereof. This contract executed on the date first above written. CITY OF FAYETTEVILLE, ARKANSAS, A Municip 1 Corporin i By �_ Ccs / �G MAYOR -a. / ATTEST)21 • ,/ I. . : CITY CLERK AT Tb 1.1 JERRY D. SWEETS BY -770/1 / �__% 'FR0'j City' Purchasing Office City of Fayetteville P:O. Box F Fayetteville, Arkansas 72701 AN INVITATION TO BID BID NO. 437 ISSUE DATE July 25, 1980 "1.0: BIDS WILL BE OPENED:10:00 A.M. . 1 August 20, 1980 You are invited to bid on the following items subject to the terms and conditions set forth herewith. )PXXa. on 6, Discount Terns Delivery Estimated UNIT QUANTITY UNIT ;, DESCRIPTION PRICE EXTENSION 200 L.F. Concrete curb & gutter (100' or less) Net Bid per linear foot $4.75 800 L.F. Concrete curb & gutter (100'-200') . Net Bid per linear foot $4.75 5,660 L.F. Concrete curb & gutter (over 200') Net Bid per linear foot $4.25 100 L.F. 4' -wide sidewalk with monolithic curb (100 or less) _.__ .._.. ... Net Bid per linear foot :`:""-. ."': ': 5.75 300 L.F. 4' -wide sidewalk with monolithic curb (100'-200') Net Bid per linear foot $5.50 400 L.F. 4' -wide sidewalk with monolithic curb (over 200') Net Bid per linear foot $s.25 100 L.F. 4' -wide sidewalk only (100' or less) Net Bid per square linear ft $4.60 200 L.F. 4' -wide sidewalk only (100'-200) Net Bid per square linear ft $4.6o 10,650 L.F. 4' -wide sidewalk only (over 200') Net Bid per square linear ft $4.25 • SQ.FT. Concrete swale Net Bid per square foot $1 5o GENERAL TERMS AND INSTRUCtIONS 1. The City reserves the right to reject any and all bids or parts. 2. Prices must be itemized. The City reserves the right to award by item. 3. All bids must be FOB Fayetteville and include all costs of delivery and packaging. 4. All bids must be signed by hand. S. Indicate bid item and number on outside of envelope. 6. For further information,'contact • Company game Jerry D. Sweetser, Inc By dier ty Fayetteville State AR Address P. O. Box 579 Telephone Number APrr4601 72701 Zip Code FRO.': City' Purchasing Office City of Fayetteville P.O: Box F Fayetteville, Arkansas 72701 AN INVITATION TO BID BID NO. .437 ISSUE DATE July 25, 1980 r'TO: BIDS WILL BE OPENED:10:00 A.M. August 20, 1980 Page 2 You are invited to bid on the following items subject to the terms and conditions set forth herewith. MAX bn i.XF1it':1 Discount Terms Delivery Estimated UNIT QUANTITY UNIT DESCRIPTION PRICE EXTENSION 400 SQ.FT. Concrete scupper drain & flume Net Bid per square foot , $1.50 75 , CY Standard Drop inlet (without cover) Net Bid per cubic yard $200.oc 25 CY Standard Junction Box (without cover) Net Bid per cubic yard $200.00l 6000 a....-___._ SQ.FT..Residential driveway Net Bid per square foot • $1.21 10',000 SQ.FT. Commerical driveway & rigid concrete pavement Net Bid per square foot $1.5 Concrete Reinforced Walls & Footings 30 CY A. W/#4 0 @ 12" 0.C. Both viays. . Net Bid per cubic yard . . . . . . . . . $200.0 20 CY B. W/r5 0 @ 12" 0.C. Both ways - $215.0 Net Bid per cubic yard 20 CY C. W/#6 0 @ 12" O.C. Both ways Net Bid per cubic yard $225.1 60 CY D. Non -Reinforced concrete/minimal finish -truck pour Net Bidper cubic yard $80.oc� II GENERAL TERNS AND INSTRUCTIONS 1. The City reserves the right to reject any and all bids or parts. 2. Prices must be itemized. The City reserves the right to award by item. 3. All bids must be FOB Fayetteville and include all costs of delivery and packaging. 4. All bids must be signed by hand. 5. Indicate bid item and number on outside of envelope. 6. For further information, contact Compan> Name Jerry D; Sweetser,Inco Address P. 0. Box 579 by .�Air Teleohone Number 4 4601 City Fayetteville State AR 72701 Zip Code • BID #437 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 perfor- mance 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 Fay- etteville, Arkansas, until all work is completed and accented 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 auth- ority to release the performance bond. 4. Awarded bid prices shall be firm. The firm prices awarded under this invitation to bid shall be firm and good for 365 calendar days from date of 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 equip- ment available for work under this proposed contract. 6. The past performance of bidders on similar work contemplated by this con- tract 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 performer; 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 sumbitted on the Invitation to Bid forms provided by the City. Bids received after the date and time set for receiving bids will be re- turned unopened. 'Pir, L� "l9 BID # 437 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 hag setting strength of 4,200 psi in 28 days. Concrete shall be trowled and shall have a light broom finish with application of white pigment curing compound to serve as a method of curing. No 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. A11 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 (W4) 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'perforin an inspection after the grade is established on all jobs. BID # 437 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 OF 1964 APPENDIX "A" During the performance of this contract, the contractor, for itself, its assignees and successors in interest (hereinafter referred to as the "con- tractor"), agrees as follows: (1). Compliance with Regulations: The contractor will comply with the Regulations of 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 Reg- ulations), which are herein incorporated by reference and made a part of 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, includingprocurements 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 employmentpractices 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's obligation under this contract and the Regulations relative to nondiscrimination nn the ground of race, color, or national origin. (4) Inforrration and Reoorts: 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 determined by the City of Fayetteville to be pertinent to ascertain compliance with such Regulations, orders and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish this information, the contractor shall so certify to the City of Fayetteville, and shall set forth what efforts it has made to obtain information. (5) Sanctions for Noncompliance: In the event of the contractor's non- compliance with the nondiscrimination provisions of this contract, the City of Fayetteville shall impose such contract sanctions, as it 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 whole or in part. (6) Incorporation of Provisions: The contractor will include the provisions o f paragraph (1) through (6) in every subcontract, including procurements o f materials and leases of equipment, unless exempt by the Regulations, order o r instructions issued pursuant thereto. The Contractor will take such action with respect to any subcontract or procurement as the City of Fay- etteville may direct as a means of enforcing such provisions including sanctions for noncompliance: Provided, however, that, in the event a con- tractor becomes involved in, or is threatened with litigation with a subcontractor or supplier as a result of such direction, the contractor may request the City to enter into such litigation to protect the interest o f the City. 4 :J / z cn o = ' D r co 0 Wb103NO0. 1 N w 0 BONb'NIOHO z 0 -+ rn THE CEMENT -CONCRETE SNOIld01JI03dS r n , z m m r m Pi 1/ • • • -+ r Zi - 0 -o m L. ,.,.-",„"ta.4-..,osird '••c5' 'ab.le an :More 1"/fl '- n.irl 1 1/2 Ramp Contr Joint 1 Curb and Guttcr • ?einl'orc8:'"nt 25 in Adjacent Curb Z: Gutter - 7 Section G --G Section n—Y T^•T T ..lu :.u.._. �.:__.__.�...._L __.. _ .__._ ......_.. -- ..- cticn 17p" able 0_—.,n Lt Variable.L•� s i „ . _ _ r__ . am.f`. . Section n—Y T^•T T ..lu :.u.._. �.:__.__.�...._L __.. • CULl/ _2r, SIZE 6s Pos/r/o,v TO sU/r V/N/C SLOPE TO DROP MILE r. 0 PLA �_ MEMO - Gib/DEN/NC % • r; T\:• \' /AL. --2< x.a Gi 4 OSQ. Aj' ,OL ACED AS S!-/O:N II 24"C. /. CU VER r <a: ie1y: . oo. rO. d. a G" V ,F r V.' it 5tCT/UN. ' 12F/,VF C 7 0P /A/% r GJ CA Tr Ai /2)45 /At • • 1