HomeMy WebLinkAbout81-80 RESOLUTION•
•
i
RESOLUTION NO. (52/46
46
A RESOLUTION AUTHORIZING THE MAYOR AND CITY CLERK
TO EXECUTE A CONTRACT WITH McCLINTON ANCHOR COMPANY
FOR CONSTRUCTION OF IMPROVEMENTS TO COMBS, WHILLOCK
AND EAST FARMERT STREETS.
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 McClinton Anchor
Company for construction of improvements to Combs, Whillock
and East Farmer Street. A copy of the contract authorized
for execution hereby is attached hereto, marked Exhibit "A"
and made a part hereof.
PASSED AND`APPROVED this `aj = day of _ , 1980.
APPROVED:
rAT.TEST.,:
.?
Kett-,«
CITY( CLERK
•
L ZYC(
MAYOR
4
MICROFILMED
CONTRACT
TIIIS AGREEMENT, made this day of
August
,19 S0',by and
HUD -4228-F
{6.661
the City of Fayetteville, Arkansas
between the called "Owner;' acting
(Corporate Narne of Owner)
herein through its Mayor
(Title of Aurhonned Official)
McClinton -Anchor Company, Division of Ashland -Warren, Inc.
and
6TRIrE OUT
INAPPLICABLE
TERMS
(a corporation) (a:part)
(au- individual. dein g -.b ni1A2EC ad
Wilmington
hereinafter called "Contractor."
County of
and State of Delaware
WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned. to he
made and performed by the OWNER. the CONTRACTOR hereby agrees with the OWNER to commence and complete
the construction described as follows:
Street and Drainage Improvements:
Contract Section V - Combs Avenue
Contract Section VI - Whillock Street
Contract Section VII - E. Farmers Street
$ 19,821.50
25,605.00
63,027.50
hereinafter called the project, for the surn of * $108;4,54.00 Dollars
(S ** ) and all extra work in connection therewith, under the terms as stated in the General and Special Con.
ditions of the Contract: and at his (its or their) own proper cost and expense to furnish all the materials, supplies,
Inachinerv, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to com-
plete the said project in accordance with the conditions and prices stated in the Proposal. the General Conditions, Sup•
plcmental General Conditions and Special Conditions of the Contract, the plans, which include all maps, plats, blue
prints, and other drawings and printed or written explanatory matter thereof, the specifications and contract documents
therefor as prepared by 11cGoodwin, Williams and Yates, Inc. , herein entitled the Asx$a>'arEneincer,
and as enumerated in Paragraph 1 of the Supplemental General Conditions, all of which are made a part hereof and col-
lectively evidence and constitute the contract. -
The Contractor hereby agrees to commence work under this contract on or before a date to be specified in a
written "Notice. to Proceed" of the Owner and to fully complete the project within 180 consecutive calendar dans
thereafter. The Contractor further agrees to pay, as liquidated damages, the sum of S 100.00 for cadr consecu-
tive calendar day thereafter as hereinafter provided in Paragraph 19 of the General Conditions.
The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract, subject to
additions and deductions, as provided in the General Conditions of the Contract, and to make payments on account
ther4of as provided in Paragraph 25, "Payments to Contractor," of the General Conditions.
* One hundred eight thousand Four hundred Fifty-four and no/100 --- dollars
** $108.454.00
(Over)
6-1
t
IN WITNESS WHEREOF, the parties to these pn'.cnts have executed this contract in six (6) counterparts. each
of t. hick shall be deemed an ori inal, in the year and day first above mentioned.
(Seal)1 ,
ATTEST:, 11
' .D
Bonnie J. Goering, City Clerk
(Witness)
•
Secretary)
(Witness)
By
B,
City of Fayetteville, Arkansas
Rhyne))
John T. Todd
Ma o
T'/
(Title)
McClinton -Anchor Company
Division of Ashland -Warren, Inc.
(Contractor)
(Title)
Xa pox /f FArstx6vaz4 4
(ACdress and Zip Code) ZOW
NOTE: Secretary of the Owner should attest. If Contractor is a corporation, Secretary should allest.
IP
HUD -4238-F 16-66)
ISIMrarmeleemotels
GP0 869 -MO
6-2
1.
t
1
1
1
1
1
1
1
1
•
SPECIFICATIONS
STREET AND DRAINAGE IMPROVEMENTS
Contract Section V — Combs Avenue
Contract Section VI — Whiliock Street
Contract Section VII — East Farmers Street
COMMUNITY DEVELOPMENT AND HOUSING
CITY OF FAYETTEVILLE, ARKANSAS
DHUD PROJECT NO, 7701 -ST
Plans No. Fy-70.
Dated October, 1979
McGoodWn, Williams and Yates Inc
Consulting Engineers
Fayetteville, Arkansas
CONTRACT
CITY
MICROFILiv 3
18-81-8
Z8-t-Zl
39-I-Zt
Z8 -I -Z1
of pamaua8. •sajldx3
33NV8f1SNI
s,Jaaul6u3/s,Jaump
Aalltge11 o1ny
�1!l!ge1l'teuauaD
uollesuadwo3 s,uaw)lJoM
ad 1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
IS
flea
00!3atdwo0
l�e��uo0 palsnipy
SU30210 39NVH0
asea.loaQ/aseanu.i -ow
1
SPECIFICATIONS
STREET AND DRAINAGE IMPROVEMENTS
Contract Section V — Combs Avenue
Contract Section VI — Whillock Street
Contract Section VII — East Farmers Street
COMMUNITY DEVELOPMENT AND HOUSING
CITY OF FAYETTEVILLE, ARKANSAS
DHUD PROJECT NO. 7701 -ST
Plans No. Fy-70
Dated October, 1979
McGoodwin, Williams and Yates, Inc.
Consulting Engineers
Fayetteville, Arkansas
TABLE OF CONTENTS
Page No.
Advertisement for Bids 1-1
Information for Bidders 2-1
Supplement to Information for Bidders 2-5
U. S. Department of Housing and Urban Development Forms
*Certification of Bidder Regarding Equal
Employment Opportunity 3-1
Certification by Proposed Subcontractor Regarding
Equal Employment Opportunity 3-2
*Contractor's Certification Concerning Labor
Standards and Prevailing Wage Requirements 3-3
Subcontractor's Certification Concerning Labor
Standards and Prevailing Wage Requirements 3-5
Certificate of Owner's Attorney 3-7
**Bid Bond 3-8
Minimum Wage Rates, Federal and State 4-1
Bids for Unit Price Contracts
Contract Section V - Combs Avenue 5-1
Contract Section VI - Whillock Street 5a-1
Contract Section VIL - East Farmers Street 5b-1
Contract
Performance Bond
Payment Bond
6-1
7-1
7-3
General Conditions 8-1
Index to General Conditions 8-27
Supplemental General Conditions 8-28
Special Conditions 8-35
General Specifications
Street and Drainage Improvements 16-1
Detailed Specifications
1. Scope of the Work 17-1
2. General Specifications 17-1
*Pages 3-1, 3-3 and 3-4 are to be filled in and submitted with bid.
**Bid bond to be used if bond is submitted as bid security rather than cash
or certified check. Extra copy provided..
Table of Contents - 1
Page No.
3. Completion Time and Liquidated Damages 17-1
4. Safety and Health Regulations and Contract Requirements 17-1
5. Quality of the Plans 17-2
6. Elevation Data 17-3
7. Lands and Rights of Way 17-3
8. Continuing Responsibility of Contractor 17-3
9. Payment 17-3
10. Payment for Extra Work 17-3
11. Notice to Proceed 17-3
12. Provisions for Competitive Bidding 17-3
13. Utility Services 17-4
14. Source of Supply 17-4
15. Samples and Tests 17-4
16. Sequence of the Work 17-4
17. Materials of Construction
A. General 17-5
B. Crushed Stone Base 17-5
C. Prime and Tack Coats 17-5
D . Asphaltic Concrete Hot -Mix Surface Course 17-5
E . Portland Cement Concrete 17-5
F. Reinforcing Steel 17-5
G . Fencing 17-5
H . Reinforced Concrete Pipe 17-5
I. Topsoil 17-5
J . Seed 17-6
K. Straw Mulch 17-6
L . Subgrade Material 17-6
M. Cast Iron Castings 17-6
N . Rock Riprap 17-6
O . Storm Inlet Grating 17-6
P . Expansion Joint Material 17-6
Q. Handrails 17-6
R. Paint for Handrails, Grating and Storm Sewer Manhole Covers - 17-6
18. Street and Drainage Structure Construction
A. General 17-7
B . Sequence of the Work 17-7
C. Site Preparation 17-7
(1) Contract Section V - Combs Avenue 17-7
(2) Contract Section VI - Whillock Street 17-7
(3) Contract Section VII - East Farmers Street 17-8
D . Clearing and Grubbing 17-8
E. Stripping 17-8
F. Excavation and Embankment 17-8
G . Soil Testing 17-8
H . Removal and Disposal of Structures 17-9
I. Removing Old Culverts 17-9
J . Fence Removed and Reconstructed 17-9
K. Shaping and Widening Roadway Section 17-9
L . Removal and Replacement of Signs, Mailboxes, Etc. 17-9
M. Undercuts 17-10
Table of Contents - 2
Page No.
N . Crushed Stone Base Material 17-10
O. Prime and Tack Coats 17-10
P. Asphaltic Concrete Hot -Mix Surface Course 17-10
Q. Concrete Drive Repair 17-10
R. Concrete Curb and Gutter 17-11
S. Drainage Structures and Ditches 17-11
T. Topsoiling, Seeding and Straw Mulching 17-11
U . Rock Riprap 17-12
✓ . Pipe Culverts and Storm Drains 17-12
W. Manholes, Valve Boxes Adjusted to Grade 17-12
X. Cleanup 17-12
Y. Miscellaneous Items
1. Detours and Access to Homes 17-13
2. Construction Staking 17-13
Z. Watering 17-13
AA. Compaction of Subgrade Under Sidewalks 17-13
BB. Sidewalks 17-13
19. Methods of Measurement and Payment 17-14
20. Final Inspection and Establishment of Warranty Period 17-18
Table of Contents - 3
U.S. DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT HUD -4238-A
(5-66)
ADVERTISEMENT FOR BIDS
Project No. 7701 -ST
Fayetteville Community Development and Housing
(Owner)
Separate sealed bids for Street and Drainage Improvements and Sidewalk Construction
in three contract sections as follows: Contract Section V - Combs Avenue; Contract
Section VI - Whillock Street; and Contract Section VII - East Farmers Street,
will be received by Community Development and Housing, City of Fayetteville, Arkansas V
at the office of the Director
until 10:00o'clock •A M
office publicly opened and read aloud.
The Information for Bidders, Form of Bid, Form of Contract, Plans, Specifications, and Forms of Bid Band,
Performance and Payment Bond, and other contract documents may be examined at the following:
Community Development and Housing, 530-B North College, Fayetteville,
D.S T. July 29 , 1980 , and then at said
and at McGoodwin, Williams and Yates, Inc., Consulting Engineers,
909 Rolling Hills Drive, Fayetteville, Arkansas 72701.
Copies may be obtained at the office of McGoodwin
Williams and Yates, Inc.
located at
the above address payment of S 25.00 for each set.
Any unsuccessful bidder, upon returning such set promptly and in good condition, will be refunded his payment,
and any non -bidder upon so returning such a set will be refunded $
The owner reserves the right to waive any informalities or to reject any or all bids.
Each bidder must deposit with his bid, security in the amount, form and subject to the conditions provided in
the Information for Bidders.
Attention of bidders is particularly called to the requirements as to conditions of employment to be observed
and minimum wage rates to be paid under the contract.
No bidder may withdraw his bid within 60 days after the actual date of the opening thereof.
(Date )
1-1
/s/ Richard E. Mason
Richard E. Mason, Director
GPO 869-156
U. S. OCPARTMLNT OF HOUSING AND URBAN DEVELOPMENT
INFORMATION FOR BIDDERS
1. Receipt and Opening of Rids
The Fayetteville Community Development and Housing
HUD 14258-P.(R)
(herein called
the "Owner"), invites bids on the form attached hereto, all blanks of which
must be appropriately filled in. Bids will be received by the Owner at the
office of the Director until 10:00
o'clock A.M.- DST July 29 19 80 , and then at
said office publicly opened and read aloud. The envelopes containing the bids
must be sealed, addressed to Director,Community Development and Housing
P.O. Drawer F, Fayetteville, AR 72701
at and designated as Bid for
Street and Drainage Improvements
Bids may be hand delivered to 530—B North
College, Fayetteville.
The Owner may consider informal any bid not prepared and submitted in accord-
ance with the provisions hereof and may waive any informalities or reject any
and all bids. Any bid may be withdrawn prior to the above scheduled time for
the opening of bids or authorized postponement thereof. Any bid received after
the time and date specified shall not be considered. No bidder may withdraw a
bid within 60 days after the actual date of the opening thereof.
2. Preparation of Bid
Each bid must be submitted on the prescribed form and accompanied by
Certification by Bidder Regarding Equal Employment Opportunity, Form
HUD -b2.38 -CD -1, and Certification by Bidder (Contractor), concerning Labor
Standards and Prevailing Wage Requirements, Form HUD -1421. All blank
spaces for bid prices must_be filled in, in ink or typewritten, in both
words and figures, and the foregoing Certifications must be fully completed
and executed when submitted.
Each bid must be submitted in a sealed envelope bearing on the outside the' name.
of the bidder, his address, and the name of the project for which the bid is
submitted. If forwarded by mail, the sealed envelope containing the bid must
be enclosed in another envelope addressed as specified in the bid form.
3.Subcontracts
The bidder is specifically advised that any person, firm, or other party to whom
it is proposed to award a subcontract under this contract --
a. Must. be acceptable to the Owner after verification by the HUD Area Office
of the current eligibility status, and,
b.
Must submit Form HUD -4238 -CD -2, Certification by Proposed Subcontractor
Regarding Equal Employment Opportunity and Certification by Proposed Sub -
Contractor Concerning Labor Standards and Prevailing Wage Requirements,
Form HUD -1422. Approval of the proposed subcontract award cannot be given
by tehe Owner unless and until the proposed subcontractor has submitted the
Certifications and/or other evidence showing that it has fully complied with
any reporting requirements to which it is or was subject.
Previous Editions Obsolete
2-1
2
Although the bidder is not required to attach such Certifications by proposed
subcontractors to his bid, the bidder is here advised of this requirement so that
appropriate action can be taken to prevent subsequent delay in subcontract awards.
G. Telegraphic Modificatton
Any bidder may modify his bid by telegraphic communication at any time prior to
the scheduled closing time for receipt of bids. provided such telegraphic commu-
nication is received by the Owner prior to the closing time. and, provided
further, the Owner is satisfied that a written confirmation of the telegraphic
modification over the signature of the bidder was mailed prior to the closing
time. The telegraphic communication should not reveal the bid p=ice but should
provide the addition or subtraction or other modification so that the final
prices or terms will not be known by the Owner until the sealed bid is opened.
If written confirmation is not received within two days from the closing time,
no consideration will be given to the telegraphic modification.
5. Method of Bidding
The Owner invites the following bid(s):
Street and Drainage Improvements
6. Qualifications of Bidder
1
1
1
1
1
1
1
1
1
1
The Owner may make such investigations as he deems necessary to determine the ability
of the bidder to perform the work, and the bidder shall furnish to the Owner all such'
information and data for this purpose as the O+tner may request. The Owner reserves
the right to reject any bid if the evidence submitted by, or investigation of, such
bidder fails to satisfy the Owner that such bidder is properly qualified to carry out
the obligations of the contract and to complete the work contemplated therein. Con- t
ditional bids will not be accepted.
7. Bid Security '
Each bid must be accompanied by cash, certified check of the bidder, or a bid bond
prepared on the form of bid bond attached hereto, duly executed by the bidder as
principal and having as surety thereon a surety company approved by the Owner, in t
amount of 5% of the bid. Such cash, checks or bid bonds will be returned to all ex-
cept the three lowest bidders within three days after the opening of bids, and the
remaining cash, checks. or bid bonds will be returned promptly after the Owner and
the accepted bidder have executed the contract, or, if no award has been made withit�
60 days after the date of the opening of bids, upon demand of the bidder at any tim
thereafter, so long as he has not been notified of the acceptance of his bid.
8. Liquidated Damages for Failure to Enter into Contract '
The successful bidder, upon his failure or refusal to execute and deliver the con-
tract and bonds required within 10 days after he has received notice of the accept-
ance
ccept
ance of his bid, shall forfeit to the Owner. as liquidated damages for such failur
or refusal, the security deposited with his bid.
2-2 '
•
9. Time of Completion and Liquidated Damages
Bidder must agree to commence work on or -before -a date to be specified in a
'written "Notice to Proceed" of the Owner and to fully complete the project
within 180 consecutive calendar days thereafter. Bidder must agree also to
pay as liquidated damages, the sum of $ 100.00 for each consecutive
calendar day thereafter as hereinafter provided in the General Conditions.
10. Conditions of Work
Each bidder must inform himself fully of the conditions relating to the con-
struction of the project and the employment of labor thereon. Failure to do so
will not relieve a successful bidder of his obligation to furnish all material
and labor necessary to carry out the provisions of his contract. Insofar as
possible the contractor, in carrying out his work, must employ such methods or
means as will not cause any interruption of or interference with the wort of
,any other contractor.
11. Addenda and Interpretations
No interpretation of the meaning of the plans, specifications or other pre-bid
documents will be made to any bidder orally:
Every request for such interpretation should be in writing addressed to
909 Rolling Hills Drive
at Fayetteville, Ark. 72701
McGoodwin, Williams and Yates, Inc.
and to be given consideration must be received at least five days prior to the
date fixed for the opening of bids. Any and all such interpretations and any
supplemental instructions will be in the form of written addenda to the speci-
fications which, if issued, will be mailed by certified mail with return re-
ceipt requested to all prospective bidders (at the respective addresses fur-
n ished for such purposes), not later than three days prior to the date fixed
for the opening of bids. Failure of any bidder to receive any such addendum or
interpretation shall not relieve such bidder from any obligation under his bid
as submitted. All addenda so issued shall become part of the contract documents
12. Security for Faithful Performance
S imultaneously with his delivery of the executed contract, the Contractor shall
furnish a surety bond or bonds as security for faithful performance of this
contract and for the payment of all persons performing labor on the project
u nder this contract and furnishing materials in connection with this contract,
as specified in the General Conditions included herein. The surety on such
bond or bonds shall be a duly authorized surety company satisfactory to the
Owner.
13. Power of Attorney
Attorneys -in -fact who sign bid bonds or contract bonds must file with each bond
a certified and effectively dateC copy of their power of attorney:
2-3
2-4
14. Notice of Special Conditions
Attention is particularly called to those parts of the contract documents and
specifications which deal with the following:
(a) Inspection and testing of materials.
(b) Insurance requirements.
(c) Wage rates.
(d) Stated allowances.
15. Laws and Regulations
The bidder's attention is directed to the fact that all applicable State laws.
municipal ordinances, and the rules an* regulations of all authorities having
jurisdiction over construction of the project shall apply to the contract
throughout, and they will be deemed to be included in the contract the same as
though herein written out in full.
16. Method of Award - Lowest Qualified Bidder
If at the time this contract is to be awarded, the lowest base bid submitted
by a responsible bidder does not exceed the amount of funds then estimated by
the Owner as available to finance the contract, the contract will be awarded
on the base bid only. If such bid exceeds such amount, the owner may reject
all bids or may award the contract on the base bid combined with such deducti-
ble alternates applied in numerical order in which they are listed in the Fora
of Bid, as produces a nat amount which is within the available funds.
17. Obligation of Bidder
At the time of the opening of bids each bidder will be presumed to have in-
spected the site and to have read and to be thoroughly familiar with the plans
and contract documents (including all addenda). The failure or omission of
any bidder to examine any form, instrument or document shall in no way relieve
any bidder from any obligation in respect of his bid.
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
•
Suppler;enu .,..:or HUD -1238-3(R)
IN:CRMALJSJLv FOR
18. ?F,^' SP/31Da.RDS AND ACCIDETIT PREVENTION
With respect to all work nerfcrmed under this contract, the contractor
shall:
1. Comply with the safety standards provisions of applicable laws,
building and construction codes and the "Manual of Accident Prevention in
Construction" published by the Associated General Contractors of America,
the requirements of the Occupational Safety and Health Act of 1970 (Public
Law 91-596), and the requirere nts of Title 29 cf the Code of Federal
Regulations, Section 1518 as published in the "Federal Register", Volume
36, No. 75, Saturday, April 17, 1971.
2. Exercise every precaution at all times for the prevention of accidents
and the protection of persons (including employes) and property.
3. Maintain at his office or other well known place at the job site, all
articles necess> , for giving first aid to the injured, and shall make
standing arrangements for the immediate removal to a hospital or a doctor's
care of persons (including employees), who may be injured on the job site.
In no case shall employees be permitted to work at a job site before the
employer has made a standing arrangement for removal of injured persons to
a hospital or a doctor's care.
2-5
1
(1
HUD -4238 -CD -1
(6-66)
U. S. DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT
CERTIFICATION OF BIDDER REGARDING
EQUAL EMPLOYMENT OPPORTUNITY
INSTRUCTIONS
This certification is required pursuant to Executive Order 11246 (30 F. R. 12319-25). The implementing
rules and regulations provide that any bidder or prospective contractor, or any of their proposed subcon-
tractors, shall stote as an initial part of the bid or negotiotions of the contract whether it has partici-
pated in any previous contract or subcontract subject to the equal opportunity clause; and, if so, whether
it has filed all compliance reports due under applicable instructions.
Where the certification indicates that the bidder has not filed a compliance report due under applicable
instructions, such bidder shall be required to submit a compliance report within seven calendar days
after bid opening. No contract shall be awarded unless such report is submitted.
Bidder's Name:
Address:
CERTIFICATION BY BIDDER
7tUNTON=ANCHOR CO.
y1s.1 d .01 Ashland•Warren, Inc.
<J. Lo 134%
Fa; 77-,F ii a � /912. 7 a70/
1. Bidder has participated in a previous contract or subcontract subject to the Equal Opportunity
Clouse. Yes rile No Ell-
2. Complion e reports were required to be filed in connection with such contract or subcontract.
Yes No C
3. Bidder ha filed all compliance reports due under applicable instructions, including SF -100.
Yes ( No fi None Required P
4. If answer to item 3 is " No/' please explain in detail on reverse side of this certification.
Certification — The information above is true and complete to the best of my knowledge and belief.
DAVID C. Mc CLINTOW �>ZtS'OE Ni
NAME AND TITLE OF SIGNER (PLEASE TYPE)
.7-29-�v
SIGNATURE DATE
Previous Editions Obsolete
3-1
GP e6q-a.
•
1
1
1
1
1
1
1
1
1
1
1
1
1
1
o
1
1
L.
U.S. DEPARTMENT OF DOUSING AND URBAN DEVELOPMENT
CERTIFICATION BY PROPOSED SUBCONTRACTOR REGARDING
EQUAL EMPLOYMENT OPPOR'TUNI'TY
itattl yi0NANCHOR' :Cb
A1.YiSi Af AsMand-w... lrR.
Name of Prime Contractor
II1.19-4238-CD-2
('1.-67)
Instructions
Project No.
This certification is required pursuant to Executive Order 11246 (30 F.R. 12319-25
The implementing rules and regulations provide that any bidder or prospective
contractor, or any of'their proposed subcontractors, shall state as•an initial par
of the bid or negotiations of the contract whether it has participated in any
previous contract or subcontract subject to the equal opportunity clause; and, if
so, whether it has filed all compliance reports due dnder applicable instructions.
Where the certification indicates that the subcontractor has not filed a compliant
report due under applicable instructions, such subcontractor shall be required to
submit a compliance report before the Owner approves the subcontract or permits
work to begin under the subcontract.
Subcontractor's Name:
Address:
1.
SUBCONTRACTOR'S CERTIFICATION
Po. go, s-77
SaatAy n 2GL
Bidder has participated in ,previous contract or subcontract to the
Opportunity Clause. Yes C/ No
2. Compliance reports were required
or subcontract. Yes ✓ No
Bidder has filed all compliance
including SF -100. Yes i0°' --No
Equal
to be filed in connection with such contract
reports.due under applicable instructions,
None Required___
If answer to item 3 is "No," please explain in detail on reverse side of
this certification.
Certification - -T'he information above
knowledge and belief.
Phut E %uwsTizt
is true and complete to the best of my
ce - ?eE- /1264er.
Name and Title of Signer (Please Type)
/�— to
Date
•
LLS.: LPAH1MCNf Or n4U1tMy AND Uai1AN Ot"aLGPMEh;
COMMUNITY DEVELOPMENT BLOCK GRANT PROGRAM
CONTRACTOR'S CERTIFICATION
CONCERNING LABOR STANDARDS AND PREVAILING WAGE REOUIRE.MENTS
TO ld pprnpru4e Re dpi en U:
CoMMUN11ff D VELopMCNr
do
GATE 7-a s- 80
PROJECT NURSER (1)any)
# 77701- 37
PROJECT NAME
C1 T Y or FAYETTEVILL6) aa.KAAISAS STRET tDR4,NA6E TM�aPour s.iv-s)
1.. The undersigned, having executed a contract wi h COMMu,v,r, pcUELGpMC.N/ A'ncv*7
for the construction of the above -identified project, acknowledges that:
(a) The Labor Standards provisions are included in the aforesaid contract;
(b) Correction of any infractions of the aforesaid conditions, including infractions by any of his subcontractors and
any lower tier subcontractors, is his responsibility;
2. He certifies that
(a) Neither he nor any firm, partnership or association in which he has substantial interest is designated as an
ineligible contractor by the Comptroller General of the United States pursuant to Section 5.6(b) of the Regulations
of the Secretary of Labor, Part 5(29 CFR. Part 5) or pursuant to Section 3(a) of the Davis -Bacon Act, as
amended (40 U.S.C. 276u-2(on.
(b) No part of the aforementioned contract has been or will be subcontracted to any subcontractor if such sub-
contractor or any firm, corporation, partnership of association in which such subcontractor has a substantial
interest is designated as an ineligible contractor pursuant to any of the aforementioned regulatory or statutory
provisions.
3. Ile agrees to obtain and forward to the aforementioned recipient within ten days after the execution of any subcontract,
including those executed by his subcontractors and any lower tier subcontractors, a Su'bcontractor's Certification
Concerning Labor Standards and Prevailing Wage Requirements executed by the subcontractors.
4. He certifies trio:
(a) The legal name and the business address of the undersigned ore:
MtCU$TONSANCHOR CO, p 0 Jibe isle %
Th914op 91 Ashjand•WarrenJ In?A
(b) The undersiened is:
F A 6:71k entzta &I< Anis s t'2 ?o/
(11 A SINGLE PROPRIETORSHIP
3) A CORPORATION ORGANISED IN THE STATE OF
Da» cone;
12) APARTNERSHIP
ut OTHER ORGArtl2 STIOH f OucNl:I
(c) The name, title and address al the owner, partner or officers of the unders i gnea ore:
NAME
TITL E
AOORESS
a14"
C. Mc-am/7m
Dia/Smit/ ?&S//Ifvl
?a SOX /2.7
fAYETTEP/ue.4t&
C. (� . SONE
s
-
�
VISE I%LS.SiQ, .vt
SAME
SA Alf
D.
A • CoNQRfl
fit-
,Assn%
HUD -ten le -IS)
3-3
3-4
lal 11.e nnnc1 crip Jaw c: sc• al au spa 1.11s Ln s, Lath r:atu'al and Cer;Orale, ne.ing a .uOcrayryl mr err sl in the unl rnl]a!d,
and the nature 41 the .ntrrcit ore i.e n'110.
ADDRESS
initiate Or INTENEST
e) The names, addresses and trade clesst6canans of ail other building canstrucnan « ntrntmrs In ahl ch the dnaery yned has
a substantial .nte est ore Brenna. m uao-P
NAME
ADDRESS
TRADE CI. SSIFICAl10N
No lE.
Date
acs- ko
By
WARNING
fetcCUNION-A1vCUQt CQ.
atm 9i L4hjapd-yLalo-• Inge
ICY. rraetarl
JeatzL
U.S. Ciimrnal Code, Section 1010. Title /E, U.S.C., provides in pan: "Whoever mates. utters or publishes any
statement. knowing the ams le be Ilse shall be hued not more than $5.000 or imprisoned nam more than too .Jr,,yor bath."
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1