Loading...
HomeMy WebLinkAbout49-82 RESOLUTIONrs. ••• • • RESOLUTION NO: 44 gal - A RESOLUTION AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A CONTRACT WITH McCLINTON ANCHOR COMPANY FOR CONSTRUCTION OF IMPROVEMENTS TO 7TH, 9TH, 11TH, 12T11, and 13TH STREETS UNDER THE CITY'S COMMUNITY DEVELOPMENT PROGRAM. 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 the construction of improvements to 7th, 9th, 11th: 12th, and 13th Streets under the City's community development program. A copy of the contract authorized for execution hereby is attached hereto, marked Exhibit "A", and made a part hereof. PASSED AND APPROVED this b day of APPROVED: 3y2J 1982. ATTEST: TY CLERK a 01- E re t. e it• • z. r MAYOR 42-feefreez 1 1 1 1 1 1 between CONTRACT THIS AGREEMENT, made this day of City of Fayetteville, Arkansas (Corporate Name of Owner) herein through its Mayor and HUD -4238.F I6-66) i9824. , by and , herein called "Owner," acting (Title of Aurhon'ted Official) McClinton—Anchor Company, Division of APAC —Arkansas, Inc. STRIKEOLT (a corporation) (a-partraicsisita) INAPPLICABLE (axidadivirl44-Ideinf buzin'Pecas- TERMS of Wilmington hereinafter called "Contractor." County of Newcastle , and State of Delaware WITNESSETH: That for and in consideration of the payments and azreements hereinafter rnentioned. to be 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 Oe hundred eleven thousand hereinaftercalledtheprojea,forthesum of Nine hundred Eighty—one and no/100 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 fumi,h all the materials, supplies, machinery, 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- plemental General Conditions and Special Conditions of the Contract, the plans, which include all maps, plats, blue prints, and other drawings and printed or written explanatorv matter thereof, the specifications and contract documents therefor as prepared by McGoodwin, Williams and. Yates, Inc. herein entitled the Aniriti2=t1Engincer, 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 90 consecutive calendar days thereafter. The Contractor further agrees to pay. as liquidated damages, the sum of S 100.00 for each consecu- tive calendar day thereafter as hereinafter provided in Paragraph 19 of the General Conditions. The ow:cut crree5 to pay the CONTRACTOR in current funds for the performance of the contract, subject to additions and deductionscas provided in the General Conditions of the Contract, and to make payments on account thereof as presided in Paragraph 25, "Payments to Contractor," of the General Conditions. * $111,981.00 6-1 IN WITNES.S WHEREOF. the parties to these pments have executed this contract in six (6) counterparts, each of which shall be deemed an ori2inal, in the year and day first above mentioned. (Seal) • ATTEST: City of Fayetteville, Arkansas Community Development Department (Ch..-ner) o„(Seal) o' .0 A 4‘i 1• )• ‘4, „ Paul R. Noland Mayor (banns( (Title) McClinton -Anchor Company, Division of APAC-Arkansas, Inc. (Contractor? B,gezig/„Z.." 1'. 0. Box 1367 Fayetrovill P Arkan gas (Address end Zip Code) NOTE: Secretary of the Owner should attest. If Contractor is a corporation. Secretary should 3tItSt. HUD.4233-F 6-2 GP 0 269-390 ••• PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: That we (1) McClinton -Anchor of APAC-Arkansas, Inc. a (2) "Principal" and (3) INSURANCE of PHILADELPHIA Company, Division corporation` hereinafter called COMPANY OF NORTH AMERICA State of PENNSYLVANIA , hereinafter called the "Surety," are held and firmly bound unto (4) City of Fayetteville, Arkansas Community Development Department , hereinafter called "Owner," in the penal sum of One hundred eleven thousand Nine hundred Eighty-one and no/100 dollars ($ 111,981.00 ) in lawful money of the United well and truly to be made, we bind ourselves, our successors, jointly and severally, firmly by these States, for the payment of which sum heirs, executors, administrators and presents. THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered into • a certain contract with Owner, dated the r2/ day of(741eca-AJ , 19__82 a copy of which is hereto attached and made a part hereof for e construction of: Street and Drainage Improvements, Plans No. Fy-104 NOW THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the undertakings, covenants, terms, conditions, and agreements of said contract during the original term thereof, and any extensions thereof which may be granted by the Owner, with or without notice to the Surety, and if he shall satisfy all claims and demands incurred under such contract, and which it may suffer by reason of failure to do so, and shall reimburse and repay the Owner all outlay and expense which the Owner may incur in making good any default, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, FURTHER, that the said Surety, for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or the specifications accom- panying the same shall in any wise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alte4tion or addition to the terms of the contract or to the work or to the specifications. PROVIDED, FURTHER, that no final settlement between the Owner and the Contractor shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. This bond is given in compliance with Act 351, Arkansas Acts of 1953, and Act 209, Arkansas Acts of 1957, the same appearing as Arkansas Statutes (1957), Section 51-635, Cumulative Supplement. 7-1 • IN WITNESS WHEREOF, this instrument is executed in six (6) counterparts, each one of which shall be deemed an original, this the/ day of 0 ATTEST: • < Yncipal) Secret .... , , (SEAL) ni. A - .0 i AA t. • 'Witness. to Principal . P 0. Box 135.7 Fayetteville, Arkansas 72701 Address ATTEST: Wih<7ss as to Spety 1220W. 3rd, Little Rock, Ar Address McClinton -Anchor Company, Division of APAC-Arkansas, Inc. , 19_82 Principal P. 0. Ex 132,7 Fayetteville, ArKansa 72701 Address INSURANCE COMPANY. OF NORTH AMERICA Surety 1220 W. 3rd, Little Rock Ar Address NOTE: Date of bond must not be prior to date of contract. (1) Correct name of Contractor. (2) A Corporation, a Partnership, or an individual, as the case may be. (3) Correct name of Surety. (4) Correct name of Owner. (5) If Contractor is a Partnership, all partners should execute bond. (6) This bond must be filed with the Circuit Court of the County where the work is to be performed prior to the start of construction. 7-2 1 1 1 1 1 1 • PAYMENT BOND • .4* • KNOW ALL MEN BY THESE PRESENTS: That we (1) McClinton -Anchor Company, Division of APAC-Arkansas, Inc. "Principal" and (3) a (2) corporation - hereinafter called INSURANCE COMPANY OF NORTH AMERICA of PHILADELPHIA State of PENNSYLVANIA , hereinafter called the "Surety," are held and firmly bound unto Community Development City of Fayetteville, Arkansas, Department hereinafter called "Owner," in the penal sum of One hundred eleven thousand Nine hundred Eighty-one and no/100 dollars ($ 111.981.00 ) in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered into a certain contract with Owner, dated the ogi 64" day of10.982 , a copy of which is hereto attached and made a part hereof for the construction f: Street and Drainage Improvements, Plans No. Py -l04 NOW THEREFORE, if the Principal shall promptly make payment to all persons, firms, subcontractors and corporations furnishing materials for or performing labor in the prosecution of the work provided for in such contract, and any authorized extension or modification thereof, all amounts due for but not limited to, materials, lubricants, oil, gasoline, coal and coke, repair on machinery, equipment and tools, consumed or used In connection with the construction of said work, fuel oil, camp equipment, food for men, feed for animals, premium for bonds and liability and workmen's compensation insurance, rentals on machinery, equipment and draft animals; also for taxes or pay- ments due the State of Arkansas or any political subdivisions thereof which shall have arisen on account of or in connection with the wages earned by workmen covered by the bond; and for all labor, performed in such work whether by subcontractor or otherwise, then this obligation shall be void, otherwise to remain in full force and effect. The Surety agrees the terms of this bond shall cover the payment by the Principal of not less than the prevailing hourly rate of wages as found by the Arkansas Depart- ment of Labor or as determined by the court on appeal to all workmen performing work under the contract. PROVIDED FURTHER, that the said surety, for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder of the specifications accompanying the same shall in any wise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract as to the work or to the specifications. 7-3 • PROVIDED FURTHER, that no final settlement between the Owner and the Contractor shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. This bond is given in compliance with Act 351, Arkansas Acts of 1953, and Act 209, Arkansas Acts of 1957, the same appearing as Arkansas Statutes (1957) Section 51-635, Cumulative Supplement. IN WITNESS WHEREOF, this instrument is executed in six (6) counterparts, of which shall be deemed an original, this the cAl5fr day of ATTEST: • (Principel) Secre • “,Air.1•1 111 (S411 < YO • Witness as o P incipal ' ....... • 0> 5 • I'. O. Box 13:7 •FayettevIlle, Arkansas 72701 Address 1220 W. Third, Little Rock, Ar Address McClinton -Anchor Company, Division of APAC-Arkansas, Inc. each one i982 Principal Bytaigt1 P 0. Box 1367 FayettewlIe, Arkansas 72101. Address INSURANCE COMPANY OF NORTH AMERICA Surety diey-in-Fact rk East, Jr. 44/ • 1, h. 1220 W. Third, Little Rock, Ar Address NOTE: Date of bond must not be prior to date of contract. (1) Correct name of Contractor. (2) A Corporation, a Partnership, or an individual, as the case may be (3) Correct name of Surety. (4) Correct name of Owner. (5) If Contractor is Partnership, all partnere should execute bond. (6) This bond must be filed with the Circuit Court of the County where the,work is to be performed prior to the start of construction. 7-4 • Zt."....r 1 de, •••••.: A SPECIFICATIONS for STREET AND DRAINAGE IMPROVEMENTS CONTRACT it,,,CLACJNIAtrn. CITY Community Development Block Grant Prog ram City of Fayetteville, Arkansas al- • • DHUD Project No. ST1-91o9 • Plans No. Fy-104 Dated February 1982 McGoodivin, Williams and Yates, Inc. Consulting Engineers Fayetteville,Arkansas r 314 / rro ne." • RESOLUTION NO. 2/247 ga- A RESOLUTION AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A CONTRACT WITH McCLINTON ANCHOR COMPANY FOR CONSTRUCTION OF IMPROVEMENTS TO 7TH, 9TH, 11TH, 12TH, and 13T11 STREETS UNDER THE CITY'S COMMUNITY DEVELOPMENT PROGRAM, 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 the construction of improvements to 7th, 9th llth, 12th, and 13th Streets under the City's community development program. A copy of the contract authorized for execution hereby is attached hereto, marked Exhibit "A", and made a part hereof. PASSED AND APPROVED this b day of 1982. ATTEST: I, S. —.wee& AL.S.4.- TY CLERK APPROVED: MAYOR $21d,frex ! t p,f 031 la a diaN all • z 2 a ItT 28-gi7t, 28-T7ZT C8-Itgi ' ; Tr „ 1£871731 t68-1731 • I t • t ES—I—gi +. it • 'ft do - it V 4 w ; 1 Ora ICBM r w4 Li` I; 4. 1 RON r111 SR I • (4: • 4 ATIT7Ti slaalouT2ua-solaum0 a2turea S4aadoad AanCui ATTPog A1TITT1 alTqcwo4nV 321ula Aiaadard Aincui Arrpog ATTiTcren tuaalleo 0 uoflusuaduco s4r:1811,131mm - AO IrlOci JO HcILL • • aveG uonaTdwoo aoTid 43-8141lo3 paisnCpy pal.snewir SEAGHO RONVHD (- ao +) 2unowV '0N 1 1• 1 1 1 1 1 1 1 1 1 1 17 1 -51=;••••••- ADDENDUM NO. 1 STREET AND DRAINAGE IMPROVEMENTS Community Development Block Grant Program City of Fayetteville, Arkansas r DHUD Project No. ST -8109 Plans No. Fy-104 Dated February 1982 The plans and specifications are hereby changed or clarified as follows: Specifications Page 5-2 - Proposal Under Item No. 5, the Contractor shall mark through the word "Ton" and add "C.Y.," meaning cubic yard. Page 5-4 - Proposal Delete page 5-4 of the Proposal. Insert the enclosed page 5-4 in that space. This change provides for payment for drop inlet boxes (Item No. 22). Page 17-6 - Detailed Specifications Add the following sentence under Paragraph I, "Coated Corrugated Galvanized Metal Pipe Culvert": "All metal pipe used on this project shall be 16 gauge." Page 17-24 - Detailed Specifications Under Item 11, "Reinforced Class A Concrete," the last sentence of this paragraph shall be changed to read as follows: "This item is specifically for headwalls and aprons on pipe culverts, and as directed by the Engineer." Page 17-25 - Detailed Specifications Delete page 17-25 and insert the enclosed page 17-25. This change provides for the payment of Item No. 22, drop inlet boxes, including grate, complete in place. 1 1 1 1 1 1 1 Plans Sheet 3 - 9th Street Plan Twelve (12) linear feet of 18 inch RCP shall be deleted. Insert 12 linear feet of 15 inch storm sewer. March 26, 1982 McGoodwin, Williams and Yates, Inc. Consulting Engineers 909 Rolling Hills Drive Fayetteville, Arkansas 72701 (501)443-3404 ••••• Item Estimated•Total Description and Unit or Lump Sum Price Bid No. Quantity Amount 20. 93 Linear Feet, 6" Vitrified Clay Pipe Sewer, depth as shown on the plans, including bedding gravel, complete in place 1 dollars( )L.F. $ 21. 1 Each, Manholes 0-6' (including 6' stub -out) in depth, complete in place dollars( )Each $ 22. 3 Each, Drop Inlet Boxes, including grate, complete in place dollars( )Each $ TOTAL, Items 1 through 22 (Amounts are to be shown in both words and figures. In case of discrepancy, the amount shown in words will govern.) The above unit prices shall include all labor, materials, bailing, shoring, removal, overhead, profit, insurance, etc., to cover the finished work of the several kinds called for. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any informalities in the bidding. The bidder agrees that this bid shall be good and may not be withdrawn for a period of 60 calendar days after the scheduled closing time for receiving bids. Upon receipt of written notice of the acceptance of this bid, bidder will execute the formal contract attached within 10 days and deliver a Surety Bond or Bonds as required by Paragraph 29 of the General Conditions. The bid security attached in the sum of dollars ($ is to become the property of the Owner in the event the contract and bonds are not executed within the time above set forth, as liquidated damages for the delay and additional expense to the Owner caused thereby. (Seal - if bid is by corporation.) (Business Address and Zip Code) Arkansas License No. 5-4 Respectfully submitted, By (Signature) (Title the linear feet of pipe installed as shown on the plans. The price bid shall include every item of work necessary to install the pipe, including rock excavation, if any; common excavation; bedding of the pipe; and backfilling the entire excavated area. Payment for SB -2 trench backfill will be made under Proposal Item No. 6. Items 18 and 19 - 24 Inch and 18 Inch Slotted Storm Sewer Pipe. Payment for slotted storm sewer pipe shall be made for the linear feet of pipe installed as shown on the plans. The price bid shall include every item of work necessary to install the pipe, including rock excavation, if any; common excavation; bedding of the pipe; and backfilling the entire excavated area with grout. Payment shall include the furnishing and placement of coarse grout as required. Item 20 - 6 Inch Vitrified Clay Pipe Sewer. Payment for 6 inch sewer pipe shall be made for •the linear feet of pipe installed, complete in place The unit price bid shall include furnishing the pipe, crushed stone bedding gravel for pipe as specified, and every other item of work required to install the pipe in a trench. Additional compensation will only be made for those items of work specifically set out in the Proposal. Measurement will be in accordance with final lengths of pipe installed without deduction for manholes, as determined from survey notes made by the Engineer in the course of setting construction survey stakes. Item 21 - Manholes. Payment for manholes 0 to 8 feet in depth shall be made at the unit price bid and shall include every item of work necessary for a complete installation. No additional payment will be made for rock excavation in excess of the standard ditch width for the size of pipe being constructed. Item 22 - Drop Inlet Boxes. Payment for drop inlet boxes shall be made at the unit price bid and shall include concrete, steel, grate, and every item of work necessary for a complete installation. 17-25 SPECIFICATIONS for STREET AND DRAINAGE IMPROVEMENTS Community Development Block Grant Program City of Fayetteville, Arkansas DHUD Project No. ST -8109 Plans No. Fy-104 Dated February 1982 NIcGoodwin, Williams and Yates, Inc. Consulting Engineers Fayetteville, Arkansas TABLE OF CONTENTS Page No. Advertisement for Bids 1-1 Information for Bidders Supplement to Information for Bidders 2-1 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 Bid for Unit Price Contracts 5-1 Contract 6-1 Performance Bond 7-1 Payment Bond 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. Page No. 3. Completion Time and Liquidated Damages 17-1 4. Safety and Health Regulations and Contract Requirements 17-2 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 17-3 14. Source of Supply 17-4 15. Samples and Tests 17-4 16. Sequence of the Work 17-4 17. Materials of Construction - Street and Drainage Construction - 17-6 18. Street and Drainage Construction 17-8 A. General 17-8 B . Sequence of the Work 17-8 C. Site Preparation 17-8 D . Clearing and Grubbing 17-9 E . Stripping 17-9 F. Excavation and Embankment 17-10 G . Compaction of Subgrade Under Sidewalks 17-10 H . Soil Testing 17-10 I. Removal and Disposal of Structures 17-11 J . Removing Old Culverts 17-11 K . Fence Removed and Reconstructed 17-11 L . Shaping and Widening Roadway Section 17-11 M. Removal and Replacement of Signs, Mailboxes, Etc. 17-11 N . Undercuts 17-11 O . Crushed Stone Base Material 17-12 P . Prime and Tack Coats 17-12 Q. Asphaltic Concrete Hot -Mix Surface Course 17-12 R. Portland Cement Concrete Pavement 17-12 S. Concrete Testing 17-13 T. Concrete Drive Repair 17-13 U . Concrete Curb and Gutter 17-14 ✓ . Drainage Structures and Ditches 17-14 W. Topsoiling, Seeding and Straw Mulching 17-14 X. Storm Sewer Drains 17-15 Y. Manholes, Valve Boxes Adjusted to Grade 17-15 Z. Cleanup 17-15 AA. Watering 17-15 BB. Miscellaneous Items 17-16 19. Materials of Construction - Sanitary Sewers 17-17 20. Sanitary Sewer Line Construction 17-18 A. General 17-18 B . Materials 17-18 C. Grade Control 17-18 D . Sewer Excavation and Pipe Laying 17-18 ji Page No. E . Pipe Bedding 17-18 F. Manholes 17-18 G . Cast -in -Place Manholes 17-19 H . Testing 17-20 I. Protecting and Replacing Utility Services 17-21 21. Final Inspection and Establishment of Warranty Period 17-22 22. Methods of Measurement and Payment 17-23 jil 1 1 1 1 1 1 1 1 •1•11. U.S. DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT ADVERTISEMENT FOR BIDS Project No. ST -8109 City of Fayetteville, Arkansas (Owner) Separate sealed bids for Street and Drainage Improvements HUD -4238-A (5-66) 7th, 9th, 11th, 12th and 13th Streets for will be received by Community Development Department at the office of Director, Community Development,530 B North College.Fayetteyjlle. Arlc 72701 until 10:00o'clock A M CentralS.T. April 1 , 19 82 , and then at said office publicly opened and read aloud. The Information for Bidders, Form of Bid, Form of Contract, Plans, Specifications, and Forms of Bid Bond, Performance and Payment Bond, and other contract documents may be examined at the following: the above address, and at McGoodwin, Williams and Yates, Inc., Consulting Engineers, 909 Rolling Hills Drive, Fayetteville, Arkansas 72701 i engineers Copies may be obtained at the office of saidlocated at above address such payment not refundable. upon payment of $ 30.00 The owner reserves the right to waive any informalities or to reject any or all bids. for each set, 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 30 days after the actual date of the opening thereof. March 16, 1982 (Date) 1-1 Richard E. Mason, Director Community Development Department GPO 869-156 I] I H I I C1 I [II U.S. DEPARTPAL NT OF HOUSING AND URBAN DEVELOPMENT INFORMATION FOR BIDDERS HUD 4238-B(R) 1. Receipt and Opening of Rids - The Fayetteville Community Development Department (herein called the "Owner"), invites bids on the form attached hereto, all blanks of whtchi 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.-Central S. T. April 1 19 82 , and then at said office publicly opened and read aloud. The envelopes containing the bids must be sealed, addressed to Director,. Commt unity Development Departmen at 530 B -North College, Fayetteville, AR 72701 and designated as Bid for Street -and Drainage Improvements - --= -"' - '== 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 -4238 -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, end 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 currant 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 the 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 1 -2- Although the bidder Unot 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. 4. Telegraphic Modification 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 ➢Lice 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 TI 6. Qualifications of Bidder 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 Owner 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- 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 the 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 within 60 days after the date of the opening of bids, upon demand of the bidder at any time 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 of his bid, shall forfeit to the Owner, as linuidated damages for such failure or refusal, the security deposited with his bid. 1 2-2 ' I ,r &..p,. I 9. Time of Completion and Liquidated Da:ages 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 90 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. I 10. Conditions of Work Each bidder must inform himself fully of the conditions relating to the con- t 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 eeploy 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 - McGoodwin, Williams and Yates, Inc. at Fayetteville, Ark. 72701 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- nished 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 - _ — Simultaneously 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 under this contract and furnishing materials in connection with this contract, U. 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 dateci copy of their power of attorney. 2-3 C -4- I 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) Wgge 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 Form of Bid, as produces a net 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 H IT I 2-4 I L 1 I I I Supplement tc Porn ?-IUD-L238-B( ) IIi:VRMA Did R BIDDERS 18. .SAFES- SirJI. ARiS AND DELiT % r. ' ACJLJ C:j P"I-t'Jilu p= f e • t contract, Wit:. re spec,, to all work _r_o.., d "-do t'- his the contractor shall: 1. Comply with the safety standards provisions of applicable laws, building and constriction 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 requirements of Title 29 of 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 employees) and property. 3. Maintain at his' office or other well known place at the job site, all articles necessa ry 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 nay be injured on the job site. In no case shall employees be permitted to work at a job site before the empio n r has made a standing arrangement for removal of injured persons to a hospital or a doctor's care. 2-5 I I I HUD -u238 -CD -1' (6-55i 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). Thd implementing rules and regulations provide that any bidder or prospective contractor, or any of their proposed subcon- tractors, shall state as an initial part of the bid or negotiations 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. CERTIFICATION BY BIDDER Bidder's Name: Bt&/X'70.1/- RNCHbl2 C. Die' OF APJ96wMf(A 1jWZ C Address: Po, SUS /fl} AAYLW ✓hLLE, A2KAN/R.f 7Z7°/ 1. Bidder has participated in a previous contract or subcontract subject to the Equal Opportunity Clause. Yes J No 2. Compliance reports were required to be filed in connection with such contract or subcontract. Yes W No 3. Bidder has filed all compliance reports due under applicable instructions, including SF -100. Yes .l' No C None Required C 4. If answer to item 3 is " No," please explcin in detoil on reverse side of this certification. • Certification — The information above is true and complete to the best of my knowledge and belief. Vac— ?aFSIoi NT HARULnn W MEDCx3LF NAME AND TITLE OF SIGNER (PLEASE TYPE) 1 AP/UL 11/9 tZ SIGNATURE, DATE 3-1 • Precious Edit ions O'bsol etc FORM APPROVED BUDGET BUREAU NO. 63.R1138 HUD•4238•CD•2 (2.67) DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT CERTIFICATION BY PROPOSED SUBCONTRACTOR REGARDING EQUAL EMPLOYMENT OPPORTUNITY McClinton -Anchor Company, Division of APAC-Arkansas, Inc. ST -8109 NAME OF PRIME CONTRACTOR PROJECT NO. 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 subcontractors, shall state as an initial part of the bid or negotiations of the contract whether it has participated in any previous contract or sub- contract 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 subcontractor has not filed a compliance report due under applicable in- structions, such subcontractor shall be required to submit a compliance report before the owner approves the sub- contract or permits work to begin under the subcontract. SUBCONTRACTOR'S CERTIFICATION Subcontractor's Name: Jerry D. Sweetser, Inc. Address: P. O. Box 579 Fayetteville Arkansas 72702 1. Bidder has participated in a previous contract or subcontract subject to the Equal Opportunity Clause. Yes xi No II 2. Compliance reports were required to be filed in connection with such contract or subcontract. Yes EN No 3. Bidder has filed all compliance reports due under applicable instructions, including SF -100. Yes ® No 0 None Required I 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. Paul E. Tunstill, Vice President NAME AND TITLE OF SIGNER (Please Type) z'-, A - TARE 215799-P J 3-2 Previous Editions Obsolete HUD.'+:=sh,. D. C. April 12, 1982 DATE I 1 I I U.S. ) iPAMIMEN1 OF M4US:NIi AMU URBAN UE cLUFNEI,r COMMUNITY DEVELOPMENT BLCCK GRANT PROGRAM CONTRACTOR'S CERTIFICATION CONCERNING LABOR STANDARDS AND PREVAILING WAGE REQUIREMENTS (dpprnpnam deetp,rn N: OAT -I- do T la6gfjAM sr- - - PROJECT NAME Cars- of 14VE77t_[iitcef A2~xNl4C STcraE>d ARA/Ny1FZ 2o✓1N6vtr 1. The undersigned, having executed a contract with 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 cetffies 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 t.`.e Regulations of the Secretary of Labor, Part 5 (19 CPA. Part S)or pursuant to Section 3(a) of the Davis -Bacon Act, as amended (:0 C.S.C. 276a -2(a)). (b) No part of the aforementioned contract has been or will be subcontracted to any subcontractor if such sob- ' contractor or any firm, corporation, partnership or association in which such subcontractor has a subslan:ial Interest is designated as an ineligible contractor pursuant to any of the aforementioned regulatory or statutory provisions. 3. He agrees to obtain and forward to the aforementioned recipient within ten days after the execution of anysubcentract. including those executed by his subcontractors and any lower tier subcoataetors, a Subcontractor's Certification Concerning Labor Standards and Prevailing Wage Requirements executed by the subcontractors. • <. He certifies t,et: (a) The le of name and the 6vsmess address of the undcrsrgned are: • CLinroN-ANGHo2 Co,D,v ofi AF.4C Akllo-vsrr svc. Re. vx /fl'. to I/fii>>;)l/LLc' /) D 2 rldi CI) A SINGLE PROPRIETORSHIP 1(133)• CORPORATION ORGANIZED IN THE STATE OF A PARTMERSNIP 1441 OIM(M ORGANiZATIOM (c) The name, title and address of the owner. ootlners or olli cc; s of the under on ed are: - NAME TITLE ADDRESS U C N>0A( S 76M , pay /7C7 Pe7%e'f//ILA A/t 723e (AJ, L /AM CAL. 1/CE -Pas / tNP v.B UcF.-1� 's�aS.vr ___ 4M C'DELC Vic,; - YrS/OSNr SAM e - NUU—toll Ia-J51 3-3 I/ I .1 (l 1.. nines cna Saar erne• al ell nu er Lersans, LaiS cotu•al and ce;oraft. he ring a :uasl ai•,ul flu CPI al m li.e Underr,g.red, and Inc nature A 1be i nrrrcfl We :fr a...:. .. ......: MANE •OCRCSS MATURE OR In1LRL1T ASHL4Q.yo UAt Tkic �tyl/_AN lip" 7 -CoM AN - -------• ----• •-- --- • ..-• w.ullii, wuouna man owner Culamg canstruck On contractors Ihrth the underr l geed has a oubitantial iflier.,, are 'Sr.••v In flair), MAMC •DURCSS TRADE CLASSIFICATION ♦1 ` _ I 7k=1CCU,NlTi0N'ANCsHOTT,r�IatR CO. CO. Dale '/-/-It Plyision O.1 ArAC-Ar aria Tnza (Ce,/r3 blot! Br WARNING O.S. Cii, enal Code, Semen 1010. Till. IS, V.S.C., prowl del ,n part: "alreever..... makes. paves, utter. or publish.. any atatem.nt. SnOwunf the time to be (alSe .....shell he hued net more then SS.000 or tmpnsened not mew. Oran l.. fun• or bah." 3-4 U.S. DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT SUBCONTRACTOR'S CERTIFICATION ' _ t CONCERNING LABOR STANdARDS AND PREVAILING WAGE REQUIREMENTS . T0(Apprapeiam Recipient): fnHUnl y ve opfnen GATE Dept., City of Fayetteville, Arkansas April 12, 1982 PROJECT NUMBER (f(aay) do ' PROJECT NAME Street and Drainage Improvement 1. The undersigned, having executed a contract with. Mc(7 i ntnn-1i1'1 hor ColTroany Division of onbuctor or ]ubrontmuop ' APAC-Arkansas, Inc. Gr street and drainage improvernents, I Mule of ¢e,A concrete work in the amount of $ in the construction of the above -identified project, certifies that: (a) The Labor Standards Provisions of The Contract For Construction are included in the aforesaid contract. (b) Neither he nor any firm, corporation, partnership or association in which he has a substantial interest is designated as an ineligible contractor by the Comptroller General of the United States pursuant toSection5.6(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 (10 U.S.C. 2766-2(a)J, I. (c) No part of the aforementioned contract has been or will be subcontracted to any subcontractor if suEh subcontractor or any firm, corporation, partnership or association in which such subcontractor has a substantial interest is designated as an ineligible contractor pursuant to the aforesaid regulatory or statutory provisions. 2. He agrees to obtain and forward to the contractor, for transmittal to the recipient, within ten days after the execution of any lower subcontract, a 5ubcontraetor's Certification Concerning Labor Standards and Prevailing Wage Require- . ments, executed by the lower tier subcontractor, in duplicate. ' (a) The workmen will report for duty on or about watt) 3. He certifies that: ' (a) The legal name and the business address of Ike undersigned are: Jerry D, Sweetser, Inc.. P. O. Box 759 I. Fayetteville Arkansas 72702 (b) The undersigned Is: III ASINGLE PROPRI ETORSHIP: 131 A CORPORATION ORCANIZEO IN THE STATE OF: Arknns Ill A PARTNERSHIP: (41 OTHER ORGANIZATION (fleseribe) I I U I I (c) The name, title end address of the owner, partners or officers of the undersigned are: NAME - TITLE ADDRESS Jerry D. Sweetser President P. O. Box 759 a etteville Ark. 727O Paul mnstill Vice President Sharon Sweetser Secretary and Treasurer NUO_u)j 16-75) El 3-5 (d) The names and addre oses of all other person., 6orh neural and corporate, having a su6stantial interest in Or anden ined, (e) the nomes, addresses and trade do, ii of all other bull ii ton siruction contractors in which the enders fined has Jerry D. Sweetser, Inc. (Submnpocsos) i siflt C Paul E. Th sti 11 Vice President (Sip dt e/ (Typed.Vame and True) ARMING (3.5. Criminal Code. Secti an 1010. Title 16, V.S.C.. provides in part: "WTenvr..... makes, posses, utters, or publishes any etetemem. knowing the same to be false..... shall be fined not more than $5,000 or Impniored not more than Iwo yeah, or both?' 3-6 a.a I11.414 I H I 11 l U.S. Department of Housing and Urban Development CERTIFICATE OF OWNER'S ATTORNEY I, the undersigned, James N. McCord MUD•423a.J (2-66( , the duly authorized and acting legal representative of the City of Fayetteville, Arkansas do hereby certify as follows: • I have examined the attached contract(s) and surety bonds and the manner of execution thereof, and I am of the opinion that each of the aforesaid agreements has been duly executed by the proper parties thereto acting through their duly authorized representatives; that said representatives have full power and authority to execute said agreements on behalf of the respective parties named thereon; and that the foregoing agreements consti- tute valid and legally binding obligations upon the parties executing the same in accordance with terms, conditions and Drovisions thereof. Date: 4 -an -8/ 3-7 I HUD -Wash. , D. C. I I I k kttII4itLiNtIii)3I t 1 I NORTH I PHILADELPHIA PENNSYLVANIA Proposal or Bid Bond ' KNOW ALL MEN BY THESE PRESENTS, THAT WE MCCLINTON-ANCHOR WMPANY, DIVISION OF APAC,ARKANSAS, INC. ' as principal, and the INSURANCE COMPANY OF NORTH AMERICA, a corporation organized and existing under the laws of the Commonwealth of Pennsylvania, having its principal place of business at Philadelphia, Pa., as surety, are held and firmly bound unto ' Conmunity Development Block Grant Program City of Fayetteville, Arkansas ' as obligee, in the penal sum of Five Percent (5%) of Amount Bid DOLLARS, lawful money of the United States of America, for the payment of which, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. ' SIGNED, sealed and dated this 1st day of April A. D. 19 82 WHEREAS, the said principal is herewith submitting proposal for ' Street and Drainage Improvements for 7th, 9th, 11th, 12th and 13th Streets - DHUD Project No. ST -8109 ' THE CONDITION OF THE ABOVE OBLIGATION IS SUCH, that if the aforesaid principal shall be awarded the contract, the said principal will within the period specified therefor, or, if no period be specified, within ten (10) days after the notice of such award enter into a contract and give bond for the faithful performance of the contract, then this ' obligation shall be null and void, otherwise the principal and the surety will pay unto the obligee the difference in money between the amount of the bid of the said principal and the amount for which the obligee may legally contract with another party to perform the work if the latter amount be in excess of the former; in no event shall the liability hereunder exceed the penal sum hereof. ' PROVIDED AND SUBJECT TO THE CONDITION PRECEDENT, that any suits at law or proceedings in equity brought or to be brought against the Surety to recover any claim hereunder must be instituted and service had upon the Surety within ninety (90) days after the acceptance of said bid of the Principal by the Obligee. : '" �,�'i MCCLINTON-ANCHOR COMPANY, DIVISION OF:, APA ARKANSAS IN r; . . BY. INSURAN E COMPANY OF NORTH AM RICA ' $ ....../4......A.#. . .............. .......GC.f ......... ... ... ......... BS -1946 PRINTED IN U.S.A. � I r , • I- srw.1 •a .,-o14.. . f i ...••,f w..�r•J d-=.wj fi -?riias• .ii�ii•y '*11.ff.•�5 •Yit':+1 r,.l I 1 1 / ) .1 S I I H I LJ 1 I „r.. r _ tl4 i [ i'si •1 „=a} •\. s , y. • - aatrl' 4 a\ t«1♦ f a... N J+\Ire r i , .• w - f.•♦{r 'ter ,a• t✓ Ti ••.f It, t'"3}?tilE"J INSURANCE COMPANY OF NORTH AMERICA PHILADELPHIA, PA. 1 : of tJl;fii'33}i;'•f( £1s tbl: rr' r,_ .Aw ♦• ..l ✓-_ ♦— ♦•♦ i , n / i ) Yf_[• •'•✓ rirN11~1 ri?"n11'- 1 .1 i>••il• ,=f: it tt 41 l nl }, iJ1[Iff rt," {I r x ell r' ,'"Y, �'. a 1' _>1 'Vt«t .-`}iV !is •Civ.r.t irf?Y. �t-'.t 3..tt...:�o,.;S?�rtl:uti:..c 1.;..,'-1 iii?S..'f.;;'tS :.r„s`i ":�'3t POWER OF ATTORNEY-t;.�Y.:;Jt`••4r.f,Y�.�e1„yti:�=`S}.{.i7;.E.l .]a Si•.SI F._Ai.+'-E•1(1 li+0 •I •. -�" -Know all •• -• • -men by these p esents: , That INSURANCE COMPANY OF NORTH AMERICA, a corporation of theCommonwealthof. i S �1 + of Direcl torsaof the said Company ) onfice in May 28,1975. to of Philadelphia, Pennsylvania, pursuant to the following Resolution rn adopted by the Board • i ¢i W ,.•,an • .• ♦ •-• F-'._ • •—\• is.Lf,Ift"E ) •4woAS�f!=�I. _.. -!' —.'...1 -"RESOLVED, pursuant to Articles 3.6 and 5.1 of the By -Laws, the following Rules shall govern the execution for the Company of _ 1 y siAbonds, undertakings, recognizances, contracts and other writings in the nature thereof: _ <:3:aa s2.' �ti i tla:,<13 r:ft`ti itil'cf i I. t_1}r la 1; (1) That the President, or any Vice -President, Assistant Vice•President, Resident Vice -President or Attorney -in -Fact, may execute for and in 'y I. behalf of the Company any and all bonds, undertakings, recognizances, contracts and other writings in the nature thereof, the same to beat- If 1—•=• . 1.! I tested when necessary by the Secretary, an Assistant Secretary or a Resident Assistant Secretary and the seal of the Company affixed thereto; S'.}f,: F s; ti and that the President or any Vice -President may appoint and authorize Resident Vice -Presidents, Resident Assistant Secretaries and Attorneys- i Ji!`I • ' in -Fact to so execute or attest to the execution of all such writings on behalf of the Company and to affix the seal of the Company thereto.''2) Any such ��� �� Pres dent and attested by the Secrete,`y`orda =e•-i Stmt here shallRules^•banes binding upon ,t �e Compan Nil `a`y case ,houg}Nit dl (yt; t- i[ ', jlum(3) The signature ofthe President or a Vice -President and the seat of -the Company may Abe •affixed by facsimile v on any' power' of ....ij_` -' S :•-}-i attorney granted pursuant to this Resolution, and the signature of a certifying officer and the seal of the Company may be affixed by facsimile i ! 1'• .., L. to any certificate of any such power, and any such power or certificate bearing such facsimile signature and seal shall be valid and binding on S I'o• the Company. 'fir; }F.. }:i liif'S G�3i 9i.IF,{;..,•w. +t 1'.'•.i'iPi�'-.: �•(/i-,i,k 1, it',/•i,l JJ�Y — t'I.(r l l _'Y.��(t���+5J`-4✓`�C •I; f...,,. I- + ,.i '•:1111. I. of i at„ l.M •kl y"•a•. `yW R�r,ti�ii,• -'f ,•r",1 w—•1_rG Y+'t i.r+2 f•,.G tr+l uP , t�'.f.4 { 3'`i L(4) Such Resident Officers and Attorneys -in -Fact shall have authority to certify or verity copies of this Resolufion� the By -Laws of the Com-";{ i 'alt .\ t ,\V-i._I ... a Y.,•11 •.. ..M1 •��f iii .any, and any affidavit or record of the Company necessary to the discharge of their duties, t. --ii a. L.i t, 1�;i'f 17i .n, Gri '•S -.I htf l�l4' •1 !,-, ;(5) The passage of this Resolution does not revoke any earlier authority granted by Resolution of the Board of Directors on' June 9, 1953. M .n ,. •. ., ..-:• 11 }, lir r 1 ra }=t ♦)1111 , u r-e,,r•.,i3.nf.!•-'•'irli!=•It•w.>IS°nl.i=,=I.t'tIt}ri:t r_3�1J_S. •vaSIII!S.r!s.ul=.'n.!! ..•...}.1,,.=+ •}a..fl_,,:_-3t u,.4s•♦.IY.Ytt r .Y. it t� (4 (-4r; hereby nominate, constitute and appoint )JACK -EAST,' JACKEAST JR. jrJAMES �E CDANIEL ,DONALD R.' }f ilyl ! , t ,i• •,Yi. , •i _I 'r-. .r 7iI-i 1•.•{t.Iril1':.1l.`.111.1[ ; Mt!^=,fHENDERSON and JUDY FRANKS, all of the City of Little Rock,�State of -Arkansas ,: 1-fr 1„111 I? 1i• �d;':. EA:-df ', 'a'k )'�;;. i.F rt' ' ^; +2i ♦ '1 ^2 f: ai -i= se cIr•f ti }F }+ ii rftsiy.rtri,t,.ii�l7..rj3..ktn.Y I i.r.fir.p.r.;#a1 1,;...if1,_.:/IEz.r,2t_.it; t.tIlt itstr•n..ndla fl. agent attorney-in-fact, itorr1 ri41 M..,�.ii W/1\W t..S r.= ii•I./{ n.,s,-V'S,_4 n11n\i.-It t"4J }.Y1i •:YI'^l1;-] i trf"• 1;-. rts true and lawful agent and attorney _in -fact, to make, execute, sealiand deliver for and on its. behalf; and as its act -and deed;'''." .;Uli.any and all Bonds &"Undertakings, UNLIMITED in amounts,'on behalf of`APAC-Arkansas, Inc•_ axe -'-' ,.r •l'd . ,1 Flr'!, J !i r= si tS--J{ ti�1f'i} ai" «I{r +andAPAC-Texas;Inc .. 1t .•a.it..,::•.Ilt.3i-.i.-_t's..J._;L.;kye'?fi.--lrtcsi� ._rl t'r }'T... -..r ,•n.. ..a 1111. 111 I•—'.-'--ir.. 111+•1.- •«., H... n:{., �,•a.. ,.r..-... s.1.r „•J• ..'ili i•e.l4•r.l9n-t tN= •«{tlnj?Jlr•}..•> .Y'—.tt•�Said Bonds & Undertakings 'to be signed for -the ' Company and the Seal : of _the_ Company • L'?l;2icattached thereto by any one of the Said Jack .East, Jack East Jr, 4; 1James, E� `Daniel_; ?#YYfi I' _•i 1"'?• _ ... • -; . _. y .�.. 1_111•!-- :iti.{ritp t1f.k?If . „.Donald R. Henderson and Judy Franks individual ;.._.I { • + :..s ,_ 11_._11,,_,•--,._.•.- I r,,__..%5t.LIw-.Miia :rl,•,And the execution of such writings in pursuance of these presents shall be as binding upon said Company, as fully and .,,•..I •i i I: r amply as if they had been duly executed and acknowledged by the regularly elected officersof the Company at its principal 4:111 ,Yn♦ a1a 45 •,4.,Y u._ i /, .w ..r. ;•,• •, o4 /., F.' Y- - ..if -t • N•t a ]w.. •,•• •(+ • w •ify'=office. -l.i .lE..,.z.4 .1 \.al• J.i :.3 L •'., it f. , is :_..../_,. 9i,_.Y 3, <1' It L Itlf La. I!•, .r. ^•,.n?,rr/r.r.,. \i_i=.-{•1111{� t=, -,•T• t '.. •rt,,...Y . ..tirt'1,—{(.T,, fit_llf ..3=.v.tl l••t in.trir.•i.r•f.-- ,_'"95 t]«7-. I• --{'♦r, {n.: -i .-- Ir wo ow _c . a. ••.'ti, .. J jr_. !f `- --} a"a Y.•� N •w .•. .••, MlI » r ':!}r. i{i 1J.Z=.. i;.(/ 1 t S: f lif I?zl t; _s •:l: 1a,. t3.,f i';;....1 rf1r-i! r1=Yr41: tS 3t i'i.. tI l{ .. 1, .-:a •.. 1111 Y.•11 111. =nn. M + s.Yi� �' .+•t•r •Ie _• \•_ .'••'w. Ir yt._=^,,.7 J_f r,i:.MICHAEL B.'FODOR '1111.—„ 1ic...1�..,•i:—al^:'r.Vice-President s-Ii"7 ..owe III., .IN WITNESS WHEREOF, the said .'J.. . ..-..;' .'.. ...•... ... ..111 . S• a - has hereunto subscri his name and affixed the corporate seal of the said INSURANCE COMPANY OF NORTI.H .t'�i .. ..r t ..:i t.`"' .1111 . YE 3• AMERICA this. _ ,. 1 ..: .. ::,.: .. • .. .day of.717t . fi:19 i•. tf'i9i ti'ti`( .{•r........................................ e.-. •11,..•, ..... 'H. n'(_p'iGY 1-r i.,,-',�•, ..• ,—_''I_11,•,41111 a•_.✓, a},/, Yl•Y•',._•IWV\w.J'r:i•'1 ,—}•r.I'�nt ,F }Ii11'iIr•^ n• w r• .+• •Vn.Y•.e .a..a1 i\'— T♦i• 1�• •t4•••••••I •r w.n:• •Y]4wi ='w1r •I•�•,,4 •]••.• •,>w r!•R11 ='.•r ro,r •�•t ..S G. itL :l I• k•.t•i ..,, t, ,Is s. t... t ,J. t+. I:..3 L,,...s••G 11_11.3 :...cE #} , {Z .,,. !f tf _..a..,. -#....r. a -.,.:..n•:.. e-..-i3..•(:I i1Fr}•..t }.1.,-r....,N u�t«•i...i ,...i4. .if: Ys,.. Y, .. -..! r., i.. I ti',!/c`f?"•ti"'it't' 1{�:+—;'n,• i,"tl' .r ,;INSURANC CO A Y OF NORTH MERICA ';iIt '.:Ai l rr.Yar!?.r,{•..(r I rMII? t. -.I t«.f Lr j tcrvel« .1.,Yr ♦. .. .a-11 -..• _...�..,—r,1r 111r i1 •\ir11 ,1t• i ry I► _' .• 1 - Idl 1 ,• r,1. •''11•• ,F •r 1 )!"•'t •--i- }at i}1 ,ii••ti• Y1•,f .a .t 1, •—Llasilt ♦• ,t .8«s,aSEAL) }} ii«i. to+'I 1._i t•. l l--,•.4J)—.I.«?I. .-i3_:.i+ 1{ .il.. ,-.-3, F{ srf., f, = 1I11 {l F.i 4, JMI{ 'N . I ,FJ tal .'R 111 11 . \ • , • • 11 t 14 • 1.,=(,Y r r --_ • mtr v/it 'f' 1 e-tt !t� tl / _J - 1 ••!.rl Vice -President `a '1 }• STATE OF •ILLINOIS -�..• to-c4J• *--.1 air •.- - MICHAEL B. FODOR }Y"' - t -I •.,._Y, COUNTY OF .I .'ai,• --F• .- tf#t$'ri 1 11•.11.1111}.+�.' .i 11..,i..vl.-'•.:tf�tf—ftr ,r-F.ri'...2 I"A;� ;fa COOK • .,..1•.,J'f a.•.l fry:1, V 1 • ,11 .T N,t.^4 ,Y ,Y.,�.I r" t Ff t;-; Y11Yt1 •u.1"i.}M3 ..i ]eft r.d }.«t "1i •• e.i ; ;;,� G• '! I., \ J.i , { • ! e.,11.—.e,M.i.T r•.!I• S 54 1r •.i ; -_s_-f M<t•,,,i•{_ifJSF\,.Jflx'I•wtiMi'!„r'* Mti«it_.!I«I •I •.4}t'Y-I, V.4. , t•, , . a4>11] . .i l:•f, a,_I I••., {Iifi,.,.n, ♦ II I-/llT t.Ft f...'• I It .i; _1:#tI,.Y yt• «LtM•t}asri{,. I {:r'=r..i..w e, :i-1 \. _l- .-i J ,a i{i rii.. ._ ° L 14th August) {i BO ' it • •^} Y--• ,—•On this -..day of ...... I . I .. A. D. 19 before the subscriber, a Notary r? lrw • State • of IIlinois and{ •- :Cook"I--t'• . ,.:'' _tt-..Public of the -^. MICHAEL B.• �JLandfor the County of, low }n.iduly commissionedandqualified,came..........s•I;: ii8 3:1111 rl.rr: s. ..t. ri Yl7U(�R 5- rii._t'..I .11:' • r• , Vice -President of the INSURANCE COMPANY OF -,.?,— ";: NORTH AMERICA to me personally known to be the individual and officer described in, and who executed the preceding instrument, and ..it J! , he acknowledged the execution of the same, and, being by me duly sworn, deposeth and saith, that he is the officer of the Company afore- ''ti jti • . , ,said, and that the seal affixed to the preceding instrument is the corporate seal of said Company, and the said corporate seal and his signature ;? };. as officer were duly affixed and subscribed to the said instrument by the authority and direction of the said corporation, and that Resolution, t 113 1r adopted by the Board of Directors of said Company, referred to in the preceding instrument, is now in force. •t >"•=ads+: -1t'..1 f-•+ 3•"i 1"i i't'l ;ltl,_ti.. _ - - „ CHICAGO s'n it_ -.1,.; i.—II•I, IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my official seal at the City of y ,,,the day and ear i {loo first above written. •-.•-•=—I....•._, .,-.:N.. _ =,�i ,.,•,.r. �._t r.- 1} ]Y y 't } • d I —•_�11l -♦ i iI t J1. •lt IJ - I A ^ ^I • "� L- !C .t /! —.=•«G��,-11I• \•.. L- }1 .•).a r'f. it .{I_,• a + it. !_•. • / /r /•_n Cr' n,\\\ 1?-ifls.i •i.•r,}r; a.11 1^SI /`/ I •/`� l.`'' -•c -LL /L1X!`.✓. • •.,il it'!i1,il •i F '+r r DAWN STRAWBRIDGE .. „a•,, •'I.I, Not vPubiic ,,i:! _xanm ti May 28, 1984 , r♦ t Y},I Yr.-+ .................. -pi+Y.,' 1111 .- .. i .'. , 4 ; vnd ,YAr]Satapx Secretary of INSURANCherebcertify that the original POWER 1 F the foregoing is a full, true and correct copy, is in full force and effect. • { • : • 1111 i �' � ,, wi 1 it wh -'o'f, I have hereunto subscribed my name as 4ij4�x Secretary, and affixed the corporate seal of the'Corporation,' J }! l 3 - Ir Y r .. ) r . -t _Ji +. day of 19...... „<, .r - t- I ..!}are �_, �. ................................................. _• t• 1,.1.1 't Yt ;fS tS°.a,s.»tiff (ry , ) 1111 { _.} ' 1J } ., ; ,-Y lJ'EALI 11 •` ,`i'r/ if1•\♦ ftt i; ,.4. Ia r• N�,i.1.. _,•'t{' , =•I. 11 •I... it r _., M a •'Y,.• — , .,_ ♦ a'.. T. f ,^• , Secretary Y} ...' }.;`}t4. Is t !, a •• :•' ES S. WYLLIE t 1?L°. ;'. BS.2D08a Pia. in U.S.A. • _., S. i I382 . Federal Register / Vol. 48, No. 142 / Friday. July 24. 1981 / Notices I I 1 I I I CXNUYP•C•u r c nD C O o.e C••OO r Y222O0434 U•Y ]D. m 6 O • J p V 4 0 C O O J u 4 d Qyy Cy0p0 N Y OG-•J • •U KNNNm Y n J CN4 V O J Z (4 • O o •. CC z 4 ]U u -I jF U OCO), C 4 Nq a u O Y (J j J 'J M O Eire C= -'I •• J• G O C q T c-i J Ynj U C '• 21 0•(, O 09 JI ..l .lEzo a N 0-3 a 64 N a Y C). • NSw •iI-IC C 9 p IVO9' Y•p 11Gx2amo � mC•ocantlrtC£O CJ _NN CICC'o ,IJN C0m O v1 0 S m m U oU cj U 0 :I- o y4 W < • F S O O y - •6 =• ID + I- .s _ i tl 5 O OS. •0 _ t = O O O o .4 •D • n •5 or- • • nN p 4 0 6 I.Y T C -• Y q 4- 41' • 4 C E> C24J - •r CO w4 CC • •O O• •• C L T 4 CO •O • Mw • M F *10 C OO~ Y O U.. O a YYYgV 1VY CC 0I Y • OCCGOC Oz• K q -•N4 SZJ✓ 0✓C 41 •• On 00 a - YtlJ..•O• 041 OC->-- • •--c O C4CV -004-1 • •1 SI QC - m V o e m O o e- L O C I be • O 9 J O Y Y Y O 4 VI • r Ytl Zn ..•JSYYC4G9tl Y 0000 scoc..•N -0 IC44G 4CYO• C= vlO04COr9 -• Y Q 0.1•YYCOF 42 UPO •h -J044Y J• p1 •4£2 GTYG OOJYVY i-••au CY�mCW• OZ -1 V- CUO V Y OaoG -OSr UJ -.�4OUn on N 0C• CN Y • rr YCEJ m Q. %4 D m 4 W 0- ..140a05 O• O J G •40 C Y -n $ 0 0 0 N O • w0.5 Y r 0 0 0 0 C C Y e O c C J .- \ 0 0 0 o.-4 •I O O -n 4. 4 r. 1- W O 0 J V Y V 4 C Y O 4 C 0 1 V Y V W U NYOTNG00••OC Nr OVOTeeg4c-• CC OTCC t -.-.co YqL I •r -10 COY .•N 0 04 ✓r • . • ••• O ZY00 •YCYY C✓ JO CYOYC 44y•T4 y 44 C -• E C O J v cc • 4 u 4 J• C O] 0 • U Y E O , J . 0 c C •. p 4 4 Sr OU0.'Y—ONNtlr J✓YC•Oe••DOJOCJOI4 j.1 ✓Z-• D0 1(JV m00•SO•tlSgU•4•U4VrmU"'UY4m�U 9 U um m • e •9 p :C• • e • L - S • S L S. a •� •� O 0000 d ON 3 O NNOn ,.ON N 4 I4 > D e W W Ei 0 M O O>,a Y y a - l > • C O : �: a • is. u .—fi e Il 4• VO.ytI p1. I.. 1.0 x 0•i.. O —K 4'W O. -1.I. -I> •> N •'• yy B O -• q ...1j O ] 4.•OO •V 4OL4C•1 Ol O 4 ua_4 0.1 M rd 1.1054 04 O p. ..g• p 5 U TO V 7.0 • po0 d0 44an14 4 {1 F a0u..1HF H i T •4N O ✓On r ✓ Cq C —1i O 2 w 41.1 q • C OY Vt.. B. 900 St 4 M .CYO 4 " M q 4 C ti 0. Y tl al coo • Y 4 I. )4).41 U 0p e C S E O 4 U M O4• '4_v V AN •4q • y 1441 Sad VG Sc.) • • • C O O 50 4 4-1 •✓4 00 CC S ww • ✓ YN.4 • • •-• $4.4 V••' • O .44 >C .44 r • U C o 0 • 1 04- r • M) oo .U11•.- 14 Sf W4-4 u •o>-• 4 j 0.0. 40 N, Q •USC D•• 4-2 FRANK WHITE. GOVERNOR BILL EVERETT. DIRECTOR Fl ARKANSAS DEPARTMENT OF LABOR 1022 HIGH STREET LITTLE ROCK 72202 (501) 371-1401 March 9, 1982 McGoodwin, Williams and Yates, Inc. 909 Rolling Hills Drive Fayetteville, Arkansas 72701 Re: Street and Drainage Improvements Fayetteville Washington County Gentlemen: This is to certify that the State of Arkansas Prevailing Wage Rate Determination Number 81-78 for the referenced project shall conform with those contained in the U.S. Department of Labor Decision Number AR81-4060. If you have any questions or we can be of further assistance, please contact Becky Bryant at 371-3024. Sincerely, Bill Everett Director BE: kj C I IF I I I I U.S. DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT BID FOR UNIT PRICE CONTRACTS Place Fayetteville, Arkansas Date April 1, 1982 Project No. DHUD No. ST -8109 Proposal of McClinton -Anchor Co., Division of APAC-Arkansas Inc. (hereinafter called "Bidder") * a corporation, organized and existing under the laws of the State of Delaware M , * a , r—tne i-p_,-o� atr i i itlaal it�g-businass To the Community Development Department City of Fayetteville, Arkansas Gentlemen: (hereinafter called "Owner") The Bidder, in compliance with your. invitation for bids for the construction of Street and Drainage Improvements 1 having examined the plans and specifications with related documents and the site ' of the proposed work, and being familiar with all of the conditions surrounding the construction of the proposed project including the availability of materials and labor, hereby proposes to furnish all labor, materials, and supplies, and to .construct the project in accordance with the contract documents, within the time ' set forth therein, and at the prices stated below. These prices are to cover all • expenses incurred in performing the work required under the contract documents, of which this proposal is a part. • Bidder hereby agrees to commence work under this contract on or before a date to be specified in written "Notice to Proceed" of the Owner and to fully complete ' the project within 90 consecutive calendar days thereafter as stipulated in the specifications. Bidder further agrees to pay as liquidated damages, the sum of 5 100.00 for each consecutive calendar day thereafter as hereinafter provided in Paragraph 19 of the General Conditions. 1 Bidder acknowledges receipt of the following addendum: Addendum No. 1 3-26-82 1 I.- - Insert corporation, partnership or individual as applicable. •HUD -423!D (1.59) R,plecea CFA -I?? -O .which is obsolete G Li Bidder agrees to perform all. the construction work described in the specifications and shown on the plans for the following unit and lump sum prices. Item Estimated Total No. Quantity Description and Unit or Lump Sum Price Bid Amount 1. Lump Sum Site Preparation, 7th Street One thousand Eight hundred and no/100-------------- dollars $ 1,800.00 Lump Sum Site Preparation, 9th Street ' Two thousand Two hundred Ninety-five and no/100 ------ dollars $ 2,295,00 3. Lump Sum Site Preparation, 12th Street ' Four thousand Two hundred Fifty-five and no/100 ------ dollars $ 4,255.00 4. Lump Sum Site Preparation, 13th Street Three thousand Six hundred Seventy-five and no/100 --- dollars $ 3,675.00 ' 5. 1,200 Cubic Yards, Furnishing and Compacting Approved Subgrade Material for Undercut Areas, complete in place I I 1 I I I I I I Three and 50/100 ----------------------- dollars( 3.501Ton S 4,200.00 6. 2,200 Tons, Compacted SB-2 Base Material, complete in place Nine and 65/100 ------------------------- dollars( 9,65)Ton $ 21,230.00 7. 600 Tons, Asphaltic Concrete Hot -Mix Surface Course, complete in place Thirty-three and no/100------------------ dollars( 33.00)Ton $ 19,800.00 8. 4,600 Linear Feet, Concrete Curb and Gutter, complete in place Four and 50/100 -------------------- dollars( 4.50)L.F. $ 20 700.00 9. 1,010 Square Yards, 6" Nonreinforced Portland Cement Concrete Pavement, complete in place Twelve and no/100---------------------- dollars( 12.00)S.Y. S 12 120.00 10. 825 Square Yards, Nonreinforced Portland Cement Concrete Sidewalks, complete in place Ten and 50/100 dollars( 10.50)S_y. S 8,662.50 ' 5-2 I I L I 11 I I I Li I I I I I • -.-. - Item Estimated Total Description and Unit or Lump Sum Price Bid No. Quantity Amount 11. 6 Cubic Yards, Class A Concrete for Headwalls, Drop Inlet Boxes, and Aprons on Storm Sewer Pipe, complete in place Three hundred and no/100---------------- dollars( 300.00)C,y. $ 1,800.00 12. 3 Each, Adjustment Two hundred and no/100------------------ of Manholes to Grade dollars( 200.00)Each $ 600.00 13. Fifty'and.no/100....../?;---------------------- 5 Each, Adjustment of Valve Boxes to Grade dollars( :50.00)Each $ 250.00 14. 8 Linear Feet, 12" Reinforced Concrete Storm Sewer Pipe, complete in place Twelve and no/100---------------------- dollars( 12.00)L.F. $ 96.00 15. 20 Linear Feet, 15" Reinforced Concrete Storm Sewer Pipe, complete in place Sixteen and no/100--------------------- dollars( 16.00)L.F. $ 320.00 16. 4 Linear Feet, 24" Reinforced Concrete Storm Sewer Pipe, complete in place Twenty-five and no/100------------------- dollars( 25.00)L.F. $ 100.00 17. 112 Linear Feet, 15" Storm Sewer Pipe (Reinforced Concrete, Galvanized or Aluminized Steel), complete in place Thirteen and no/100--------------------- 13.00 1,456.00 dollars( )L.F. $ 18. 96 Linear Feet, 24" Slotted Storm Sewer Pipe, complete in place Thirty-six and 75/100 --------------------- dollars( 36.75)L.F. $ 3,528.00 19. 65 Linear Feet, 18" Slotted Storm Sewer Pipe, complete in place Thirty-four and no/100------------------- dollars( 34.00)L,F. $ 2,210.00 r 5-3 Ii This page of Bid as per Addendum No. 1. I I I I I I I I I Item N Estimated n„� r; r., Description and Unit or Lump Sum Price Bid Total ,Total 93 Linear Feet, 6" Vitrified Clay Pipe Sewer, depth as shown on the plans, including bedding gravel, complete in place Nine and 50/100 -------------------------- dollars( 9.50 )L.F. $ 883.50 21. Five 1 hundred and Each, Manholes 0-6' in depth, complete no/100------------- (including 6" stub -out) in place ------- dollars( 500.00)Each $ 500.00 22. 3 Each, Drop Inlet Boxes, including grate, complete in place Five hundred and no/100------------------- dollars( 500.00)Each $ 1,500.00 TOTAL, Items 1 through 22 ------------------------------------ $ 111,981.00 (Amounts are to be shown in both words and figures. In case of discrepancy, the amount shown in words will govern.) The above unit prices shall include all labor, materials, bailing, shoring, removal, overhead, profit, insurance, etc., to cover the finished work of the several kinds called for. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any informalities in the bidding. The bidder agrees that this bid shall be good and may not be withdrawn for a period of 60 calendar days after the scheduled closing time for receiving bids. H I El Respectfully submitted, (Seal - if bid is by corporation.) P. 0. Box 1367 By /s/ Harold W. Medcalf '• Fayetteville, AR 72701 (Signature) (Business Address and Zip Code) Vice -President ' (Title Arkansas License No. 82-101 Upon receipt of written notice of the acceptance of this bid, bidder will execute the formal contract attached within 10 days and deliver a Surety Bond or Bonds as required by Paragraph 29 of the General Conditions. The bid security attached in the sum of 5% of Bid dollars ($ 5,599.05 ) is to become the property of the Owner in the event the contract and bonds are not executed within the time above set forth, as liquidated damages for the delay and additional expense to the Owner caused thereby. H 5-4 . - KU 0-4238-F (6.66) CONTRACT THIS AGREEMENT, made this day of , 19 82 , by and between City of Fayetteville, Arkansas „ herein called "Owner." acting (Corporate Name of Owner) ' herein through its Mayor and (Title of Authorized Officio)) II, McClinton -Anchor Company, Division of APAC-Arkansas, Inc. STIUKE OUT (a corporation) (a parsrsesdtip) INAPPLICABLE (a ziud:•;A a" fi„ ;te« >s TERMS ) ' of -'Wilmington ,County of Newcastle ,and State of Delaware _, hereinafter called "Contractor." ' WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be I. 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 One hundred eleven thousand ' hereinafter called the project, for the sum of_ Nine hundred Eighty-one and no/100 ------ Dollars (S * ) and ali 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, ' machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services neccssan- to com- plete the said project in accordance with the conditions and prices stated in the Proposal. the General Conditions, Sup- plemental 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. McGoodwin, Williams and -fates, Inc. ,hereinentitledtheAs�#tst.=t/Engineer, and as enumerated in Paraearaph 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 - 90 consecutive calendar days thereafter. The Contractor further agrees to pay, as liquidated damages, the sum of S 100.00 for each 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 thereof as provided in Paragraph 25, "Payments to Contractor," of the General Conditions. ' * $111,981.00 I ' 6-1 which shall NESS WHEREOF. the parties to these presents have executed this contract in six (6) counterparts, each e deemed an orieinal. in the year and day first above mentioned. Sherry L. RKwe, City Clerk (Witness) City of Fayetteville, Arkansas Community Development Department (ter) By gz; aet / 6 Paul R. Noland Mayor (Title) McClinton -Anchor Company, Division of APAC-Arkansas, Inc. (Conrmcrorl By P. 0. Box 1367 Fayet-rPv;11P, Arkancnc (Address and Zip Coda) NOTE: Secretary of the Owner should attest. If Contractor is a corporation, Secretary should attest. HUD -3233-F (6-66) GPO 869-880 6-2 , N 1 • � I PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: That we (1) McClinton -Anchor Company, Division of APAC-Arkansas, Inc. a (2) corporation hereinafte=called ' "Principal" and (3) INSURANCE COMPANY OF NORTH AMERICA ' of PHILADELPHIA , State of PENNSYLVANIA , hereinafter called the "Surety," are held and firmly bound unto (4) City of Fayetteville, Arkansas ' Community Development Department , hereinafter called "Owner," in the penal sum of One hundred eleven thousand Nine hundred Eighty-one and no/100 ----------------------- ------------------------ dollars ($ 111,981.00 in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered into a certain contract. with Owner, dated the c S�day of , 19 82 , a copy of which is. hereto attached and made a part hereof for a construction of: ' Street and Drainage Improvements, Plans No. Fy-104 NOW THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the undertakings, covenants, terms, conditions, and agreements of said contract during the original term thereof, and any, extensions thereof which may be granted by the Owner, with or without notice to the Surety, and if he shall satisfy all claims and demands incurred under such contract, and which it may suffer by reason of failure to do so, and shall reimburse and repay the Owner all outlay and expense which the Owner may incur in making good any default, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, FURTHER, that the said Surety, for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or the specifications accom- panying the same shall in any wise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the work or to the specifications. PROVIDED, FURTHER, that no final settlement between the Owner and the Contractor shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. This bond is given in compliance with Act 351, Arkansas Acts of 1953, and.Act 209, Arkansas Acts of 1957, the same appearing as Arkansas Statutes (1957), Section 51-635, Cumulative Supplement. I 7-1 I I I I IN WITNESS WHEREOF, this instrument is executed in six (6) counterparts, each one of which shall be deemed an. original, this the day of 19' 82 ATTEST: McClinton -Anchor Company, Division of APAC-Arkansas, Inc. Principal P.O. Box 1367 Fayetteville, Arkansas 72701 Address ATTEST: By: P. 0. Box 1367 Fayetteville, Arkansas 72701 Address INSURANCE COMPANY OF NORTH AMERICA Surety By /sd&dt J ck East, Jr., A 'tor ev-;Jh--.Fact Ul i'l fry` as to 1220 W. 3rd, Little Rock, Ar Address 1220 W. 3rd, Little Rocsk;r kddress s NOTE: Date of bond must not be prior to date of contract. (1) Correct name of Contractor. (2) A Corporation, a Partnership, or an individual, as the case may be. (3) Correct name of Surety. (4) Correct name of Owner. (5) If Contractor is a Partnership, all partners should execute bond. (6) This bond must be filed with the Circuit Court of the County where the work is to be performed prior to the start of construction. 7-2 • PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS: That we (1) McClinton -Anchor Company, Division of APAC-Arkansas, Inc. a (2) corporation - hereinafter called "Principal" and (3) - INSURANCE COMPANY OF NORTH AMERICA ' of PHILADELPHIA , State of PENNSYLVANIA , hereinafter called the "Surety," are held and firmly bound unto City of Fayetteville, Arkansas, I Community Development Department , hereinafter called "Owner," in the penal sum of --'-'-"'---''' One hundred eleven thousand Nine hundred Eighty-one and no/100-------------- dollars ($ 111.981.00 ) in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered into a certain contract with Owner, dated the c day of , 19 82 a copy of which is hereto attached and made a part hereof for the construction of: ' Street and Drainage Improvements, Plans No. Fy-104 NOW THEREFORE, if the Principal shall promptly make payment to all persons, firms, ' subcontractors and corporations furnishing materials for or performing labor in the prosecution of the work provided for in such contract, and any authorized extension or modification thereof, all amounts due for but not limited to, materials, lubricants, ' oil, gasoline, coal and coke, repair on machinery, equipment and tools, consumed or used in connection with the construction of said work, fuel oil, camp equipment, food for men, feed for animals, premium for bonds and liability and workmen's compensation insurance, rentals on machinery, equipment and draft animals; also for taxes or pay- ' ments due the State of Arkansas or any political subdivisions thereof which shall have arisen on account of or in connection with the wages earned by workmen covered by the bond; and for all labor, performed in such work whether by subcontractor or otherwise, ' then this obligation shall be void, otherwise to remain in full force and effect. The Surety agrees the terms of this bond shall cover the payment by the Principal of not less than the prevailing hourly rate of wages as found by the Arkansas Depart- ' merit of Labor or as determined by the court on appeal to all workmen performing work under the contract. ' PROVIDED FURTHER, that the said surety, for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder of the specifications accompanying ' the same shall in any wise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract as to the work or to the specifications. 1 ' 7-3 ' . PROVIDED FURTHER, that no final settlement between the Owner and the Contractor shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. I I I I J I I I II I I This bond is given in compliance with Act 351, Arkansas Acts of 1953, and Act 209, Arkansas Acts of 1957, the same appearing as Arkansas Statutes (1957) Section 51-635, Cumulative Supplement. IN WITNESS WHEREOF, this instrument is executed in six (6) counterparts, each one of which shall be deemed an original, this the ______ day of 19_82 rayeuevme, ninaiJaaa /civa Address Witn s as to Sti ety 1220 W. Third, Little Rock, Ar Address McClinton -Anchor Company, Division of APAC-Arkansas, Inc. Principal P. 0. Box 1357 Fayetteville, Arkansas 72701 Address INSURANCE COMPANY OF NORTH AMERICA Surety /i lti 1' Att ey-in-Factf;� =^ ack East, Jr. `' Z' 1220 W. Third, Little Rock, Ar Address NOTE: Date of bond must not be prior to date of contract. (1) Correct name of Contractor. (2) A Corporation, a Partnership, or an individual, as the case may be. (3) Correct name of Surety. (4) Correct name of Owner. (5) If Contractor is Partnership, all partners should execute bond. (6) This bond must be filed with the Circuit Court of the County where the work is to be performed prior to the start of construction. 7-4 INSURANCE COMPANY OF NORTH AMERICA PHILADELPHIA, PA. POWER OF ATTORNEY Know all men by these presents: That INSURANCE COMPANY OF NORTH AMERICA, a corporation of the Commonwealth of Pennsylvania, having its principal office in the City of Philadelphia, Pennsylvania, pursuant to the following Resolution adopted by the Board of Directors of the said Company on May 28, 1975, to wit: "RESOLVED, pursuant to Articles 3.6 and 5.1 of the By -Laws, the following Rules shall govern the execution for the Company of bonds, undertakings, recognizances, contracts and other writings in the nature thereof: (t) That the President, or any Vice -President, Assistant Vice -President, Resident Vice -President or Attorney -in -Fact, may execute for and in behalf of the Company any and all bonds, undertakings, recognizances, contracts and other writings in the nature thereof, the same to be at- tested when necessary by the Secretary, an Assistant Secretary or a Resident Assistant Secretary and the seal of the Company affixed thereto; and that the President or any Vice -President may appoint and authorize Resident Vice -Presidents, Resident Assistant Secretaries and Attorneys - in -Fact to so execute or attest to the execution of all such writings on behalf of the Company and to affix the seal of the Company thereto. (2) Any such writing executed in accordance with these Rules shall be as binding upon the Company in any case as though signed by the President and attested by the Secretary. (3) The signature of the President or a Vice-president and the seal of the Company may be affixed by facsimile on any power of attorney granted pursuant to this Resolution, and the signature of a certifying officer and the seal of the Company may be affixed by facsimile to any certificate of any such power, and any such power or certificate bearing such facsimile signature and seal shall be valid and binding on the Company. (4) Such Resident Officers and Attorneys -in -Fact shall have authority to certify or verify copies of this Resolution, the By -Laws of the Com- pany, and any affidavit or record of the Company necessary to the discharge of their duties. (5) The passage of this Resolution does not revoke any earlier authority granted by Resolution of the Board of Directors on June 9, 1953." does hereby nominate, constitute and appoint JACK EAST, JACK EAST JR. , JAMES E. DANIEL, DONALD R. HENDERSON and JUDY FRANKS, all of the City of Little Rock, State of Arkansas Pits true and lawful agent and attorney -in -fact, to make, execute, seal and deliver for and on its behalf, and as its act and deed any and all Bonds & Undertakings, UNLIMITED in amounts, on behalf of APAC-Arkansas, Inc. and APAC-Texas, Inc.. Said Bonds & Undertakings to be signed for the Company and the Seal of the Company attached thereto by any one of the Said Jack East, Jack East Jr., James E. Daniel, Donald R. Henderson and Judy Franks, individually. ' And the execution of such writings in pursuance of these presents shall be as binding upon said Company, as fully and amply as if they had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office. MICHAEL B. IN WITNESS WHEREOF, the said ......... FODOR , Vice -President, • has hereunto subscribfdtthis name and affixed the corporate seal of the said INSURANCE COMP�IY OF NORTH August AMERICA this ................................day of ....................19 ... INSURANC CO.. A Y' OF (SEAL) B .... ..... NORTH MERIC.. ' STATE OF ILLINOIS MICHAEL B. FODOR Vice -President COUNTY OF COOK ss. 14th August 80 On this . day of ......... ... , A. D. 19 .... , before the subscriber, a Notary State of Illinois Cook Public of the MICHAEL B.or the County of duly commissioned and qualified, came . I)C) ........................................... . , Vice -President of the INSURANCE COMPANY OF NORTH AMERICA to me personally known to be the individual and officer described in, and who executed the preceding instrument, and he acknowledged the execution of the same, and, being by me duly sworn, deposeth and saith, that he is the officer of the Company afore- said, and that the seal affixed to the preceding instrument is the corporate seal of said Company, and the said corporate seal and his signature as officer were duly affixed and subscribed to the said instrument by the authority and direction of the said corporation, and that Resolution, adopted by the Board of Directors of said Company, referred to in the preceding instrument, is now in force. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my official seal at the City of CHICAGOthe day and year first above written. WBR Vie_ DAWN STRA14BRIDGE +' ..No y Public =3 _ ex res May 28, 1984 r � - ,tilt7t Secretary of INSURANCE COMPANY OF NORTH AMERICA, do hereby certify that the original POWER ch the foregoing is a full, true and correct copy, is in full force and effect. ti: t} il w ol, I have hereunto subscribed my ame as ijq}j3tg(;� Secretary, and affixed the corporate seal of the Corporation, I. • - ••'` •,.c H' a. . of .. .......... J9.. g.Z "{k, / , s - SEALI �-' �.. /v ""'+"..... . • ' . . ES S . WYLLIE Secretary 85-2O08a Ptd. In U.S.A U.S. DEPARTMENTOF HOUSING AND URBAN DEVELOPMENT ' GENERAL CONDITIONS 1. Contract and Contract Documents - ' The project to be constructed- pursuant to this contract will be financed with assistance from the Department of Housing and Urban Development and is subject to all applicable Federal laws and regulations, The Plans, Specifications and Addenda, hereinafter enumerated in Paragraph I of the Supplemental General Conditions shall form part of this Contract and the provisions thereof shall be as binding upon the parties hereto as if they were herein fully set.forth. The table of contents, titles, headings, running headlines and marginal notes contained herein and in ' -said documents are solely to facilitate reference to various provisions of the Contract Documents and in no way affect, limit -or cast light on the interpretation of the provisions to which they refer. - Contents* . 1. Contract and Contract Documents 36. Stated Allowances 2. Definitions 37. Use of Premises and Removal of Debris 3. Additional Instructions and Detail 38, Quantities of Estimate - Drawings - 39. Lands and Rights -of -Way ' 4. Shop or Setting Drawings 40. General Guaranty 5. Materials, Services, and Facilities 41. Conflicting Conditions 6. Contractor's Title to Materials 42. Notice and Service Thereof 7. Inspection and Testing of Materials 43. Required Provisions Deemed Inserted " 8. "Or Equal" Clause 44. Protection of Lives and Health 9. Patents 45. Subcontracts 10. Surveys, Permits and Regulations 46. Equal Employment Opportunity 11, Contractor's Obligations 47. Interest of Member of Congress 12. Weather Conditions 48. Other Prohibited Interests 13. Protection of Work and Property-- 49, Use Prior to Owner's "Acceptance Emergency 50. Photographs 14. Inspection 51. Suspension of Work ' 15. Reports, Records and Data 52. Minimum Wages 16. Superintendence by Contractor 53. Underpayments of Wages 17, Changes in Work 54. Anticipated Fringe 2enefits 18. Extras 55. Overtime Compensation ' 19. Time for Completion and Liquidated 56. Apprentices Damages 57. Employment Prohibited 20. Correction of Work 58. Compliance with Anti -Kickback Act 21. Subsurface Conditions Found Different 59. Classifications Not Listed 22,, Claims for Extra Cost 60. Fringe Benefits Not Expressed 23. Right of Owner to Terminate Contract 61. Posting Wage Rates • 24. Construction Schedule and Periodic 62. Complaints,- Proceedings,or Test - Estimates imony .: 1 25. Payments to Contractor 63. Claims and Disputes 26. Acceptance of Final Paymentas Release 64. Questions Concerning Regulations 27. Payments by Contractor 65. Payrolls and Records 28. Insurance 66. Specific Coverage 29. Contract Security 67. Ineligible Subcontractors 30. Additional or Substitute Bond 68. Provisions to be Included 31. Assignments 69. Broach of Labor Standards 32. Mutual Responsibility of Contractors 70. Employment Practices 33. Separate Contracts 71. Contract Termination; Debarment 34, Subcontracting 35. Architect/Engineer's Authority HUD -42385(R) Ptev,ou. edition ;s obsolete ** Attachment to Federal Labor Standards Provisions 8-1 1 I 2. Definitions ' The following terms as used in this contract are respectively defined as follows: (a) 'Contractor'': A person, firm or corporation with whom the contract is made by the Owner. (b) "Subcontractor': A person, firm or corporation supplying labor and materials or only labor for work at the site of the project for, and under separate contract or agreement with, the Contractor. (c) "Work on (at) the project": Work to be performed at the location of the project, includ- ing the transportation of materials and supplies to or from the location of the project by employees of the Contractor and any Subcontractor. 3. Additional Instructions and Detail Drawings The Contractor will be furnished additional instructions and detail drawings as necessary t to carry out the work included in the contract. The additional drawings and instructions thus supplied to the Contractor will coordinate with the Contract Documents and will be so prepared that they can be reasonably interpreted as part thereof. The Contractor shall carry out the work in accordance with the additional detail drawings and instructions. The Contractor and the Architect/Engineer will prepare jointly (a) a schedule, fixing the dates at which special detail drawings will be required, such drawings, if any, to be furnished b., the Architect/Engineer in accordance with said schedule, and (b) a schedule fixing the respective dates for the submission of shop drawings, the beginning of manufacture, test- ing and installation of materials, supplies and equipment, and the completion of the various parts of the work; each such schedule to be subject to change from time to time in accord- ance with the progress of the work. 4. Shop or Setting Drawings The Contractor shall submit promptly to the Architect/Engineer two copies of each shop or setting drawing prepared in accordance with the schedule predetermined as aforesaid. After examination of such drawings by the Architect/Engineer and the return thereof, the Contractor shall make such corrections to the drawings as have been indicated and shall furnish the Architect/Engineer with two corrected copies. If requested by the Architect/ Engineer the Contractor must furnish additional copies. Regardless of corrections made in or approval given to such drawings by the Architect/Engineer, the Contractor will never- theless be responsible for the accuracy of such drawings and for their conformity to the Plans and Specifications, unless he notifies the Architect/Engineer in writing of any devia- tions at the time he furnishes such drawings. 5. Materials, Services, and Facilities ' (a) It is understood that except as otherwise specifically stated in the Contract Documents, the Contractor shall provide and pay for all materials, labor, tools, equipment, water, light, power, transportation, superintendence, temporary construction of every nature, and all other services and facilities of every nature whatsoever necessary to execute, complete,and deliver the work within the specified time. (b) Any work necessary to be performed after regular working hours, on Sundays or Legal Holidays, shall be performed without additional expense to the Owner. 6. Contractor's Title to Materials No materials or supplies for the work shall be purchased by the Contractor or by any Sub- contractor subject to any chattel mortgage or under a conditional sale contract or other agreement by which an interest is retained by the sell=r. The Contractor warrants that he has good title to all materials and supplies used by him in the work, free from all liens, claims or encumbrances. MUD -ales R-701 8 . —e. ' 7, Inspection and Testing of�Mater.iads ' (a) All materials and'equipment used in the construction of the project shall be subject to adequate inspection and testing in accordance with accepted standards. The laboratory or inspection agency shall be selected by the Owner. The Owner will pay for all labo- ratory inspection service direct, and not as a part of the contract. (b) Materials of construction, particularly those upon which the strength and durability of the structure may depend, shall be subject to inspection and testing to establish con- formance with specifications and suitability for uses intended, '' 8. "Or Equal" Clause Whenever a material, article or piece of equipment is identified on the plans or in the specifications by reference to manufacturers' or vendors' names, trade names, catalogue numbers, etc., it is intended merely to establish a standard; and, any material, article, or equipment of other manufacturers and vendors which will perform adequately the duties imposed by the general design will be considered equally acceptable provided the material, article, or equipment so proposed, is, in the opinion of the Architect/Engineer, of equal 'substance and function. It shall not be purchased or installed by the contractor without the Architect/Engineer's written approval. 9, Patents ' (a) The Contractor shall hold and save the Owner and its officers, agents, servants, and employees harmless from liability of any nature or kind, including cost and expenses for, or on account of, any patented orunpatented invention, process, article, or appliance ' manufactured or used in the performance of the contract, including its use by the Owner, unless otherwise specifically stipulated in the Contract Documents, (b) License or Royalty Fees: License and/or Royalty Fees for the use of a process which is authorized by the Owner of the -project must be reasonable, and paid to the holder of - the patent, or his authorized licensee, direct by the Owner and not by or through the Contractor, ` (c) If the Contractor uses 'any design, device or- materials covered by letters, patent or copyright, he shall provide for such use by suitable agreement with the Owner of such I. patented or copyrighted design, device or material. It is mutually agreed and under- stood, that, without exception, the contract prices shall include all royalties or costs arising from the use of such design, device or materials, in any way involved in the work. The Contractor and/or his Sureties shall indemnify and save harmless the Owner ' of the project from any and all claims for infringement by reason of the use of such patented or copyrighted design, device or materials or any trademark or copyright in connection with work agreed to be performed under this contract, and shall indemnify the Owner for any cost, expense or damage which it may be obliged to pay by reason ' of such infringement at any time during the prosecution of the work or after completion of the work. 10. Surveys, Permits, and Regulations Unless otherwise expressly provided for in the Specifications, the Owner will furnish to the Contractor all surveys necessary for the execution of the work. ' The Contractor shall procure and pay all permits, licenses and approvals necessary for the execution of his contract. The Contractor shall comply with all laws, ordinances, rules, orders, and regulations re- lating to performance of the work, the protectionof adjacent property, and the maintenance of passageways, guard fences or other protective facilities. 11, Contractor's Obligations The Contractor shall and will, in good workmanlike manner, do and perform all work and furnish all supplies and materials, machinery, equipment, facilities and means, except as HUD -42385 (R) ' 8-3 u herein otherwise expressly specified, necessary or proper to perform and complete all the work required by this contract, within the time herein specified, in accordance with the provisions of this contract and said specifications and in accordance with the plans and drawings covered by this contract any and all supplemental plans and drawings, and in accordance with the directions of the Architect/Engineer as given from time to time during the progress of the work. He shall furnish, erect, maintain, ar.d remove such construction plant and such temporary works as may he required. The Contractor shall observe, comply with, and be subject to all terms, conditions, rer]uwre- ments, and ltm,tat.ons of the contract and specifications, and shall do, carry or., and com- plete the entire work to the satisfaction of the Architect. Engineer and the Owner. 12. Weather Conditions In the event of temporary suspension of work, or during inclement weather, or whenever the A rchitect,'Engtneer shall direct, the Contractor will, and will cause his subcontractors to protect carefully his and their work and materials against damage or injury from the weather. If, in the opinion of the Architect/Engineer, any work or materials shall have been damaged or injured by reason of failure on the part of the Contrartor or any of h.s Subcontractors so to protect his work, such materials shall be removed and replaced at the expense of the Contractor. 13. Protection of Work and Property --Emergency , "he Contractor shall at all times safely guard the Owner's property from :nu ry or loss in co.rnectton w:th ih.s contract. He shall at all times safely guard and protect his own and that of a::_;,acer.t property from damage. The Contractor shall replace or make good any s ich damage, loss or injury unless such be caused directly by errors contained in the con - t r.ict or by the Owrer, or his duly authorized representatives. In case of an emergency which threatens loss or injury of property, and/or safety of life, the Contractor will be allowed to act, without previous instructions from the Architect' Engineer, in a diligent manner. He shall notify the Architect/Engineer immediately there- Iter. Any claim for compensation by the Contractor due to such extra work shall be promptly submitted to the Architect/Engineer for approval. Where the Contractor has not taken action but has notified the Architect/Engineer of an emergency threatening injury to persons or damage to the work or any adjoining property, h2 shall act as instructed or authorized by the Architect/Engineer. The amount of reimbursement claimed by the Contractor on account of any eme rpency action shall be determined in the manner provided in Paragraph 17 of the General Condi- t,or.s. 1d. Inspection , The aut'nnnr.ed re, resentatives and agents of the Department of Housing and Urban Devt-.r'1,- ment shall be pe rrnttted to inspect all work, materials, payrolls, records ni l l•rsnnnel, invoices of materials, and other relevant data and records. I=.. Reports, Records, and Data The Contractor shall suhmtt to the Owner such schedule of quantities and ccsis, 1. rogrrss ' schedules, payrolls, reports, estimates, records and other data as the Cwnrr may rerlucst conce rnu.g wnrpe rf, reed or to be performed under thks contract. ii.. Superintendence by Contrartor , At the site of the work the Contractor shall emplov a construction superintendent or fore- man. who shall have full authority to act for the Contractor. It is unto rstood that such representative shall be acceptable to the Architect Enptneer and shall be ')nr win can hi - continued in that capacity for the pa rt:cular job inveik cc unless he r,a.es to be on the C:nntractor's payroll. MUD -4239S19 -]al 8-4 ' I 17. Changes in Work I I No changes in the work covered by the approved Contract Documents shall be made with- out having prior written approval of the Owner. Charges or credits for the work covered by the approved change shall be determined by one or more, or a combination of the fol- lowing methods: (a) Unit bid prices previously approved. (b) An agreed lump sum. (c) The actual cost of: 1. Labor, including foremen; 2. Materials entering permanently into the work; 3. The ownership or rental cost of construction plant and equipment during the time of use on the extra work; 4. Power and consumable supplies for the operation of power equipment; 5. Insurance; 6. Social Security and old age and unemployment contributions. To the cost under (c) there shallbe added a fixed fee to be agreed upon but not to exceed fifteen percent (15%) of the actual cost of the work. The fee shall be compensation to cover the cost of supervision, overhead, bond, profit and any other general expenses. ' 18. Extras Without invalidating the contract, the Owner may order extra work or make changes by altering, adding to or deducting from the work, the contract sum being adjusted accordingly, and the consent of the Surety being first obtained where necessary or. desirable. All the work of the kind bid upon shall be paid for at the price stipulated in the proposal, and no claims for any extra work or materials shall be allowed unless the work is ordered in writing by the Owner or its Architect/Engineer, acting officially for the Owner, and the ' price is stated in such order. 19. Time. for Completion and Liquidated Damages ' It is hereby understood and mutually agreed, byand-between the Contractor and the Owner, that the date of beginning and the time for completion as specified in the contract of the work to be done hereunder are ESSENTIAL CONDITIONS of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced on a date to be specified in the "Notice to Proceed." The Contractor agrees that said work shall be prosecuted regularly, diligently, and un- interruptedly at such rate of progress as will insure full completion thereof within the ' time specified. It is expressly understood and agreed, by and between the Contractor and the Owner, that the time for the completion of the work described herein is a reasonable time for the completion of the same, taking into consideration the average climatic range and usual industrial conditions prevailing in this locality. ' If the said Contractor shall neglect, fail or refuse to complete the work within the time herein specified, or any proper extension thereof grantedby the Owner, • then the Contractor does hereby agree, as a part consideration for the awarding of this contract, to pay to the ' Owner the amount specified in the contract, not as a penalty but as liquidated damages for such breach of contract as hereinafter set forth, for each and every calendar day that the Contractor shall be in default after the time stipulated in the contract for completing the work. ' The said amount is fixed and agreed upon by and between the Contractor and the Owner because of the impracticability and extreme difficulty of fixing and ascertaining the actual 'damages the Owner would in such event sustain, and said amount is agreed to be the amount ' of damages which the Owner would sustain and said amount shall be retained from time to time by the Owner from current periodical estimates. It is further agreed that time is of the essence of each and every portion of this contract I. and of the specifications wherein a definite and certain length of time is fixed for the performance of any act whatsoever; and where under the contract an additional time is HUD- 7385 (R) 8-5 ^ I allowed for the completion of any work, the new time limit fixed by such extension shall be of the essence of this contract. Provided, that the Contractor shall not be charged with liquidated damages or any excess cost whenthe Owner determines that the Contractor is without fault and the Contractor's reasons for the time extension are acceptable to the Owner: Provided, further, that the Contractor shall not be charged with liquidated damages or any excess cost when the delay in completion of the work is due: (a) To any preference, priority or allocation order duly issued by the Government; (b) To unforeseeable cause beyond the control and without the fault or negligence of the Contractor, including, but not restricted to, acts of God, or of the public enemy, acts of the Owner, acts of another Contractor in the performance of a contract with the Owner, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes, and severe weather: and (c) To any delays of Subcontractors or suppliers occasioned by any of the causes specified in subsections (a) and (b) of this article: Provided, further, that the Contractor shall, within ten (10) days from the beginning of such delay, unless the Owner shall grant a further period of time prior to the date of final settlement of the contract, notify the Owner, in writing, of the causes of the delay, who shall ascertain the facts and extent of the delay and notify the Contractor within a reason- able time of its decision in the matter. 20. Correction of Work ' Al! :work, all materials, whether incorporated in the work or not, all processes of manu- facture, and all methods of construction shall be at all times and places subject to the inspection of the Architect/Engineer who shall be the final judge of the quality and suit- ability of the work, materials, processes of mam._facture, and methods of construction for the purposes for which they are used. Should they fail to meet his approval they shall be forthwith reconstructed, made good, replaced and/or corrected, as the case may be, by the Contractor at hs own expense. Rejected material shall immediately be removed from the site. If, in the opinion of the Architect/Engineer, it is undesirable to replace any defective or damaged materials or to reconstruct or correct any portion of the work injured or not performed in accordance with the Contract Documents, the compensation to be paid to the Contractor hereunder shall be reduced by such amount as in the judgment of the Architect/Engineer shall be equitable. 21. Subsurface Conditions Found Different Should the Contractor encounter sub -surface and/or latent conditions at the site materially differing from those shown or, the Plans or indicated in the Specifications, he shall imme- diately give notice to the Architect/Engineer of such conditions before they are disturbed. The Architect/Engineer will thereupon promptly investigate the conditions, and if he finds that they materially differ from those shown onthe Plans or indicated in the Specifications, he will at once make such changes in the Plans and/or Specifications as he may find nec- essary, any increase or decrease of cost resulting from such changes to be adjusted in the manner provided in Paragraph 17 of the General Conditions. Z. Claims for Extra Cost No claim for extra work or cost shall be allowed unless the same was done in pursuance ' of a written order of the Architect/Engineer approved by the Owner, as aforesaid, and the claim presented with the first estimate after the changed or extra work is done. When work is performed under the terms of subparagraph I7(c) of the General Conditions, the Contractor shall furnish satisfactory bills, payrolls and vouchers covering all items of cost and when requested by the Owner, give the Owner access to accounts relating thereto. 23. Right of the Owner to Terminate Contract ' In the event that any of the provisions of this contract are violated by the Contractor, or by any of his subcontractors, the Owner may serve written notice upon the Contractor and the Surety of its intention to terminate the contract, such notices to contain the reasons for HUe-.nes I9-70) , 8-6 I .. such intention to terminate the contract, and unless within ten (10) days after the serving of such notice upon the Contractor, such violation or delay shall cease and satisfactory arrangement of correction be made, the contract shall, upon the expiration of said ten (10) days, cease and terminate, In the event of any such termination, the Owner shall imme- ' diately serve notice thereof upon the Surety and the_Contractor and the Surety shall have the right to take over and perform the contract; Provided, however, that if the Surety does not commence performance thereof within ten (10) days from the date of the mailing to such Surety of notice of termination, the Owner may take over the work and prosecute the same to completion by contract or by force account for the account and at the expense of I. the Contractor and the Contractor and his Surety shall be liable to the Owner for any ex- cess cost occasioned the Owner thereby, and in such event the Owner may take possession of and utilize in completing the work, such materials, appliances, and plant as may be on the site of the work and necessary therefor, • 24, Construction Schedule and Periodic Estimates Immediately after execution and delivery of the contract, and before the first partial pay - '.merit is made, the Contractor shall deliver to the Owner an estimated construction progress ; _ schedule in form satisfactory to the Owner, showing the proposed dates of commencement and• completion of each of the various subdivisions of work required under the Contract Documents and the anticipated amount of each monthly payment that will become due the 'Contractor in accordance with the progress schedule. The Contractor shall also furnish on forms to be supplied by the Owner (a) a detailed estimate giving a complete breakdown of the contract price and (b) periodic itemized estimates of work done for the purpose of making partial payments thereon. The costs employed in making up any of these schedules I. i will be used only for determining the basis of partial payments and will.not be considered as fixing a basis for additions to or deductions from the contract price. _25. Payments to Contractor I H C I I 1 (a) Not later than the 15th day of each calendar month the Owner shall make a progress payment to the Contractor on the basis of a duly certified and approved estimate of the work performed during the preceding calendar month under this contract, but to insure the proper performance of this contract, the Owner shall retain ten percent (10%'%) of the amount of each estimate until final completion and acceptance of all work covered by this contract: Provided, that the Contractor shall submit his estimate not later than the first day of the month: Provided, further, that the Owner at any time _ after fifty percent (50%) of the work has been completed, if it finds that satisfactory progress is being made, may make any of the remaining progress payments in full; Provided, further, that on completion and acceptance of each separate building, public work, or other division of the contract, on which the price is stated separately in the contract, payment may be made in full, including retained percentages thereon, less authorized deductions. (b) In preparing estimates the material delivered on the site and preparatory work done may be taken into consideration. (c) All material and work covered by partial payments made shall thereupon become the sole property of the Owner, but this provision shall not be construed as relieving the Contractor from the sole responsibility for the care and protection of materials and work upon which payments have been made or the restoration of any damaged work, or as a waiver of the right of the Owner to require the fulfillment of all of the terms of the contract. (d) Owner's Right to Withhold Certain Amounts and Make Anolication Thereof: The Con- tractor agrees that . he will indemnify and save the Owner harmless from all claims growing out of the lawful demands of subcontractors, laborers, workmen, mechanics, materialmen, and furnishers of machinery and parts thereof, equipment, power tools, and all supplies, including commissary, incurred in the furtherance of the performance of this contract. The Contractor shall, at the Owner's request, furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, dis- charged, or waived. If the Contractor fails so to do, then the Owner may, after having served written notice on the said Contractor, either pay unpaid bills, of which the Owner has written, notice, direct, or withhold from the Contractor's unpaid compensation a sum of money deemed reasonably sufficient to pay any and all such lawful claims until satisfactory evidence is furnished that all liabilities have been fully discharged where- upon payment to the Contractor shall be resumed, ir. accordance with the terms of this IHUD-41)8s(R) 8-7 I I contract, but in no event shall the provisions of this sentence be construed to impose any obligations upon the Owner to either the Contractor Cr his Surety. In paying any unpaid bills of the Contractor, the Owner shall be deemed the agent of the Contractor, and any payment so made by the Owner shall be considered as a payment made under the contract by the Owner to the Contractor and the Owner shall not be liable to the Contractor for any such payments made in good faith. 26. Acceptance of Final Payment Constitutes Release The acceptance by the Contractor of final payment shall be and shall operate as a release to the Owner of all claims and all liability to the Contractor for all things done or furnished in connection with this work and for every act and neglect of the Owner and others relating to or arising out of this work. No payment, however, final or otherwise, shall overate to release the Contractor or his sureties from any obligations under this contract or the Performance and Payment Bond, 27. Payments by Contractor The Contractor shall pay (a) for all transportation and utility services not later than the 20th day of the calendar month following that in which services are rendered, (b) for all materials, tools, and other expendable equipment to the extent of ninety percent (90'r.) of the cost thereof, not later than the ZOth day of the calendar month following that in wLtc`: such materials, tools, and equipment are delivered at the site of the project, and the balance of the cost thereof, not later than the 30th day following the completion of that part of the work in or or. which such materials, tools, and equipment are incorporated or used, and. (c) to each of his subcontractors, not later than the 5th day following each payment to the Contractor, the respective amounts allowed the Contractor on accoant of the work per- formed by his subcontractors to the extent of each subcontractor's interest therein. 28. Insurance - Also, see pages 8-30 and 8-39 of the Supplemental General Conditions ani Section 4, page 17-2 of the Detailed Specifications. The Contractor shall not commence work under this contract until he has obtained all the insurance required under this paragraph and such insurance has been approved by tna Owner, nor shall the Contractor allow any subcontractor to commerce work or. his sub- contract until the insurance required of the subcontractor has been so obtained and approve. (a) Compensation Insurance: The Contractor shall procure and shall maintain during tl-.e life of this contract Workmen's Compensation Insurance as required by applicable State or territorial law for all of his employees to be engaged in work at the site of the pro_ ject under this contract and, in case of any such work sublet, the Contractor shall re- quire the subcontractor similarly to provide Workmen's Compensation Insurance for all of the latter's employees to be engaged in such work unless such employees are covered by the protection afforded bythe Contractor's Workmen's Compensation Insur- ance. In case any class of employees engaged in hazardous work on the project under this contract is not protected under the Workmen's Compensation Statute, the Contractor shall provide and shall cause each subcontractor to provide adequate employer's liability insurance for the protection of such of his employees as are not otherwise protected, (b) Contractor's Public Liability and Property Damage Insurance and Vehicle liability Insurance: The Contractor shall procure and shall maintain during the life of this con- tract Contractor's Public Liability Insurance, Contractor's Property Damage Insurance and Vehicle Liability Insurance in the amounts specified in the Supplemental General Conditions. (c) Subcontractor's Public Liability and Property Damage Insurance and Vehicle Liability Insurance: The Contractor shall either (I) require each of his suhrnnt r.nctors to pro- cure and to maintain during the life of his subcontract, Subrnntrartnr's Fnblir Liability and Property Damage Insurance and Vehicle Linbllitr lcsu ranee of th - type :d n to amounts specified in the Supplemental General Conditions specified in subparagraph (b) hereof or, (2) insure the activities of his policy, spec ifmd in subparagraph (b) hereof. (d) Scone of tnsurar:ce and Special Hazards: The insurance required under subpa raeraphs (b) and (c) i:ereof shall provide adequate protection fns the Contractor .,nd his subcrn- tractors, respectively, against damage claims which nit arise from op' rations ucarr HUD -+1185 r9 -r71 8—Il ' this contract, whether such operations be by the insured or by anyone directly or in- directly employed by him and, also against any of the special hazards which may be encountered in the performance of this contract as enumerated in the Supplemental General Conditions, '(e) Builder's Risk Insurance (Fire and Extended Covera¢e): Until the project is completed and accepted by the Owner, the Owner, or Contractor (at the Owner's option as indicated in the Supplemental General Conditions, Form HUD -4239-N) is required to maintain Builder's Risk Insurance (fire and extended coverage) ona 100 percent completed value basis on the insurable portion of the project for the benefit of the Owner, the Contractor, subcontractors as their interests may appear. The Contractor shall not include any costs for Builder's Risk Insurance (fire and extended coverage) premiums during con- struction unless the Contractor is required to provide such insurance; however, this provision shall not release the Contractor from his obligation to complete, according I. to plans and specifications, the project covered by the contract, and the Contractor and his Surety shall be obligated to full performance of the Contractor's undertaking, (f) Proof of Carriage of Insurance: The Contractor shall furnish the Owner with certificates ' showing the type, amount, class of operations covered, effective dates and date of ex- piration of policies. Such certificates shall also contain substantially the following state- ment: "The insurance covered by this certificate will not be cancelled or materially altered, except after ten (10) days written notice has been received by the Owner." 29. Contract Security The Contractor shall furnish a performance bond in an amount at least equal to one hundred ' percent (100%) of the contract prices as security for the faithful performance of this con- tract and also a payment bond in an amount not less than one hundred percent (100%) of the contract price or in a penal sum not less than that prescribed by State, territorial or local law, as security for the payment of all persons performing labor on the project under this t. contract and furnishing materials in connection with this contract. The performance bond and the payment bond maybe in one or in separate instruments in accordance with local law. According to Arkansas.law, sureties must be licensed by the State Insurance Department, and bonds must be issued by a resident Arkansas agent. - 30. Additional or Substitute Bond. If at any time the Owner for justifiable cause shall be or become dissatisfied with any ' surety or sureties, then upon the Performance or Payment Bonds, the Contractor shall — within five (5) days after notice from the Owner so to do, substitute an acceptable bond (or bonds) in such form and sum and signed by such other surety or sureties as may be satisfactory to the Owner. The premiums on such bond shall be paid by the Contractor. No ' further payments shall be deemed due nor shall be made until the new surety or sureties shall have furnished such an acceptable bond to the Owner. 31. Assignments ' The Contractor shall not assign the whole or any part of this contract or any moneys due or to became due hereunder without written consent of the Owner. In case the Contractor assigns all or any part of any moneys due or to become due under this contract, the in- ' strument of assignment shall contain a clause substantially to the effect that it is agreed that the right of the assignee in and to any moneys due or to become due to the Contractor shall be subject to prior claims of all persons, firms and corporations of services rendered or materials supplied for the performance of the work called for in this contract. ' 32. Mutual Responsibility of Contractors If, through acts of neglect on the part of the Contractor, any other Contractor or any sub- ' contractor shall suffer loss or damage on the work, the Contractor agrees to settle with such other Contractor or subcontractor by agreement or arbitration if such other Con- tractor or subcontractors will so settle. If such other Contractor or subcontractor shall assert any claim against the Owner on account of any damage alleged to have been sus- ' tained, -the Owner shall notify the Contractor, who shall indemnify and save harmless the Owner against any such claim. I HUO-4238S(R) I 33. Separate Contract The Contractor shall coordinate his operations with those of other Contractors. Coeperat�on will be required in the arrangement for the storage of materials and in the detailed execu- tion of the work. The Contractor, including his subcontractors, shall keep informed of the progress and the detail work of other Contractors and shall notify the Architect/Engineer immediately of lack of progress or defective workmanship on the part of other Contractors. Failure of a contractor to keep informed of the work progressing or. the site and failure to give notice of lack of progress or defective workmanship by others shall be construed as acceptance by him of the status of the work as being satisfactory for proper coordination with his own work. 34. Subcontracting (a) The Contractor may utilize the services of specialty subcontractors on those parts of the work which, under normal contracting practices, are performed by specialty sub- contractors. (b) The Contractor shall not award any work to any subcontractor without prior written approval of the Owner, which approval will not be given until the Contractor submits to the Owner a written statement concerning the proposed award to the subcontractor, which statement shall contain such information as the Owner may require. (c) The Contractor shall be as fully responsible to the Owner for the acts and omissions of his subcontractors, and of persons either directly or indirectly employed by them, as lie is for the acts and omissions of persons directly employed by him. (d) The Contractor shall cause appropriate provisions to be inserted in all subcontracts relative to the work tobind subcontractors to the Contractor by the terms of the General Conditions and other contract documents insofar as applicable to the work of subcon- tractors and to give the Contractor the same power as regards terminating any sub- contract that the Owner may exercise over the Contractor under any provision of the contract documents. (e) Nothing contained in this contract shall create any contractual relation between any subcontractor and the Owner. 35. Architect/Engineer's Authority ' The Architect/Engineer shall give all orders and directions contemplated under this con- tract and specifications, relative to the execution of the work. The Architect 'En.gineer shall determine the amount, quality, acceptability, and fitness of the several kinds of work and materials which are to be paid for under this contract and shall decide all questions which may arise in relation to said work and the construction thereof. The Architect/ Engineer's estimates and decisions shall be final and conclusive, except as herein otherwise expressly provided. In case any question shall arise between the parties hereto relative to said con- tract or specifications, the determination or decision of the Architect/Engineer shall be a condition precedent to the right of the Contractor to receive any money or payment for work under this contract affected in any manner or to any extent by such question. The Architect/Engineer shall decide the meaning and intent of any portion of the specifica- tions and of any plans or drawings where the same may be found obscure or be in dispute. Any differences or conflicts in regard to their work which may arise between the Contrac- tor under this contract and other Contractors performing work for the Owner shall be adjusted and determined by the Architect/Engineer. 36, Stated Allowances The Contractor shall include in his proposal the cash allowances stated in the Supplemental General Conditions, The Contractor shall purchase the "Allowed Materials" as directed by the Owner on the basis of the lowest and best bid of at least three competitive bids. If the actual price for purchasing the "Allowed Materials" is ,pore or less than the "Cash Allow- ance,'' the contract price shall be adjusted accordingly. The adjustment in. contract price shall be made on the basis of the purchase price without additional charges for overhead, profit, insurance or any other incidental expenses. The Cost of installation of the "Allowed Materials" shall be included in the applicable sections of the Contract Specifications cover- ing this work. HLID —42]as 9— 7C , 8-10 El I I I I I I I LI 37. Use of Premises and Removal of Debris The Contract expressly'undertakes at his own expense: (a) to take every precaution against injuries to persons or damage to property; (b) to.store his apparatus, materials, supplies and equipment in such orderly fashion at the site of the work as will not unduly interfere with the progress of his work or the work of any other contractors; (c) to place upon the work or anypart thereof only such loads as are consistent with the safety of that portion of the work; (d) to clean up frequently all refuse, rubbish, scrap materials, and debris caused by his operations, to the end that at all times the site of the work shall present a neat, orderly and workmanlike appearance; (e) before final payment to remove all surplus material, false -work, temporary structures, including foundations thereof, plant of any description and debris of every nature re- sulting from his operations, and to put the site in a neat, orderly condition; (f) to effect all cutting, fitting or patching of his work required to make the same to con- form to the plans and specifications and,.. except with the consent of the Architect/ Engineer, not to cut or otherwise altei the work of any other Contractor, 38, Quantities of Estimate Wherever the estimated quantities of work to be done and materials to be furnished under this contract are shown in any of the documents including the proposal, they are giver, for use in comparing bids and the right is especially reserved except as herein otherwise specifically limited, to increase or diminish them as may be deemed reasonably necessary or desirable by the Owner to complete the work contemplated by this contract, and such increase or diminution shall in no way vitiate this contract, nor shall any such increase or diminution give cause for claims or liability for damages, 39. Lands and Rights -of -Way Prior to the start of construction, the Owner shall obtain all lands and rights -of -way necessary for the carrying out and completion of work to be performed under this contract. 40. General Guaranty Neither the final certificate of payment nor any provision in the Contract Documents, nor partial or entire occupancy of the premises by theOwr.er, shall constitute an acceptance of work not done in accordance with the Contract Documents or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship. The Contractor shall remedy any defects in the work and pay for any damage to other work resulting therefrom, which shall appear within a period of one year from the date of final acceptance of the work unless a longer period is specified. The Owner will -give notice of observed defects with reasonable promptness. 41. Conflicting Conditions • Any provisions in any of the Contract Documents which may be in conflict or inconsistent with any of the paragraphs in these General Conditions shall be void to the extent of such conflict or inconsistency. 42. Notice and Service Thereof Any notice to any Contractor from the Owner relative to any part of this contract shall be ' " in writing and considered delivered and the service thereof completed, when said notice is posted, by certified or registered mail, to the said Contractor at his -last given address, or delivered in person to the said Contractor or his authorized representative on the work. • MUD -42385 (R) 8-11 43. Provisions Required by Law Deemed Inserted Each and every provfsion of law and clause required by law to be inserted in this contract shall be deemed to be inserted he reinand the contract shall be read and enforced as though it were included herein, and if through mistake or otherwise any such provision is not inserted, or is not correctly inserted, then uponthe application of either party the contract shall forthwith be physically amended to make such insertion or correction. 44. Protection of Lives and Health it The Contractor shall exercise proper precaution at all times for the protection of persons and property and shall be responsible for all damages to persons or property, either on or off the site, which occur as a result of his prosecution of the work. The safety provisions of applicable laws and building and construction codes, in addition to specific safety and health regulations described by Chapter XIII, Bureau of Labor Standards, Department of Labor, Part 1518, Safety and Health Regulations for Construction, as outlined in the Federal Register, Volume 36, No. 75, Saturday, April 17, 1971. Title 29 - LABOR, shall be observed and the Contractor shall take or cause to be taken, such additional safety and health measures as the Contracting Authority may determine to be reasonably necessary." 45. Subcontracts "The Contractor will insert in any subcontracts the Federal Labor Standards Provisions contained heroin and such other clauses as the Department of Housing and Urban Development may, by instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts which they may enter into, together with a clause requiring this insertion in any further subcontracts that may in turn be made." 46. Equal Employment Opportunity During the performance of this contract the Contractor agrees as follows: (1) The Contractor will not discriminate against any employee or applicant for employment because of race, religion, sex, color or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, sex, color, or national origin. Such action shall include, but not be limited to, the following: employment, upgrading, demotion, or transfor; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. • (2) The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, religion, sex, color, or national origin". (3) The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the labor union or workers' representative of the Contractor's commitments under Section 202 of Executive Order No. 11246 of September 24, 1065, and shall post copies of the notice in conspicuous places available to employees and appli- cants for employment. (4) The Contractor will comply with all provisions of Executive Order No. 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary 8-12 of Labor. MUD -4385 19-70) r (5) The Contractor will furnish all inform atiofi and reports required by Executive Order No. 11246 of September,_ 24, 1965, and by the rules, regulations, and orders of the ' Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the Department of Housing and Urban Development and the Secretary of Labor for purposes ofinvestigationto ascertain compliance with such rules, regulations, and orders. (6) In the event of the Contractor's noncompliance with the nondiscrimination clauses of this contract or with any of such rules, regulations, or orders, this contract may be cancelled, terminated, or suspended in whole or in part and the Contractor may be ii declared ineligible for further Government contracts or Federally -assisted construction t contracts, in accordance with procedures authorized in Executive Order No. 11246 of September 24, 1965, and such,other sanctions may be imposed and remedies invoked as provided in Executive Order: No. 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. ' (7) The Contractor will include the provisions of paragraphs (1) through (7) in every sub- contract or purchase order •unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order No. 11246 of Sep- tember 24, 1965, so that such provisions will be binding upon each subcontractor or vendor, The Contractor will take such action with respect to any subcontract or pur- chase order as the Department of Housing and Urban Development may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, that in the event the Contractor becomes involved in, or is threatened with, ' litigation with a subcontractor or vendor as a result of such direction by the Department of Housing and Urban Development, the Contractor may .request the United States to enter into such litigation to protect the interests of the United States. ' 47. Interest of Member of or Delegate to Congress No member of or Delegate to Congress, or Resident Commissioner, shall be admitted to any share or part of this contract or to any benefit that may arise therefrom, but this provision shall not be construed to extend to this contract if made with a corporation for its general benefit. • 48. Other Prohibited Interests No official of the Owner who is authorized in such capacity and on behalf of the Owner to negotiate, make, accept or approve, or to take part in negotiating, making, accepting, or approving any architectural, engineering, inspection, construction or material supply ' contract or any subcontract in connection with the construction of the project, shall become directly or indirectly interested personallyinthis contractor in any part hereof. No officer, employee, architect, attorney, engineer or inspector of or for the Owner who is authorized in such capacity and on behalf of the Owner to exercise any legislative, executive, super- ' visory or other similar functions in connection with the construction of the project, shall become directly or indirectly interested personally in this contract or in any part thereof, any material- supply contract, subcontract, insurance contract, or any other contract per- taining to the project. 49. Use and Occupancy Prior to Acceptance by Owner The Contractor agrees to the use and occupancy of a portion or unit of the project before formal acceptance by the Owner, provided the Owner: (a) Secures written consent of the Contractor except in the event, in the opinion of the Architect/Engineer, the Contractor is chargeable with unwarranted delay in final ' cleanup of punch list items or other contract requirements. (b) Secures endorsement from the insurance -carrier and consent of the surety permitting occupancy of the building or use of the project during the remaining period of construc- tion, or, ' (c) When the project consists of more than one building, and one of the buildings is occupied, secures permanent fire and extended coverage insurance, including a permit to com- plete construction. Consent of the surety must also be obtained. r' MUD -13385 (R.) - - '. 8-13 H. (1) The Contractor will not discriminate against any employee or applicant for employment because of race, creed, color, or national origin. The Contractor will taxe affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, creed, color, or national Origin. Such action shall include, but not be limited to, the following: employment, upgrading, demotion, or transfer: recruitment or recruitment advertising: layoff or terminattor.: rates of pay or other forms of compensation.: and selection for training. including apprenticeship, The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forththe provisions of this nondiscrimi- nation clause. (2) The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, creed, color, or national origin. 50. Photographs of the Project If required by the Owner, the Contractor shall furnish photographs of the project, in the quantities and as described in the Supplemental General Conditions. 51. Suspension of Work S''iould the Owner be prevented or enjoined from proceeding with work either before or a:.ter the start of construction by reason of any litigation or other reason beyond the control of the Owner, the Contractor shall not be entitled to make or assert claim for damage by reason of said delay; but time for completionof the work will be extended to such reasonable time as the Owner may determine will compensate for time lost by such delay with such determination to be set forth in writing. 5Z. Minimum Wages All laborers and mechanics employed upon the work covered by this Contract shall be paid unconditionally and not less often than once each week, and without subsequent deduction or rebate on any account (except such payroll deductions as are made mandatory by law and ouch other payroll deductions as are permitted by the applicable regula- tions issued by the Secretary of Labor, United States Department of Labor, pursuant to the Anti -Kickback Act hereinafter identified), the full amount due at time of payment computed at wage rates not lees than those contained in the wage determination decision of said Secretary of Labor (a copy of which is attached and herein incorporated by reference), regardless of any contractual relationship which may be alleged to exist between the Contractor or any subcontractor and such laborers and mechanics. All laborers and mechanics employed upon such work shall be paid in cash, except that payment may be by check if the employer provides or secures satisfactory facilities approved by the Local Public Agency or Public Body for the cashing of the same without cost or expense to the employee. For the purpose of this clause, contributions made or costs reasonably anticipated under Section 1 (b) (2) of the Davis -Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of Section 5.5(a)(1)(iv) of Title 29, Code of Federal Regulations. Also for the purpose of this clause, regular contribu- tions made or costs incurred for more than a weekly period under plans, funds, or programs, but covering the particular weekly period, are deemed to be constructively made or incurred during such weekly period. 53• IIRDERPAYMENTS OF WAGES OR SALARIES In case of underpayment of wages by the Contractor or by any subcontractor to laborers or mechanics employed by the Contractor or subcontractor upon the work covered by this Contract, the Local Public Agency or Public Body in addition to such other rights as may be afford- ed it under this Contract shall withhold from the Contractor, out of any payments due the Contractor, so much thereof as the Local Public 8-14 L [H I 11 Agency or Public Body may consider necessary to pay such laborers or mechanics the full amount of wages required by this Contract. The amount so withheld may be disbursed by the Local Public Agency -or Public Body, for and on account of the Contractor or the subcontractor (as may be appropriate), to the respective laborers or mechanics to whom the same is due or on their behalf to plans, funds, or programs for any type of fringe benefit prescribed in the applicable wage determination. 54. ANTICIPATED COSTS OF FRINGE n! =TS If the Contractor does not make payments to a trustee or other third person, he may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing fringe benefits under a plan or program of a type expressly listed in the wage determination decision of the Secretary of Labor which is a t part of this Contract: Provided, however, The Secretary of Labor has found, upon the written request of the Contractor, that the applicable standards of the Davis -Bacon Act. have been met. The Secretary of Labor may require the Contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. A copy of any findings made by the Secretary of Labor in respect to fringe benefits being provided by the Contractor must be submitted to the Local Public ' Agency or Public Body with the first payroll filed by the Contractor subsequent to receipt of the findings. 55. OVERTD€ COMPENSATI0N REQUIRED BY CON'T'RACT WORK HOURS AIm SAFETY STANDARDS ACT (76 Stat. 357-360: Title 40 D.S.C., Sections 327- 332) ' (a) Overtime requirements. No Contractor or subcontractor contracting for any part of the Contract work which may require or involve the employment of laborers or mechanics, including watchmen ' and guards, shall require or permit any laborer or mechanic in any workweek in which he is employed on such work to work in excess of 8 hours in any calendar day or in excess of 40 hours in such work week • unless such laborer or mechanic receives compensation at a rate not ' less than one and one-half times his basic rate of pay for all hours worked in excess of 8 hours in any calendar day or in excess of 40 hours in such work week, as the case may be. I. (b) Violation: liability for unpaid wages 11 uidated damages. In the event of any violation of the clause set forth in paragraph a), the Contractor and any subcontractor responsible therefor shall be ' liable to any affected employee for his unpaid wages. In addition, such Contractor and subcontractor shall be liable to the. United States for liquidated damages. Such liquidated damages shall be computed with ' respect to each individual laborer or mechanic employed in violations of the clause set forth in paragraph (a), in the sum of $10 for each calendar day on which such employee was required or permitted to work r-nm 1127.$-S(R) - IND.7a1.. D. C. ' • 8-15 J I I in excess of 8 hours or in excess of the standard workweek of 140 hours without payment of the overtime wages required by the clause set forth in paragraph (a). (o) Withholding for liquidated damages. The Local Public Agency ' or Public Body shall withhold or cause to be withheld, from any moneys parable on account of work performed by the Contractor or subcontractor, such sums as may administratively be determined to be necessary to satisfy any liabilities of such Contractor or subcontractor for liqui- dated damages as provided in the clause set forth in paragraph (b). (d) Subcontracts. The Contractor shall insert in any subcontracts 1 the clauses set forth in paragraphs (a), (b), and (c) of this Section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts which they may enter into, together with a clause requiring this insertion in any further subcontracts that may in turn be made. 56. LODWT OF APPRENTICES/PRAINF.ES ' $, Apprentices will be permitted to work at less than the prede- termined rate for the work they performed when they are em- ployed and individually registered in a bona fide apprentice- ship program registered with the U. S. Department of Labor, Manpower Administration, Bureau of Apprenticeship and Training, or with a State Apprenticeship Agency recognized by the Bureau, or if a person is employed in his first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State Apprenticeship Agency (where appropriate) to be gligible for probationary employment as an apprentice. The allow& 1e ratio of apprentices to journeymen in any craft classi- fication shall not be greater than the ratio permitted to the contractor as to his entire work force under the registered program. Any employee listed on a payroll at an apprentice wage rate, who is not a trainee as defined in subdivision (b) of this subparagraph or is not registered or otherwise employed as stated above, shall be paid the wage rate determined by the Secretary of Labor for the classification of work he actually performed. The contractor or subcontractor will be required to 1 L I 8-16 eUQWk.$ o. o I I I I furnish to the contracting officer or a representative of the Wage -Hour Division of the U. S. Department of Labor written evidence o£ the 'registration of his program and apprentices as well as the appropriate ratios and wage rates (expressed in percentages of the journeyman hourly rates), for the area of construction prior to using any apprentices on the contract work. The wage rate paid apprentices shall be not less than ' the appropriate percentage of the journeyman's rate contained in the applicable wage determination. b. Trainees. Except as provided in 29 CFR 5.15 trainees will not I. be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior ' approval, evidenced by formal certification, by the U. S. Department of Labor, Manpower Administration, Bureau of Appren- tice and Training. The ratio of trainees to journeymen shall not be greater than permitted under the plan approved by the Bureau of Apprenticeship and Training. Every trainee must be paid at{not less than the rate specified in the approved pro- gram for his level of progress. Any employee listed on the ' payroll at a trainee rate who is not registered and partici- pating in a training plan approved by the Bureau of Apprentice- ship and Training shall be paid not less than the wage rate determined by the Secretary of Labor for the classification of work he actually performed. The contractor or subcontractor will be required to furnish the contracting officer or a repre- sentative of the Wage -Hour Division of the U. S. Department of I. Labor written evidence of the certification of his program, the registration of the trainees, and the ratios and wage rates prescribed in that program. In the event the Bureau of Apprenticeship and Training withdraws approval of a train- ' ing program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is 'approved. c. Equal Employment Opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity ' with the equal employment opportunity requirements of Executive Order 1121+6, as amended, and 29 CFR Part 30. I I 8-17 I r 1 57. LOY11ET OF CERTAIN PERSONS PROHIBITED No person under the age of sixteen years and no person who, at the time, is serving sentence in a penal or correctional institution shall be employed on the work covered by this Contract. 513. REGDLATIONS PURSUANT TO SO-CAIS,ED "ANTI -KICKBACK ACT" ' The Contractor shall comply with the applicable regulations (a copy of which is attached and herein incorporated by reference) of the Secretary of Labor, United States Department of Labor, made pursuant to the so-called "Anti -Kickback Act" of June 13, 1934 (48 Stat. 948: 62 1Stat. 862; Title U.S.C., Section 874: and Title 40 D.S.C., Section 276c), and any amendments or modifications thereof, shall cause appropriate provisions to be inserted in subcontracts to insure compliance therewith by all subcontractors subject thereto, and shall be responsible for the submission of affidavits required by subcontractors thereunder, except as said Secretary of Labor may specifically provide for reasonable limitations, variations, tolerances, and exemptions from the require- ments thereof. , 59. EMPLOYIMNT OF LABORERS OR MECHANICS NOT LISTED IN AFORESAID WAGE DETERPMNATION DECISION Any class of laborers or mechanics which is not listed in the wage determination and which is to be employed under the Contract will be classified or reclassified conformably to the wage determination by the Local Public Agency or Public Body, and a report of the action taken shall be submitted by the Local Public Agency or Public Body, through the Secretary of Housing and Urban Development, to the Secretary of Labor, United States Department of Labor. In the event the interested parties cannot agree on the proper classification or reclassification of a particular class of laborers and mechanics to be used, the question accompanied by the recommendation of the Local Public Agency or Public Body shall be referred, through the Secretary of Housing and Urban Development, to the Secretary of Labor for final determination. 6o. FRINGE HENEFIT5 NOT EXPRESSED AS HOURLY WAGE RATES ' The Local Public Agency or Public Body shall require, whenever the minimum wage rate prescribed in the Contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly wage rate and the Contractor is obligated to pay cash equivalent of such a fringe benefit, an hourly cash equivalent thereof to be established. In the event the interested parties cannot agree upon a cash equivalent of the fringe benefit, the question, accompanied by the recommendation of the Local Public Agency or Public Body, shall be referred, through the Secretary of Housing and Urban Development, to the Secretary of 'Labor for determination. HUD•r.d.., D. C. 8-18 ' I 61. POSTING WAGE DETERMINATION DECISIONS AND AUTHORIZED WAGE DEDUCTIONS ' The applicable wage poster of the Secretary of Labor, United States Department of Labor, and the applicable wage determination decisions of said Secretary of Labor with respect to the various classification of ' laborers and mechanics employed and to be employed upon the work covered by this Contract, and a statement showing all deductions, if any, in accordance with the provisions of this Contract, to be made from wages actually earned by persons so employed or to be employed in such classi- ' fications, shall be posted at appropriate conspicuous points at the site of the work. ' 62. COMPLAINTS, PROCEEDINGS, OR TESTIMONY BY EMPLOYEES No laborer or mechanic to whom the wage, salary, or other labor standards provisions of this Contract are applicable shall be discharged ' or in any other manner discriminated against by the Contractor or any subcontractor because such employee has filed any complaint or instituted or caused to be instituted any proceeding or has testified or is about to ' testify in any proceeding under or relating to the labor standards appli- cable under this Contract to his employer. 63. CLAIMS.AND DISPUTES PERTA12MTG TO WAGE RATES ' Claims and disputes pertaining to wage rates or to classifications of laborers and mechanics employed upon_ the work covered by this Contract shall be promptly reported by the Contractor in writing to the Local ' Public Agency. or Public Body for referral by the latter through the Secretary of Housing and Urban Development to the Secretary of labor, United States Department of Labor, whose decision shall be final with respect thereto. 64. QUESTIONS CONCERNING CERTAIN FEDERAL STATUTES AND REGULATIONS ' All questions arising under this Contract which relate to the ap lication or interpretation of (a) the aforesaid Anti -Kickback Act, (b) the Contract Work Hours and Safety Standards Act, (c) the aforesaid ' Davis -Bacon Act, (d) the regulations issued by the Secretary of Labor, United States Department of Labor, pursuant to said Acts, or (c) the labor standards provisions of any other pertinent Federal statute, shall be referred, throw the Local Public Agency or Public Body and the Secretary of Housing and Urban Development, to the Secretary of Labor, United States Department of Labor, for said Secretary's appropriate ruling or interpretation which shall be authoritative and may be relied '-upon for the purposes of this Contract. 65. PAYROLLS AND BASIC PAYROLL RECORDS OF CONTRACTOR AND SUBCONTRACTORS ' The Contractor and each subcontractor shall prepare his payrolls on forms satisfactory to and in accordance with instructions to be muavmb. a. c 8-19 n I I furnished by the Local Public Agency or Public Body. The Contractor shall submit weekly to the Local Public Agency or Public Body two certified copies of all payrolls of the Contractor and of the subcon- tractors, it being understood that the Contractor shall be responsible for the submission of copies of payrolls of all subcontractors. Each such payroll shall contain the "Weekly Statement of Compliance" set forth inspection 3.3 of Title 29, Code of Federal Regulations. The payrolls and basic payroll records of the Contractor and each subcon- tractor covering all laborers and mechanics employed upon the work covered by this Contract shall be maintained during the course of the work and preserved for a period of 3 years thereafter. Such payrolls and basic payroll records shall contain the name and address of each ouch employee, his correct classification, rate of pay (including rates of contributions or costs anticipated of the types described in Section 1(b)(2) of the Davis -Bacon Act), daily and weekly number of hours worked, deductions made, and actual wages paid. In addition, whenever the Secretary of Labor has found under Section 5.5(a)(1)(iv) of Title 29, Code of Federal Regulations, that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in Section 1(b)(2)(B) of the Davis -Bacon Act, the Contractor or subcontractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. The Contractor and each subcontractor shall make his employment records with respect to persons • ' employed by him upon the work covered by this Contract available for inspection by authorized representatives of the Secretary of Housing and Urban Development, the Local Public Agency or Public Body, and the United States Department of Labor. Such representatives shall be permitted to interview employees of the Contractor or of any subcontractor during working hours on the job. 66. SPECIFIC COVERAGE OF CERTAIN TYPES OF WORK BY EMPLOYEES The transporting of materials and supplies to or from the site of the Project or Program to which this Contract pertains by the employees of the Contractor or of any subcontractor, and the manufacturing or furnishing of materials, articles, supplies, or equipment on the site of the Project or Program to which this Contract pertains by persons employed by the Contractor or by any subcontractor, shall, for the purposes of this Contract, and without limiting the generality of the foregoing provisions of this Contract, be deemed to be work to which these Federal Labor Standards Provisions are applicable. 67. INELIGIBLE SUBCONTRACTORS The Contractor shall not subcontract any part of the work covered ' by this Contract or permit subcontracted work to be further subcontracted 8-20 HUD -V� o. C. I II I I I C I I I I C C without the Local Public Agency's or Public Body's prior written approval of the subcontractor. The Local Public Agency or Public Body will not approve any subcontractor for work covered by this Contract who is at the time ineligible under the provisions of any applicable regulations issued by the Secretary of Labor, United States Department of Labor or the Secretary of Housing and Urban Development, to receive an award of such subcontract. 68. PROPISIONS TO BE LNCLUDED IN CERTAIN SUBCONTRACTS The Contractor shall include or cause to be included in each subcontract covering any of the work covered by this Contract, provi- sions which are consistent with these Federal Labor Standards Provisions and also a clause requiring the subcontractors to include such provisions In any lower tier subcontracts which they may enter into, together with a clause requiring such insertion in any further subcontracts that may in turn be made. 69• PEACE OF FOREGOIlrc FEDERAL LABOR STALIDARDS PROVISIONS In addition to the causes for termination of this Contract as herein elsewhere set forth, the Local Public Agency or Public Body reserves the right to terminate this Contract if the Contractor or any subcontractor whose subcontract covers any o£ the work covered by this Contract shall breach any of these Federal Labor Standards Provisions. A breach of these Federal Labor Standards Provisicns may also be grounds for debarment as provided by the applicable regulations issued by the Secretary of Labor, United States Department of Labor. 70. Employment Practices The Contractor (1) shall, to the greatest extent practicable, follow hiring anti employment practices for work on the project which will provide newjob opportunities for the unemployed and underemployed, and (2) shall insert or cause to he inserted the same provision in each construction subcontract. 71• Contract Termination; Debarment A breach of Section 15 and the Federal Labor Standards Provisions, may be grounds for termination of the contract, and for debarment as provided in 29 CFR 5.6. HIM L?3R-S(R) t'twra.h., D. C. 8-21 I I ' ATTACHMENT TO FEDERAL LABOR STANDARDS PROVISIONS SO-CALLED "ANTI -KICKBACK ACT" AND REGULATIONS PROMULGATED PURSUANT THERETO BY THE SECRETARY OF LABOR, UNITED STATES DEPARTMENT OF LABOR TITLE 18. U.S.C., section 874. (Replaces section t of the Act of June 13. 1934 (48 Stat. 948. 40 U.S.C., 'see. 276b) pursuant to the Act of June 25. 1948.62 Stat. 862) KICKBACKS FROM PUBLIC WORKS EMPLOYEES. ' Whoever, by force, intimidation, or threat of procuring dismiwl from employment. or by any other manner whatso. ever induces any person employed in the con4metion. prosecution. completion nr repair of any public budding. public work, or building or work financed in whole or in pan by loans or grants from the 1 :nited Stairs, to give up any part of the core- pens•lion to which he is entitled under his contract of employment, shall be fined not more than £5 000 or imprisoned not 'more than five yon, or both. SECTION 2 OF THE ACT OF JUNE 13, 1934, AS AMENDED (48 Stat. 948,62 Scat. 862. 615th. 108.72 Stat. 967.40 U.S.C., sec. 276c) ' The Secretary of Labor shall make reasonable regulations for contractors and subcontractor? engaged in the ennctruetion. proaecurion, eumplrtinn or repair of public buildings. public works or buildings or works financed in whole or in pan by loans or grants from the United States, including • pmn•ron that each contractor and subcontractor shall furnish weekly a statement with respect to the wages paid each employee during the preceding week. Section 1001 of Title IB (United Stairs Code) shall apply to such statements. '-xxx--- Pursuant to the aforesaid .Anti. Kickback Art. Ike Secretary of Labor. United States Department of Labor. has promul. gated the regulations hereinafter set fnnh, which meolatems am found in Title 29. Subtitle A. Code of Federal Krgulatiem, Pan 3. The term "thi• pan, "ace used in the regulations hereinafter set forth, refers to Pan 3 last above mentioned. Said mg. options are as follows: • TITLE 29 —LABOR Subtitle A — Office of the Secretary of Labor PART 3 —CONTRACTORS AND SUBCONTRACTORS ON PUBLIC BUILDING OR PUBLIC WORK FINANCED IN ' WHOLE OR IN PART BY LOANS OR GRANTS FROM THE UNITED STATES Section 3.1 Ptupose and scope. — This pan prescribe. "antiAickback' regulations tinder section 2 of the Art of June 13, 1934. as amended (40 U.S.C. ' 276c). popularly known as the Copeland Act. This pan applies to any contract which is subject to Federal wage standards and which is (or the construction. prosecution. completion, or repair of public buildings, public works or buildings or works fmaneed in whole or in pan by loans or grants from the United Suers. The pan is intended to aid in the enforcement of the minimum wage provisions of the Davir8accn Act and the various statutes dealing with Federally+muted construction that contain similar minimum wage provisions. including those provisions which are not subject to Reorganisation Plan No. 14 I HUD 4238�(R) 8-22 I. I L ' b]dubit 1 (e4.. the College Housing Act of 1950, the Federal Water Pollution Control Act, and the Housing Act of 1959). and in the .' enforcement of the ovirtime previsions of the Contract Work Hours Standards Act whenever they an applicable to construction work. The part details the obligation of contractors and subcontractors relative to the weekly submision of statements "lard- ing the wages paid on work covered therebv; sets forth the circumstances and procedures governing the making of pa. fell de. duct on. from the wages of those employed on such work; and delineates the methods of payment permissible on such work. Section 3.2 Definitions. As used in the regulations in this part: (a) The tern. "building" or "work"generally include construction activity as distinguished from manufacturing, furnishing of materials, or .rncing and maintenance work. The terms include, without limitation, buildings, drocturts. and improvement. of all type., such u bridges, dam., plants. highways, parkways. streets. subways. tunnels, seven, main&, power. line., pumping stations, railways, airports. terminate, docks. piers, whaAea. ways. lighthouses, buoys,yettie.. breakwaters. levee., and canals. dredging, shonng, scaffolding. drilling, blasting, eaeaating, clearing, and landscaping. Uniess conducted in connection with and at the ate of such a building or work as is described in the foregoing sentence, the manufacture or furnish- ing of materials, articlea, supplies, or equipment (whether or not a Federal or State agency acquires title to such materials. articles, supplies, or equipment dung the course of the manufacture or furnishing, or owns the material. from which they an manufactured or fumiahed) snot a "building" or 'work" within the meaning of the regulations in this part. (b) The terms "construction." "prosecution.""completion,"or "repair" mean all types of work done on a particular building or work at the site thereof, including. without limitation. altering.remodeling. painting and decorating, the transport- ing of materials and supplies to or from the building or work b) the employee. of the construction contractor or construction subcontractor, and the manufacturing or furni.hsng of materials. arurles, supplies, or equipment on the ate of the building or work, by persons employed at the ate by the contractor or subcontractor. (c) The tens "public budding"or "public work"include building or work for whoa construction, prosecution, cons- pktion, or repair, as defined above, a Feder) agency is a contracting party, regardless of whether title thereof is in a Federal agency. (d) The term "building or work financed in whole or in part b loans or grants from the United States" includes build. ing or work for whose construction, prosecution. completion. or repair, as defined above. payment or part payment u made directy Cr indirectly from funds provided by loans or Rants by a Federal agency. The term does not include building or work for which Federal assistance is limited solely to loan guarantees or insurance. (e) Every person paid by a contractor or subcontractor in any manner for his labor in the construction, prosecution. completion, or repair of a public building or public work or building or work financed in whole or in pan by loans or grants from the United States is "employed" and receiving "wages,"regardless of any contractual relationship alleged to exist between him and the real employer. (f) The term "any affiliated person"includes a spouse, child. parent, or other close relative of the contractoror sub contr.ctoc a partner or officer of the contractor or subcontractor a corporation closely connected with the contractor or subcontractor as parent, subsidiary or otherwise, and an officer or agent of such corporation. (g) The term "Federal agency" means the United State, the District of Columbia, and all executive departments. in dependent establishments, administrative agencies, and instrumentalities of the United Suits and of the District of Columbia, including corporations, all or substantially all of the dock of which is beneficially owned by the United States, by the District of Columbia, or any of the foregoing departments, eaublishments, agencies, and instrumentalities. ' Section 3.3 Weekly statement with respect to payment of wages. (a) As used in this section, the term "employee" dull not apply to persons in clarifications higher than that of laborer or mechanic and those who are the immediate .upervifer of such employes, Li I 8-23 I I ' rx\itatt I. (b) Fab tontraesoror a,beontraclor engaged in the construction. prosecution, completion, or repair of any public building or public work. or building or work (ianerd in wink or in part Lr loan: or gouts [ruin the 1'uited?tile:, hull fumil, each week a.tatemon will, re -pert to the wages pall each of ilc rnqlo) en enpaeed on work covered by e,_9 CFR Pats and a donne the prcadmg weekly payroll period. This slatrn,enrt .Lail he exrnrted br list contractor no mLnn,. tractor or by an autlwriecd officer or employer of the contractor car c,ibenntractnr w he supervke# lie payment of wage+, and aliall be on fain, l\'ft 3.10. •'Statemrrd of Con' 'hue'. or oit an idr,ninI funs in, 'lie back of WI 317, "Ira, Poll (For foil. tractors Optional tie)' or on any form with identical wording. ;amide Collins of IN 411 and Wit 348 may be ot,4iurd from the Government conaractingor rymnwring Agency. and Copies of thrr forms nay lit purclusrd at the Guvttmneul Printing Office. • A (e) The requ'vrnhenls of Ilia section shall not apply to any contract of 52,000 or less. (d) Upon a written finding by the head of a Federal agency, II,. Secretary of Labor may provide reasonable limitations, variations, tolrranees, and rsrmptions from the reg4iremenls of tliic section subject to Stich conditions u the Serrvtary of Labor may specify. (Y9 F.R. 95, Jam S. 1964, as amended at 33 F.R. 101116, July 17,104.01 i . Section 3.4 Submission of weekly statements and the preservation and inspection of weekly payroll records. - (a) Each weekly statement required under § 3.3 shall be delis reed by Ibe contractor or Subruiurartor, within seven days after the regular ravment dale of (hit payroll period. to a rcprr+wati ve of a Federal or State a. -nn in elvr;r at tire site of lire Lnilding or work, or, if Ihene is no rcprrselnalivc of a Frdrral or State a^rncy at (lea site of' lie huildirg or work, tire ltalemwn I .hall Ire nulled Ly the contractor or snhcoulraelor, wit l i in such lime, to a Federal or Stair agrucy contrmiine for or (inawing the building, or wort. A [ter such ra amivation ar,d vLr rk as nor I.e made such at alror rot, or a rqn ILrrrn I. shall be kept available, or shall be transmitted t.get6er with a report of any violation, in accordance will, appliralde procedures prescribed by the United State; I)epartmeol of Labor. (b) Each contractor or subcontractor shall prrservr his week lv loyroll records for a period of hirer yeary [mm dale of tennpiriiun of lire contract. ilea• payroll rrrnrd+.hall set out a'cmra l Cly and mmpl. t -Iv the name and addo-s< of ca.!, Woofer _ - and mechanic. bis cones -I rlaaifieation, rate of pay, daily and weeLk number of Lours w urked. deduct itin' made, and acbral "' wage, paid. Stmt payroll neurd: shalt be made availaldr at all limes for inspeclion b) tire contracting officer or hilt artlonized • represent.tive. and I., authorized rcprrsrnulivn of the Department of Lal,cr, Section 345 Payroll deductions permissible without application to or approval of tha Secretary of Labor. Deductions made order the eircumslancea or in the situations described in the paragraphs of this Section may he made without application to and approval of the Secretary of Labor: (a) Any deduction made in compliance with the rryulrcmrnts of Federal. State, or local law, such as Federal or State withholding income faxes and Federal social Security taxes. (b) Any deduction of urns previonely paid to the employ cc it a Iona fide prr pavmmnt of wages when, such prepayment is made witmnl di -count or mtrrest, A "hone fide prepayment of wares" is considered to have been nude only w Len. Ca-li or it. equivalent ba beer, advanced to the person em plovcrt in unit mninet as to give turn complete freedom of dispo.i Iiun of ❑w advanced funds. (c) An) deduction of amotinh required by court process to be paid Io another, unless the deduction is in favor of the emdrattor, subcontractor or au affiliated pemn. or when collation or collaboration exists. 1 I 8-24 LJ L dtthit U (d) Any deduction constituting a contribution on behalf of the person employed to funds established by the employer of repraentativn of employees. or both, for the propose of prodding either from principal or income. or both, medical or hospital care, pension& or annuities on retirement, death benefits, compensation for mjunn, dlness. accidents, sic knee, or disabt1ity, or for insurance to provide any of the foregoing, or unemployment benefits. vacation pay, savings accounts, or imilar payments for the benefit of employers, their families and dependents: horded. however. That the following standards we mel: (1) The deduction is not otherwise prohibited by law; (2) it a either: (i) Voluntarily consented to by the employ" in westing and in advance of the period in which the work n to be done and such consent is not a condition either for the obtaining of or for the continuation of employment. or (ii) provided for in a bona fide collective bargaining agreement be- tween the contractor or subcontractor and representatives of its employers. (3) no profit or other benefit is otherwise obtained, directly or indirectly, by the contractor or subcontractor or any affiliated person in the form of commission, dividend, or otherwise; and (4) the deductions shall were the convenience and interest of the employee. (e) Any deduction contributing toward the purchase of United States Defense Stamps and Bond. when voluntarily tuthorieed by the employee. (f) Any deduction requested by the emplmee to enable him to repay loans to or to purchase shares in credit unions organized and operated in accordance with Federal and State credit union statutes. (g) Any deduction voluntarily autlorred by the employee (or the making of contributions to governmental or quasi. gaemmentsl agencies, such a the Amencan Red Cro,s (h) Any deduction voluntarih aothonted by the employee for the making of contributions to Community Chests, United Covers Funds, and almaliar charitable organization. (i) Any deductions to pay regular union initiation ten and membership dun, not including fines or special asrsstnents: Aouided, however, That a collective bargaining agreement between the contractor or subcontractor and representatives of its employees provides for such deductions and the deductions are not otherwise prohibited by 6w. (J) Any deduction not more than for the "rra,nnal.l. cost"of Loud. fudging. or other farsbtie nseeting the require- rents of section 3(m) of the Far Labor Standard. Art of 19.18. a. amended. and part 531 of this title. P hen such a deduction is made the additional records required undo § 51627 (a) of thee title shall be kept. Section 3.6 Payroll deductions permissible with the approval of the Secretary of Labor. Any contractor or subcontractor may apply to the Secretary of labor for pnmsvion to make any deduction not per- mitted under § 35. The Secretary may grant permi.raon whenever he finds that. (a) The contractor, subcontractor, or any affiliated person don not make a profit or benefit directly or indirectly (mm the deduction either in the form of a commission, dividend, or otherwise; (b) The deduction in not otherwise prohibited by law; (c) Ti.e deduction is either (I) voluntarily consented to by the employee in writing and in advance of the period in which the work is to be done and such consent it not a condition either for the obtaining of employment or its continuance, or (2) provided for in a bona fide collective bargaining agreement between the contractor or subcontractor and representative, of its employees; and (d) The deduction roes the convenience and interest of the employee. I I I 8-25 , n I I I I I I I I , X�j i �i✓4t II, bdtthit Section 3.7 Applications for the approval of tie Secretary of Labor. Any application for the mailing of payroll deductions under § 3.6 slull comply with the requimmaits prc crib d in the following paraoerapbs of this section: (a) The application shall be in writing and shall be eddrrsred to like Secretary of labor.. (b) The application shall identify the contractor contracts under which the work in question is to lie performed. Per- musion will be given for deductions only on specific, identified eon ors cos, except upon a showing of exceptional eircwnsnnen. (c) The application shall at ate affinnaticdv that them is compliance wilh the standards r) forth in the provisions of 6 3.6. The affirmation shall be accompanied by a full statement of the facts indicating such compliance. (d) The application shall include a dersiptiori of the proposed deduction, the purpose to be served thereby. and the dams of laboren or mechanics from whose wages the proposed deduction would be made. (e) The application shall at ate the name and business of any third person to whom any funds obtained from the pro• posted deductions see to be tnnsrnitted used the affiliation of such person, if any, with the applicant. Section 3.8 Action by the Secretary of Labor upon applications. The Secretary of Labor shall decide whether or not the requested deduction u permisible under provisions of § 3.6; and shall notify the applicant in writing of his decision. Section 3.9 Prohibited payroll deductions. Deductions not elsewhere provided fur by this part and which are not found to be permissible under § 3.6 an prohibit d. Section 3.10 Methods of payment of wages. The payment of wages shall be by cash, nerotiable instruments payable on demand, or the additional forms of compcnsa Lion for which deductions are permissible under this part. No other methods of payment shall be reeugnind on work snhjcct to the Copeland Act. Section 3.11 Regulations put of contract. AU contracts made with rrspecs'to the construction. prosecution, completion, or repair of any public buildiup or public work or building or work financed in whole or in pan by loans or grants from the United States covered by the regulations in this part doll ea presly bind sloe contactor or subcontractor to comply 'situ such of the regulations in this pall as may be ap- plicable. In this regard, we § 5.5 (a) of this suhtillr. ` HUD LI?38-S(R) I I I I I I I I 1 [I I I I 11 I I Subject Index of General Conditions Section Subject Accident Prevention....,............... Additional Bond .......................... Additional Instructions ................ y� Allowances .................. ......1....... F Anti -Kickback Act ...................... Apprentices...........111.0............... Architect's Authority .................. Assignments .............................. Bond, Security.1.1.1..................... Bond, Security, additional............ Changes in :York ........................ Claims for Extra Cost ................. Completion time ......................... Conclaints, Proceedings or Testimony Condition, Subsurface.................. Conflicting Conditions ... 1...... 1...... Construction Schedule .... I........ 0000 Contract Document:.................... Contract Secur:t•:....................... Contractor's Insurance ................ Contract Termination.................. Contractor's Mutual Responsibility Contractor's ObU atons..... 1..1..... Claims and Disputes ,. 1 .............. Controcto-'s Title to Materials..... Classifications Not Listed ,,,......,, Correction of Rork ................ 1.... Damages, Liquidated................... Data, Reports and Reroris .......... Debarment Breach of Labor Standards Debris Removal ......................... Defi niti or.s ........ I... I ................... Detail Drawings 0.......000 .............. Different Subsurface ................... Discrimination:, employment......... Drawings detail.......................... Emergencies ............................. Employment Practices ........... Equal Employment Opportunity... Estimated Quantities..............,.... Extras ...................................... , Finai Payment ........................... Guaranty, general....................... Inspection ................. 0............... Inspection. of Materials ................ Insurance ............... ................... Lands and Rights -of -Way............. Legal Provisions, Implied............ Liquidated damages .................... Mate rials.................................. Member of Congress................... Minimum Wages ......................... Non-discrimination in Employment 44 30 3 36 58• 56. 35 31 29 30 I? 22 19 62. 21 41 24 1 29 28 71. 32 i1 63. 6 59. 20 19 15 69. 37 2 3 21 46 3 13 70. 46 38 18 26 40 14 7 28 39 43 19 47 52 46 Notice and Service .............r........ Obligations of Contractor ............. ''Cr Equal" Clause .................0000. Overtime Compensation .......:....... Owner's right to terminate ........... Patents 0000 .................0.4...60........ Payment of Employees ............ ..1 Payments by Contractor.......... ... Payments to Contractor ............... Payrolls and Records Periodic Estimates ..................... Permits, Surveys, Regulations 0000.. Photographs... .......... .................. Posting Minimum wage rates........ Prohibited Interests .................... Protection of lives and health........ # Protection of work, property......... Provisions required by law,........ Quantities of Estimate .................. Questions Concerning Regulations.,,,, Release of Contractor.................. Removal of Debris ........1....1.1..1... Reports, Records and Data........... Responsibility of contractor.......... Right of Owner to terminate.......... Rights-of-lVay............................ Schedule of Construction.. ..... Security ........1.......1...1..1............ Separate contracts ...................... Services, materials, facilities....... Shoo Dra µnines ............................ Section Specific Coverage,,,,,,,,,,,,,,,,,,,,,,,,, Stated Allowances ....................... Subcontracting ....................... 34 Subcontractor's Insurance............ Subcontractors Ineligible .............. Substitute Bond.....,..................... Subsurface conditions .................. Superintendence by contractor....... Surveys, permits ........................ Suspension of work .................••... Termination of contract I......... Testing of Materials .................... Time for completion .................... Title to materials 00.0......0............ Use and Occupancy...................... Use of Premises ......................... Underpayments of Wares................. W ages, Minimum ........................ Wage Underpayments,.................. Weather Conditions ..................... Withholding of Payments .............. 42 11 8 55. 23 52 27 25 65• 24 10 50 61. 48 44 13 43 38 64. 26 37 15 32 23 39 24 29 33 4 66. 36 and 45 28 67. 30 21 16 10 51 and 71 7 19 6 49 37 53 52 53 12. 53 * Anticicated Fringe Benefits......... 54 a Employment Prohitited....111,.... 1., 57 Fringe Benefits Not Exrressed....... 60 x- Provisions to be Included....,....,. 68 ** Attachment to Federal Labor Standards Provisions I HUD -42385 (R) 8-27 U. S. DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT SUPPLEMENTAL GENERAL CONDITIONS 1. Enumeration of Plans, Specifications and Addenda 2. Stated Allowances 3. Special Hazards 4. Public Liability and Property Damage Insurance 5. Photographs of Project HUD -u23$ -N (R) (9-66) 6. Schedule of Minimum Hourly Wage Rates 7. Builder's Risk Insurance 8. Special Equal Opportunity Provisions 9. Certification of Compliance with Air and Water Acts 10. Special Conditions Pertaining to Hazards Safety Standards and Accident Prevention 11. Special Conditions A. Definitions B. Scope, Nature, and Intent of Contract, Specifications and Plans C. Figured Dimensions to Govern D. Contractor to Check Plans and Schedules E. Staking the Work F. Inspection G. Protection of Public Utilities H. Use of Explosives I. Danger Signals and Safety Devices J. Sanitary Conveniences K. Privileges of Contractors in Streets L. Sunday, Holiday and Night Work M. Owner's and Engineer's Protective Liability Insurance 1. ENUMERATION OF PLANS, SPECIFICATIONS AND ADDENDA Following are the Plans, Specifications and Addenda which form a part of this contract, as set forth in Paragraph 1 of the General Conditions, "Contract and Contract Documents": DRAWINGS ' General Construction: Nos. Sheets 1-10 ' Heating and Ventilating: " Plumbing: Electrical: " to SPECIFICA TIONS: General Construction: Page 17-1 to 17-25 incl.' Heating and Ventilating: " to fncl. Plumbing: " to , incl. Electrical: " to , incl. ' " to , incl. " to incl. , ADDENDA: No. Date No. Date tio. Date No. Date 2. STATED ALLOWANCES — NONE. Pursuant to paragraph 36 of the General Conditions, the contractor shall include the following cash ' allowances in his proposal: (a) For (Page of Specifications) $ ' (b) For (Page _ of Specifications) $ (c) For (Page of Specifications) $ ' (d) For (Page of Specifications) $ (e) For (Page of Specifications) $ (f) For (Page of Specifications) $ 8-29 ' I• I I I 3. SPECIAL HAZARDS The Contractor's and his Sub opfiactor's Public Liability and Property Damage Insurance shall provide adequate protection against the following special hazards: Blasting. 4. CONTRACTOR'S AND SUBCONTRACTOR'S PUBLIC LIABILITY, VEHICLE LIABILITY, AND PROPERTY DAMAGE INSURANCE SEE NOTE BELOW. As required under paragraph 28 of the General Conditions, the Contractor's Public Liability Insur- ance and Vehicle Liability Insurance shall he in an amount not less than $ 500,000.00 for in- juries, including accidental death, to any one person, and subject to the sane limit for each person, in an amount not less than $ `1,000.000.0O,n account of one accident, and Contractor's Property Damage Insurance in an amount not less than $ 200.000.00 The Contractor shall either (1) require each of his subcontractors to procure and to maintain during the life of his subcontract, Subcontractor's Public Liability and Property Damage of the type and in the same amounts as specified in the preceding paragraph, ^r (2) insure the activities of his subcontractors in his own policy. .I - 5. PHOTOGRAPHS OF PROJECT As provided in paragraph 50 of the General Conditions, the Contractor will furnish photographs in the number, type, and stage as enumerated below: None required. 6. SCHEDULE OF OCCUPATIONAL CLASSIFICATIONS AND ,111NIMU1f HOURLY WAGE RATES AS RE- QUIRED UNDER PARAGRAPH 52 OF THE GENERAL CONDITIONS A federal wage determination and a state wage decision are included in these specifications, beginning on page 4-1. 7. BUILDER'S RISK INSURANCE - ALL RISK INSTALLATION FLOATER As provided in the General Conditions. pnraeranh 28(e), the Contractor will maintutn arilder's Risk Insurance (fire and extended cnvr rage) on it loo percent rompleted value basis on the Insurable portions of the project Cor the benefit, of the Owner, the Contractor, and all sub— contractors, as their interests may appear. An all-risk installation floater policy shall be maintained by the Contractor until the project is completed and accepted by the Owner. Written evidence of this insurance shall be submitted to the Owner. is I I 8. SPECIAL EQUAL OPPORTUNITY PROVISIONS I L. I I I I I I I I I I A. Activities and Contracts Not Subject to Executive Order 112)6, as Amended (Applicable to Federally assisted construction contracts and related subcontracts under $10,000) During the performance of this contract, the contractor agrees as follows: (1) The Contractor shall not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The Contractor shall take affirmative action to ensure that applicants for employment are.employed, and that employees are treated during employment, without regard to their race, color, religion, sex, or national origin. Such action shall include, but not be limited to, the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. (2) The Contractor shall post in conspicuous places, available to employees and applicants for employment, notices to be provided by Contracting Officer setting forth the provisions of this nondiscrimination clause. The Contractor shall state that all qualified applicants will receive considera- tion for employment without regard to race, color, religion, sex, or national origin. (3) Contractors shall incorporate foregoing requirements in all subcontracts. B. Contracts Subject to Executive Order 112)6, as Amended (Applicable to Federally assisted construction contracts and related subcon- tracts exceeding $10,000) During the performance of this contract, the contractor agrees as follows: (1) The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, or national origin. Such action shall include, but not be limited to, the following: employment, upgrading, demotion, or transfer, recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the pro- visions of this nondiscrimination clause. (2) The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified appli- cants will receive consideration for employment without regard to race, color, religion, sex, or national origin. 1 8-31 (;) The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided by the Contract Compliance Officer advising the said labor union or workers' representatives of the Contrac- tor's commitment under this section and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (4) The Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations and relevant orders of the Secretary of Labor. (5) The Contractor will furnish all information and reports required by Executive Order 11246 of September 21, 1965, and by the rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the Department and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (6) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract, or with any of such rules, regulations, or orders, this contract may be canceled, terminated or suspended in whole or in part, and the Contractor may be declared ineligible for further Government con- tracts or federally assisted construction contract procedures authorized in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (7) The Contractor will include the portion of the sentence immediately pre- ceding paragraph (1) and the provisions of paragraph (1) through (7) in every subcontract or purchase order unless exempted by, rules, regulations, or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as the Department 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 vendor as a result of such direction by the Department, the Contractor may request the United States to enter into such litigation to protect the interest of the United States. C. Hometown or Imposed Plans In areas where a hometown plan or imposed plan is operative, the Community Development Block Grant Recipient must contact the appropriate HUD Equal Opportunity Office for specific instructions. 8-32 I D. "Section omrn,.iance-in the Provision of -Training, Emulo;mient and Business 0DD0rtunities: During the performance of this contract, the contractor agrees as follows: (1) The contractor agrees to comply with the requirements of Section 3 of the Housing and Urban Development Act of 1968 (12 USC 170(u), as amended, the HUD regulations issued pursuant thereto at 211 CFR Part 135, and any appli- cable r las and orders of HUD issued thereunder. (2) The "Section 3 clause" set forth in 214 CFR 135.20(b) shall form part of this contract, as set forth in Paragraph 1 of the General Conditions, "Contract and Contract Documents". (3) Contractors shall incorporate the "Section 3 clause" shown below and the foregoing requirements in all subcontracts. Section 3 Clause as Set Forth in 211 CFR 135.20(b) A. The work to be performed tinder this contract is on a project anatstsd un- D. The contractor will Include this ' der a 'program nrldtng dlrci r'^dLrai section 3 clause in every subcontract for tnanclal=a,lstar.co from the Depart- work In connection with the project and ment of Hoitsing and tartan Develop- will, at the direction of the applicant ment and Is subject to the requirements for or redolent of Federal financial ea - of section 3 of the Housing and urban afstance, take appropriate action ➢uriu- ' Development Act of 108, as amended. 12 ant to the subcontract upon a finding U.S.C. 1701u. section 3 requires that to that the subcontractor h 1n violation of the greatest extent fen,ibin opportunl- regulations f=sued by the secretary of ties for training and employment he Housing and Urban Development, 24 given lower Income resldonts of the CFR The contractor will not sub- contract with a project trx and ccntracta for work In It has nazi^e or knowledge that the latter to buain0,s coneutrs which ara iooa4d has been found in violation of egule- in, or owned in nutatantial ➢:1t by per- taons under 24 CFR -- and will not sons raiding in the area of the Project, let any subcontract unless the subcon- ' B. The nartles to this contract will tractor has tem Provided o a ply comply with the provl!lons of said tee- withluminary statement n ability these comply tlon 3 and the regulations tzsued pursu- MUo the requirements of reeu- ant thereto by the secretary of Housing la E. C and Urban Devejonment set forth in 24 ct Compliance with the provisions of CFR end all anpllcable rules and mectlon 3. the rd all applicable set forth In 24 orders of the Derartrnent Issued there- CFR • rd ell Department et issued rules and under prior to the execution of this con- orders priorf the eexecution issued there- under The partl•s ti this contract certify undertrabe o condition oioof the the l and agree that they are under no con- finan, a is aassistance roied Federalproj ' . tractual or other disability which would ect. bindiol ng upon the provided to t the rprot- ect, for sungch upon applicant leant coc ssors, prevent them from complying with these lent for such assistance, its successors, requirements, and assigns. Failure to fulfill these re - C. The contractor will send to each la- quirements shall subject the applicant or bar org+nization nr reprezentative of _ - recipient, its contractors and subcontrac- workers with whfzh he has a collective tors, Its successors, and assigns to those bargaining agreement or other contract sanctions specified by the grant or loan or understanding. If any, a notice advis- agreement or contract through which Ing the said la`or araanlzatlon or work- Federal assistance 1s Provided, and to ersrenresental lve of his commitments much sanctions as are specified by 24 under this section 3 clause end shall post CFR —.138. copies of the notice In conspicuous places available to employees and applicants for employment or training. 1 ' 8-33 I I 9, CERTIFICATION OF COMPLIANCE WITH AIR AND WATER ACTS C L I I I n I I I I TI I (Applicable to Federally assisted construction contracts and related subcontracts exceeding $100,000) Compliance with Air and Water Acts During the performance of this contract, the contractor and all subcon- tractors shall comply with the requirements of the Clean Air Act, as amended, 42 USC 1857 et seq., the Federal Water Pollution Control Act, as amended, 33 USC 1251 et seq., and the regulations of the Environmental Protection Agency with respect thereto, at 140 CFR Part 15, as amended. In addition to the foregoing requirements, all nonexempt contractors and subcontractors shall furnish to the owner, the following: (1) A stipulation by the Contractor or subcontractors, that any facility to be utilized in the performance of any nonexempt contract or sub- contract, is not listed on the List of Violating Facilities issued by the Environmental Protection Agency (EPA) pursuant to 140 CFR 15.20. (2) Agreement by the contractor to comply with all the requirements of Section 1114 of the Clean Air.Act, as amended, (142 USC 1857c-8) and Section 308 of the Federal Water Pollution Control Act, as amended, (33 USC 1318) relating to inspection, monitoring, entry, reports and information, as well as all other requirements specified in said Section 114. and Section 308, and all regulations and guidelines issued thereunder. (3) A stipulation that as a condition for the award of the contract, prompt notice will be given of any notification received from the Director, Office of Federal Activities, EPA, indicating that a facility utilized, or to be utilized for the contract, is under consideration to be listed on the EPA List of Violating Facilities. (4) Agreement by the Contractor that he will include, or cause to be included, the criteria and requirements in paragraph (1) through (4) of this section in every nonexempt subcontract and requiring that the Contractor will take such action as the Government may direct as a means of enforcing such provisions. 8-34 I ' 10. SPECIAL CONDITIONS A. DEFINITIONS I In addition to the.Definitions as given in Section 2 of the General Con- ditions, whenever the words herein defined, or pronouns used in their stead, occur in this contract and documents, they shall have and are mutually understood to have the meanings herein given. ' The words "Community Development Program," or "Community Development Block Grant Program" shall mean the governmental unit responsible for adminis- tering the Community Development Program in the City of Fayetteville, ' Arkansas. The word "Director" shall mean the director of the Community Development Program. ' The word "Owner" shall mean the City of Fayetteville, Arkansas: The ward "City" shall mean the City of Fayetteville, Arkansas, under whose auspices this work is being done. The word "Mayor" shall mean the Mayor of the City of Fayetteville. The words "Board of Directors" shall mean the Board of Directors of the City of Fayetteville, the governing body of said city. The words "City Clerk" ' shall mean the City Clerk of the City of Fayetteville, Arkansas. The words "City Engineer" shall mean the City Engineer of the City of Fayetteville. The words "Water Superintendent" shall mean the Water Superintendent of the City of Fayetteville, Arkansas. ' The word "Engineer" shall mean McGoodwin, Williams and Yates, Inc., Consulting Engineers, Fayetteville, Arkansas, who have been employed by the Owner for ' this work, or their duly authorized agents. The word "Inspector" shall mean the engineering or technical inspector or inspectors duly authorized by the Engineer, limiting to the particular ' duties entrusted to him or them. The words "Bid" or "Proposal" are used interchangeably in these specifi- cations, and shall mean the documents provided in these specifications for ' submission of bids by contractors bidding on the work. Wherever the letters "ASTM" are used, they shall mean the American Society for Testing Materials. The letters "AWWA" shall mean the American Water ' Works Association. The letters "AASHO" shall mean the American Association of State Highway Officials. The letters "NEMA" shall mean the National Electrical Manufacturers Association. When the words "as ordered," "as directed," "as permitted," "as allowed," or words or phrases of like import are used, they shall be understood to mean that the order, direction, requirements, permission or allowance of ' the Owner and Engineer is intended. Similarly the words "approved," "reasonable," "suitable," "acceptable," ' "properly," "satisfactory," or words of like effect and import, unless otherwise particularly specified herein, shall mean approved, reasonable, suitable, acceptable, proper, or satisfactory in the judgment of the Owner and Engineer. B. SCOPE, NATURE, AND INTENT OF CONTRACT, SPECIFICATIONS AND PLANS The said specifications and plans are intended to supplement, but not ' 8-35 i necessarily duplicate each other, and together constitute one complete set of specifications and plans, so that any work exhibited in the one and not Pin the other, shall be executed just as if it had been set forth in both, in order that the work shall be completed according to the complete design or designs as decided and determined by the Engineer. Should anything be ' omitted from the specifications and plans which is necessary to a clear understanding of the work, or should it appear various instructions are in conflict, then the Contractor shall secure written instructions from the Engineer before proceeding with the construction affected by such omission ' or discrepancies. It is understood and agreed that the work shall be performed and completed according to the true spirit, meaning, and intent of the contract, specifications and plans. C. FIGURED DIMENSIONS TO GOVERN ' Figured dimensions, when given on the plans, shall be accurately followed, even though they differ from scaled measurements. No work shown on the plans, the dimensions of which are not figures, shall be executed until instructions have been obtained from the Engineer as to the dimensions to ' be used. Large scales and full size drawings. shall be followed in pre- ference to small scale drawings. D. CONTRACTOR TO CHECK PLANS AND SCHEDULES The Contractor is required to check all dimensions and quantities on the plans and schedules given to him by the Engineer, and shall notify the ' Engineer of any discrepancy between the plans and the conditions on the ground, or any error or omissions in the plans, or in the layout as given by stakes, points, or instructions, which he may discover in the course of ' the work. The Contractor will not be allowed to take advantage of any error or omission in the plans or contract documents, as full instructions will be furnished by the Engineer should error or omission be discovered, ' and the Contractor shall carry out such instructions as if originally specified. E. STAKING THE WORK ' The work to be done will be staked out by the Engineer, and the Contractor shall be required to conform to the stakes as set by the Engineer, and to ' carefully preserve all stakes. F. INSPECTION As set out in Section 14 of the General Conditions, the project shall at all times be subject to inspection by representatives of the Department of Housing and Urban Development. Access and inspection shall also be pro- ' vided for representatives of the Owner, the Public Health Service and the Arkansas Department of Health. The Contractor shall provide proper facilities for such access and inspection. Unless otherwise directed by the Engineer, all work of a permanent nature which cannot be inspected after completion shall be done in the presence 8-36 1 I of an Inspector. NO CONCRETE SHALL BE POURED UNLESS AN INSPECTOR IS PRESENT. The Contractor shall notify the Engineer at least twenty-four ' hours in advance before concrete is to be poured. It shall be the duty of the Contractor to notify the Engineer in advance of the beginning of work after delays, shutdowns, change of work progress or change of ' location. The failure or neglect on the part of the Engineer or the Inspector to inspect, condemn or reject inferior materials or work shall not be con- ' strued to imply an acceptance of the same should inferiority become evident at any time prior to the final acceptance of the work by the Owner, or within the time limit of one year as set out in Section 40 of ' the General Conditions. The Engineer does not guarantee the performance of the contract by the Contractor, nor shall his inspection be construed as supervision of actual construction, nor make him responsible for providing a safe place for the performance of the work by the Contractor, or the Contractor's employees, or those of the suppliers, his subcontractors, nor for access, visits, use, work, travel or occupance by any person, as these responsibilities are • covered under the provisions of this contract, the Contractor's insurance and performance bond, and are not the responsibility of the Engineer. Where the provisions of safety, in any of its categories, are not being observed, and this condition comes to the attention of the Engineer or his representatives, the Engineer may require standard safety procedures to be initiated, but the requirement of these procedures does not constitute a guarantee by the Engineer as to their adequacy or the safety of the public. Where plants, buildings, or mass movement of earth is being undertaken, ' the Engineer will set such control lines and basic elevations as are required for the Contractor to make such unit or plant layouts as are required. When work is undertaken which requires a constant or generally ' intermittent checking of lines and elevations, the Contractor shall main- tain such equipment and personnel as are essential to the actual prosecution of the work. In these instances, the final grades, alignment and dimensions I. are subject to the checking of the Engineer. G. PROTECTION OF PUBLIC UTILITIES ' The Contractor shall give reasonable notice to the owners of steam, gas, water, sewer and other pipe lines or conduits, overhead and underground wires or other structures, either public or private, railroads and other ' owners of property, when such property is liable to injury or damage by reason of the execution of the work, in order that the owner or owners of such utility or other property may remove or protect the same. ' If any owner or owners of public utilities liable to be affected, endangered or damaged by the construction of the work does not protect its or their property, then the Contractor must do so. The Contractor shall receive no ' compensation over the unit and lump sum prices specified in the bid for the completion of this contract, which prices shall cover every item of additional cost for all the material and labor necessary to support, 1 8-37 1 C I I C I n I I n I I 1 I I protect, or remove such tracks, pipes, conduits, overhead and underground wires, and structures, and other improvements, during the construction of said work across, under, over, along or near the same. The Contractor shall satisfactorily shore, support, and protect any and all pipes, sewers and other structures, and shall be responsible for any damage resulting thereto. The Contractor shall not be entitled to any damages or extra pay on account of any postponement, interference, or delay caused by such structures being on the line of the work, whether or not such st-ructures are shown;'6n;:;itie=pl'an's: H. USE OF EXPLOSIVES When the use of explosives is necessary for the prosecution of the work, the Contractor shall observe all local, state and federal laws in purchasing and handling explosives. The Contractor shall take all necessary precaution to protect completed work, neighboring property, water lines, or other under- ground structures. Where there is danger to structures of property from blasting, the charges shall be reduced and the material shall be covered with suitable timber, steel or rope mats. The Contractor shall notify all owners of public utility property of intention to use explosives at least eight hours before blasting is done close to such property. Any supervision or direction of use of explosives by the Engineer does not in any way reduce the responsibility of the Contractor or his surety for damages that may be caused by such use. I. DANGER SIGNALS AND SAFETY DEVICES The Contractor shall take all necessary precautions to guard against damages to property and injury to persons. He shall put up and maintain in good condition sufficient red or warning lights at night, suitable barricades and other devices necessary to protect the public. In case the Contractor fails or neglects to take such precautions, the Owner may have such lights and barricades installed and charge the cost of this work to the Contractor. Such action by the Owner does not relieve the Contractor of any liability incurred under these specifications or contract. J. SANITARY CONVENIENCES Sanitary conveniences, consistent with good health standards and decency shall be provided for the workmen. Such conveniences shall be approved by the local officials responsible for such standards. Such conveniences shall be maintained in good order and waste disposed of regularly and to the satisfaction of said official. The Contractor shall provide a safe drinking water for all workmen. The water shall come from a safe source approved by the Arkansas Department of Health. Water shall be delivered to workmen through an approved water spigot or angle jet fountain, and the use of a common drinking cup will be prohibited. 7 i K. PRIVILEGES OF CONTRACTORS IN STREETS ', The Contractor will be entitled to use such streets, alleys, roadways, or parts of the streets and alleys as are necessary for the prosecution of the work. The use of such public thoroughfares shall be at the direction of the Engineer and in accordance with the provisions as expressed by him. IThe Contractor will take care to keep streets open for use whenever practi- cable; cross streets will be kept open wherever possible. ' The Contractor will notify the Fire Chief of the locality when a street is closed and shall again notify him when it is opened for traffic. In case ' no adequate detour can be provided, the Contractor wilL stand in readiness to provide a crossing in case of any emergency. L. SUNDAY, HOLIDAY AND NIGHT WORK - ' No work shall be done between the hours of 6:00 p.m. and 7:00 a.m., nor on Sundays or legal holidays, except work as may be necessary for the proper ' care and protection of work already performed, or in case of any emergency, and in any case only with the written permission of the Engineer. It is understood, however, that night work may be established as a regular procedure by the Contractor if he first obtains the written permission of the Engineer, and that such permission may be revoked at any time by the Engineer if the Contractor fails to maintain at night an adequate force and equipment for reasonable prosecution and supervision of the work. M. Owner's and Engineer's Contingent Protective Liability Insurance. The ' Contractor shall indemnify and save harmless the Owner and Engineer from and against all losses and claims, demands, payments, suits, actions, recoveries and judgments of every. nature and description brought or recovered against them by reason of any omission or act of the Contractor, - ' his agent or employees in the execution of the work or in the guarding of it. The Contractor shall obtain in the name of the Owner and Engineer (either as co-insured or by endorsement), and shall maintain and pay the premiums ' for such insurance in an amount not less than $200,000 property damage and $500,000 bodily injury limits, and with such provisions as will pro- tect the Owner and Engineer from contingent liability under this contract. 1 I I I C I G E N E R A I SPECIFICATIONS STREET AND DRAINAGE IMPROVEMENTS The following specifications are hereby by reference made a part of the General Specifications. These specifications are contained in the "Standard Specifi- cations for Highway Construction," Edition of 1978, published by the Arkansas State Highway Commission.. The page numbers given below refer to pages in these "Standard Specifications for Highway Construction." These specifications are available for inspection in the Engineer's office, or may be obtained from the Arkansas State Highway Department, Little Rock, Arkansas. Earthwork and Site Preparation, Part 200 Page No. Clearing and Grubbing, Section 201 63-67 Removal and Disposal of Structures, Section 202 . . : . . . . 68-69 Moving Minor Obstructions, Section 203 . . . . . . . . . . . 69-70 Removing Old Culverts, Section 204 70-72 Removal of Existing Bridge Structures, Section 205 . . . . . 72-73 Fence Moved and Reconstructed, Section 208 . . . . . . . . . 78-79 Excavation and Embankment, Section 210 81-92 Subgrade, Section 212 . . . . . . . 94-97 Shaping Roadway Section, Section 213 97-98 Widening Roadway Section, Section 214 99-100 Bases and Granular Surfaces, Part 300 Crushed Stone Base Course, Section 306 . . . . . . . . . . . 114-117 Bituminous Pavement. Part 1 1 1 I Prime and Tack Coats, Section 401 . . . . . . . . . . . . . . 150-153 Materials and Equipment for Bituminous Surface Courses, Section 403 . . . . . . . . . . . . . . . . . . 157-165 Asphaltic Concrete Hot -Mix Surface Course, Section 408 . a 174-177 Materials and Equipment for Hot -Mix Bituminous Binder and Surface Courses, Section 409 . . . . . . . . . 177-188 Construction Methods for Hot -Mix Bituminous Binder and Surface Courses, Section 410 188-195 Rigid Pavement, Part 500 Portland Cement Concrete Pavement, Section 501 . . . . . . . 205-239 Approach Slabs and Gutters, Section 504 . . . . . . . . . . . 246-248 Portland Cement Concrete Driveway, Section 505 . . . . . . . 248-249 Incidental Construction, Part 600 Maintenance of Traffic, Section 603 16-1 . . . . . . . . . . . . 254-258 Page No. Pipe Culverts and Storm Drains, Section 606 . . . . . . . . 262-270 Manholes, Drop Inlets and Junction Boxes, Section 609 . . . . 275-278 Manholes, Drop Inlets -and Junction Boxes Adjusted to Grade,- Section 610 . . . . . . . . . . . . . . . . . . 278-279 Pipe Underdrains, Section 611. . . . . . . . . . . . . . . . 280-283 Concrete Walks and Steps, Section 615 294-296 Curbing, Section 616 296-299 Seeding, Section 620 303-308 Solid Sodding, Section 624 . . . . . . . . . . . a. . 317-319 Removing and Replacing Topsoil, Section 626 322-324 Structures, Part 800 Excavation and Fill, Section 801 . . . . . . . . . . . . . . 361-367 Concrete for Structures, Section 802 . . . . . . . . . . . . 367-425 Reinforcing Steel for Structures, Section 804 . . . . . 427-431 Riprap, Section 816 . . . . . . . . . . . . . . . . a a 536-543 Ll 16-2 I I I I I 1. I I I I I I II I Li I IH DETAILED SPECIFICATIONS STREET AND DRAINAGE IMPROVEMENTS Community Development Department City of Fayetteville, Arkansas DHUD Project No. ST -8109 Plans No. Fy-104 Dated March 1982 1. SCOPE OF THE WORK. The work to be done under this contract shall include the furnishing of all materials, tools, equipment and supplies, and the performance of all labor necessary to construct the work as follows: The work consists of improvements to existing streets in the City of Fayetteville, some of which are presently paved and others unpaved. The following includes the items of work which may be required: site preparation, clearing, excavation and fill, curb and gutter, placement of SB-2 base course, placement of hot -mix asphalt, construction of sidewalks, driveways, Portland cement concrete pavement, construction of various drainage structures, storm drains, culverts, topsoiling, seeding and mulching. The plans and the Detailed Specifications indicate the kinds and quantities of the various amounts of work required in each specific location. The particular streets involved are as follows: 1) 7th Street from S. College Avenue to Wood Avenue 2) 9th Street from S. College Avenue to Washington Avenue 3) 11th Street (Sidewalk) from Washington Avenue to Willow Avenue 4) 12th Street from S. College Avenue to Willow Avenue 5) 13th Street from S. College Avenue to Willow Avenue 2. GENERAL SPECIFICATIONS. The General Specifications shall govern and control all work to which, in the opinion of the Engineer, they apply. Since these said preceding specifications are general, they may in some cases refer to work and conditions not found on this project, in which case such nonapplicable stipulations will have no meaning in this contract. In case of conflict between General and Detailed Specifications, the Detailed Specifications shall govern. 3. COMPLETION TIME AND LIQUIDATED DAMAGES. The Contractor shall complete the work provided for within ninety (90) calendar days from the date set out in the Notice to Proceed. Liquidated damages shall be one hundred dollars ($100.00) per day for each calendar day of delay in completion beyond the time stipulated herein and provided for in the contract. I 17-1 I I I I I I I I I I n 4. SAFETY AND HEALTH REGULATIONS AND CONTRACT REQUIREMENTS. Although the Engineer and his personnel may recognize safety hazards and in such case will require that changes be -made to reduce or eliminate the hazards, the Engineer by such action does not take the responsibility as safety engineers for the Contractor. Neither does such action indicate that the Engineer or his personnel are trained safety engineers. It means only that a specific safety hazard has been recognized in the ordinary course of engineering inspection of the technical aspects of the work being done, and such hazard has been called to the attention of the Contractor. The provisions covering safety standards and accident prevention as set out in the 'General Conditions are particularly called to the attention of the Contractor. In order to protect the lives and health of his employees under the contract, the Contractor shall comply with all pertinent provisions of the "Manual of Accident Prevention in Construction" issued by the Associated General Contractors of America, Inc., and shall maintain an accurate record of all cases of death, occupational disease and injury requiring medical attention or causing loss of time from work arising out of and in the course of employment on work under the contract. The Contractor alone shall be responsible for the safety, efficiency and adequacy of his plant, appliances and methods and for any damage which may result from their failure or their improper construction, maintenance or operation. Any safety procedures initiated by the Engineer shall not be construed as supervision of the Contractor's work force, nor make him responsible for providing a safe place for the performance of the work by the Contractor or the Contractor's employees or those of the suppliers, his subcontractors, nor for access, visits, use, work, travel, or occupance by any person, as these responsibilities are covered under the provisions of the contract, and the Contractor's insurance and performance bond, and cannot be the responsibility of the Engineer. Insurance coverage required on the project is given in Section 28 of the General Conditions and in the Supplemental General Conditions. Particular attention is called to the requirement of contractors to withhold state income taxes on wages paid. 5. QUALITY OF THE PLANS. The plans have been made with care, but cannot be expected to be correct in every detail when some of the conditions to be encountered are underground, or are not shown on existing maps. The location of the existing water, sewer and gas service lines are shown as approximate only, as their exact locations are difficult to determine. The Contractor shall work in close cooperation with the City and utility companies' operating personnel in locating these lines in advance so as to reduce damage to the lines resulting in disruption of service and added costs to the Contractor. The City of Fayetteville reserves the right to make normal changes in location or grade of the work as will facilitate construction, provide for better service, or reduce the construction costs to keep within the monies provided for this work. I 17-2 I 6. ELEVATION DATA. Elevations shown on the plans are referenced to bench marks at the construction sites, and are based on U. S. Coast and Geodetic survey elevations. 7. LANDS AND RIGHTS OF WAY. The work is to be constructed 'on dedicated streets in the City of Fayetteville rights of way. The Owner will obtain any permits required from the Arkansas State Highway and Transportation Department, and no deposit will be required from the Contractor. ' 8. CONTINUING RESPONSIBILITY OF CONTRACTOR. The Contractor shall be responsible for faulty materials and workmanship, and, unless otherwise " specified, he shall remedy any defects due thereto and pay for any damage to other work resulting therefrom which shall appear within.a period of one (1) year from date of substantial completion. The Owner shall give notice of observed defects within reasonable promptness.. All questions arising under this article shall be decided by the Engineer, subject to arbitration. Also see Section 21 of these Detailed Specifications. 9. PAYMENT. Methods of payment provided for in the General Specifications ' are in some cases superseded by specific conditions set out in the Proposal. and these Detailed Specifications. In such cases, the provisions of the Proposal and these Detailed Specifications shall apply. ' 10. PAYMENT FOR EXTRA WORK. Whenever work is required which is not provided for under these plans, specifications and contract, or work which is not in keeping with the general work for which there are unit prices, the Contractor shall perform the work as directed by the Engineer and shall receive as compensation therefor the total cost of the work based upon the actual Contractor's expense, plus 15 percent for overhead and profit. Such expense shall include insurance and bonds, but shall not include overhead of any other nature. No extra work shall be performed except upon the written order of the Engineer. 11. NOTICE TO PROCEED. After the contract bonds have been furnished to the City of Fayetteville and the contract has been executed, the Engineer will issue a Notice to Proceed designating the date the work will begin.. Such Notice to Proceed will be issued so that the Contractor may commence work ' within thirty (30) days of the date of the signing of the contract. By mutual agreement between the Engineer and the Contractor, commencement of work may be delayed beyond said thirty -day period, if there is a delay in ' obtaining of materials, equipment, or right of way; or other factors beyond the control of the Contractor or the City of Fayetteville. 12. PROVISIONS FOR COMPETITIVE BIDDING. In some instances, details or notes refer to one manufacturer's equipment. It is the intent of the plans and specifications that equipment or materials of equal quality supplied by other manufacturers which meet the same performance standards will be approved, t provided that the cost to the City of Fayetteville will be no greater in extra concrete, piping, grading, etc., for items which are to be furnished at a unit price. 13. UTILITY SERVICES. Throughout the area to be improved there are located utility services, some of which may require possible relocation. It shall be 17-3 I I •1 I i I C1 I I I Li I I the Contractor's responsibility to assist the owners of the various utilities in the locating of water "service lines and meters, gas service lines and meters, and telephone and power poles that may require relocation. If, in the opinion of the utility owner, water meters, gas meters, service lines or other facilities such as telephone or power poles need relocation, then the relocation of same will be done by the owner of the utility. The Contractor shall cooperate with the owners of the various utilities during the relocation of facilities so that the owners of the utilities will have adequate time and working room to relocate the facilities. 14. SOURCE OF SUPPLY. The Contractor shall not start delivery of materials until the Engineer has approved the source of supply. Only materials conforming to the requirements of these specifications shall be used in the work and such materials shall be used only after written approval has been given by the Engineer and only so long as the quality of said material remains equal to the requirements of the specifications. The Contractor shall furnish approved materials from other sources if, for any reason, the product from any source at any time before commencing or during the prosecution of the work proves unacceptable. After approval, any material which has become damaged during its delivery and handling shall not be used in the work. 15. SAMPLES AND TESTS. Where, in the opinion of the Engineer or called for in the specifications, tests of materials are necessary, such tests shall be made at the expense of the Contractor. All samples called for in the specifications or required by the Engineer shall be furnished by the Contractor and shall be submitted to the Engineer for his approval. Samples shall be furnished so as not to delay fabrication or construction, allowing the Engineer reasonable time for the consideration and testing of the samples submitted. Tests, unless otherwise specified, are to be made in accordance with the latest standard methods of the American Society for Testing Materials. The Contractor shall provide such facilities as the Engineer may require for collecting and forwarding samples and shall not use the materials represented by the samples until tests have been made and approved by the designated Engineer or testing laboratory. The Contractor shall, in all cases, furnish the required samples without charge. All tests shall be made by a laboratory approved by the Engineer and the Owner. - 16. SEQUENCE OF THE WORK. The work shall be carried on as desired by the Contractor, subject to the approval of the Engineer. Immediately after execution and delivery of the contract, and before the first partial payment is made, the Contractor shall deliver to the Engineer an estimated construction progress schedule in form satisfactory to the Engineer, showing the proposed dates of commencement and completion of each of the various subdivisions of work required under the Contract Documents, and the anticipated amount of each monthly payment that ,will become due the Contractor in accordance with the progress schedule. 17-4 The Contractor is hereby made aware of the sewer line extension on 13th Street. This work should be scheduled for an orderly progress of street construction. 17-5 I ' 17. MATERIALS OF CONSTRUCTION. IA. General. The materials hereinafter described shall be used in the construction of streets and drainage improvements. B. Crushed Stone Base. Crushed stone base material shall be Class SB-2 in conformity with the gradation and hardness requirements as set forth under Section 306, page 114, of the 1978 Edition of the Arkansas State Highway Department Standard Specifications. -SB-2 shall also be used for bedding and backfill around drainage pipes and structures. C. Prime and Tack Coats. Prime coat material shall be Grade MC -30 as set ' forth in Table II on page 160, and tack coat material shall be Grade SS -1 as set forth in Table III on page 116, both in the 1978 Edition of the Arkansas State Highway Department Standard Specifications. ID. Asphaltic Concrete Hot -Mix Surface Course. The hot -mix asphalt surface course shall conform in composition to the weights and gradation of Type 2 asphalt as set forth under Section 408, page 174, of. the 1978 Edition of the Arkansas State Highway Department Standard Specifications, using asphalt cement, Grade 60-70. I I I I 1] I I 1 I E. Asphaltic Concrete Hot -Mix Binder Course. The hot -mix binder course shall conform in composition to the weights and gradation of Type 2 asphaltic concrete hot -mix binder course as set forth under Section 405, page 168, of the 1978 Edition of the Arkansas State Highway Department Standard Specifications, using asphalt cement, viscosity grade AC -30. F. Portland Cement Concrete. Concrete used in the construction of curb and gutter, headwalls, wing walls, drop inlets, sidewalks, driveway and concrete pavement shall comply with the gradations and proportioning set forth for Class A concrete under Section 802 on page 367 of the 1978 Edition of the Arkansas State Highway Department Standard Specifications, with 5 percent it percent air entrainment added at the plant. G. Reinforcing Steel. All reinforcing steel used on this project shall conform to the requirements of ASTM A615 as set forth under Section 804, page 427, of the 1978 Edition of the Arkansas State Highway Department Standard Specifications. H. Reinforced Concrete Pipe. All concrete pipe, of the on the plans, used for laying storm sewers shall be pipe with joints composed of cold -applied, preform The gaskets shall conform to AASHO M198, Type B. constructed in accordance with ASTM C76, reinforced, pipe. various kinds shown reinforced concrete ?d plastic gaskets. The pipe shall be Class III concrete I. Coated Corrugated Galvanized Metal Pipe Culvert. All coated corrugated galvanized metal pipe of the size shown on the plans, used for laying storm drainage culverts, shall be equal to Armco coated galvanized copper steel riveted, or aluminized steel Type 2 Hel-Cor pipe. 17-6 I ' All galvanized pipe shall be coated with bituminous material, inside and out, to a minimum thickness of .05 inches, as required by AASHO M-190 ' for Type A coating. This pipe shall not be cut in the field with a cutting torch so as to avoid damage by fire. Materials shall be in accordance with Section 606, pages 263 through 1 265, of the 1978 Edition of the Arkansas State Highway Department Standard Specifications. ' J. Topsoil. Topsoil shall consist of material stripped and stockpiled from the limits of roadway construction, if available, or of satisfactory material furnished by the Contractor. Topsoil shall be free of all large rocks, excessive vegetative material, or other debris which would cause the topsoil to be unsuitable. K. Seed. Seed shall be in conformance with Group I (based on the time of application) as set out in Section 620 on page 303 of the 1978 Edition of the Arkansas State Highway Department Standard Specifications. L. Straw Mulch. Straw mulch shall consist of good grade, weed -seed free, clean straw of a quality approved by the Engineer prior to use. M. Subgrade Material. When existing subgrade material is not suitable and ' requires replacement, material used shall be of a good grade bank run material of a source approved by the Engineer prior to hauling to the job site. ' N. Cast Iron Castings. Cast iron castings used in the construction of drop inlets shall be according to specifications shown on the plans. 0. Rock Riprap. Good grade limestone from a source approved by the Engineer prior to hauling to the job site shall be used. The rock shall be a maximum dimension of 12 inches. P. Expansion Joint Material. . The materials for filling expansion and contraction joints shall be as set out under Section 501, pages 209-210, of the 1978 Edition of the Arkansas State Highway Department Standard Specifications. 17-7 I ' 18. STREET AND DRAINAGE CONSTRUCTION. IA. General. The work to be done in accordance with the following construction specifications shall include all work necessary for the construction of streets, box culverts, installation of drainage pipes, construction of reinforced concrete headwalls, drop inlets, and every other item of work required for a completed project as shown on the plans and as specified. B. Sequence of the Work. The sequence of construction of the required street and drainage improvements is as set out in Section 16 of these Detailed Specifications. An exact sequence of work will be agreed upon by the Owner, Contractor and Engineer. IC. Site Preparation. The requirement for site preparation work on each street is somewhat different and is to be bid as a separate pay item and cannot be exactly specified. The following general description of the work to be done on each street is given so that the Contractor may more clearly identify the site preparation work to be accomplished. 7th Street - 120 Feet East of South College Avenue East to Wood Avenue • (±1,185 feet). The existing pavement shall be saw cut so as to provide a true line at the south edge of the asphalt surface. Subgrade will be prepared, and curb, gutter and concrete paving varying in width will be placed to provide a street width of 24 feet back of curb to back of curb. No sidewalk will be built at this street. The installation of 24 inch RCP at Willow Avenue, including headwall, is required. Shrubbery along ditch shall be removed and compacted embankment placed prior to curb and pavement construction. After backfill and topsoil are placed behind curb, shrubbery shall be planted at 2 foot centers along the fence line. ' 9th Street - South College Avenue to Washington Avenue (Approximately 320 Feet). The work includes the construction of a 6 inch thick Portland cement nonreinforced concrete street, including concrete curb and gutter on each side for a street width of 22 feet back of curb to ' back of curb. In addition, a 4 foot wide concrete sidewalk shall be constructed along the north side of the street. Minor grading and excavation will be required. The gas company will be relocating the i• 2 inch gas line west of the Washington Avenue intersection. The construction of a drop inlet box at Washington Avenue, along with storm sewers, is required. No valve boxes or manhole adjustment by the Contractor are anticipated. Two fire hydrant installations must be relocated by the City. 11th Street Sidewalk - Washington Avenue to Willow Avenue (317 Feet). No separate site preparation pay item will be bid for the construction of this sidewalk. The finished sidewalk elevation will be generally at existing grade and will be constructed so as not to block any existing 17-8 I drainage. Eight (8) linear feet of 12 inch RCP will be required at Washington Avenue. I I I Li I The gas company will be relocating the 2 inch gas line along with ' required services from the west side of Washington Avenue to Willow Avenue. The Contractor should schedule his work with the gas company. Storm drainage improvements will be made at various locations. Valve box and manhole adjustments are as shown. The construction of a sewer line as shown on sheet 4 of the plans must be done prior to excavation, embankment and grading of the street. D. Clearing and Grubbing. All trees, stumps, brush, roots and other debris of any type within the construction limits of streets, sidewalks and drainage ditches shall be removed and disposed of by the Contractor. Burning of material resulting from the clearing operation will be allowed by the Owner. However, it will be the Contractor's responsibility to obtain burning permits from state or federal authorities. 12th Street - South College Avenue East to Willow Avenue (Approximately 650 Feet). These improvements include curb and gutter with 7 inches compacted SB-2 base and the placement of a 2 inch thickness of asphalt paving: from College to Washington, width is to be 27 feet from back of curb to back of curb; and Washington to Willow Avenue is to be 31 feet back of curb to back of curb, with 10 inches compacted SE -2 base and placement of a 2-1/2 inch thickness of asphalt paving. A sidewalk is to be constructed adjacent to the north curb. Excavation will average near 1 foot 0 inches in depth from College to Washington. Washington to Willow will require undercutting; depth to be determined. All additional suitable subgrade material required (not available on the site) will be paid for under Item No. 5 of the Proposal. Disposal of excess material will be required. Washington Avenue will be resurfaced north and south for a total length of t70 feet and will require a storm sewer at Washington Avenue. No manhole or valve box adjustments are anticipated, but the City will be required to relocate a fire hydrant at the southwest corner of 12th Street and Washington Avenue. 13th Street - South College East to Willow Avenue (Approximately 650 Feet). This street shall be constructed to a width of 28 feet (back of curb to back of curb). College to Washington shall have 7 inches compacted SB-2 and a 2 inch thickness of asphalt paving. Washington to Willow shall have a 10 inch thickness of SB-2 base material and 2-1/2 inches of asphalt over a prepared subgrade. All additional suitable subgrade material required (not available on the site) will be paid for under Item No. 5 of the Proposal. Also required is the construction of a sidewalk 4 feet in width adjacent to the north curb. ' E. Stripping. All vegetative growth and unsuitable soil within the limits of street construction areas shall be stripped and disposed of as directed by the Engineer. If suitable areas for disposal are not 17-9 1 I I I I I I I I I I I [I I 1 I available, the Contractor will be required to haul the material from the site. F. Excavation and Embankment. After the unsuitable soil has been stripped, the Contractor shall proceed to construct the street subgrade. All excavated material not suitable for the construction of roadway embankment shall be disposed of as directed by the Engineer. Areas not having suitable subgrade material shall be undercut. Location and depth of undercuts shall be determined at time of excavation. When undercutting is required, approved subgrade material shall be hauled in if suitable surplus subgrade material is not available on the site. The Contractor shall be responsible for locating a source and securing approval of the Engineer at least 10 days prior to date of anticipated need. In areas to be excavated, the Contractor shall make cuts down to an elevation which is level with the top of proposed curb elevations. Further excavation shall be delayed until all drainage structures have been installed that are to be constructed either adjacent to and parallel with all crossing proposed streets. In embankment areas, the Contractor shall construct the embankment up to approximately the finished subgrade elevation. All street excavation shall be considered unclassified, and rock, if encountered, will not be eligible for extra compensation. All surplus excavated material shall be hauled off the site and disposed of by the Contractor. G. Compaction of Subgrade Under Sidewalks. After the excavation is completed but before forms are set, the area under all sidewalks shall be compacted by mechanical compaction equipment approved by the Engineer. The compaction requirements under sidewalks are the same as under streets. If, in the opinion of the Engineer, density tests are required to determine if adequate compaction is present, these tests will be run and all expenses resulting will be borne by the Contractor. This also includes the cost of determining the modified Proctors. Sidewalks. Nonreinforced Portland cement concrete sidewalks shall be constructed at the locations and to the dimensions shown on the plans. The thickness shall be a minimum of 4 inches, and contraction joints shall be either formed or sawed at a spacing of not more than 5 feet 0 inches. Redwood expansion joints shall be placed at no greater than 30 foot intervals. Expansion joints shall be placed between the sides of the walks and adjacent curb pavement or other structures. This space shall be filled with approved joint sealer. The finish shall be a light broom finish. H. Soil Testing. Prior to the the Contractor shall retain laboratory to collect soil required to determine the t soils upon which the roadway commencement of excavation and embankment, the services of an approved soil testing samples and to conduct such tests as are ieoretical modified Proctor density of the will be constructed. During the course of I 17-10 I I I I I I I I I I I I I construction of embankment sections, density tests will be conducted at locations designated by the Engineer on each 12 inch lift. Density tests will also be -conducted at approximate 200 foot intervals in areas of excavation to determine the compacted density of the top 8 inches of the subgrade. All expenses incurred for the determining of Proctors and densities shall be borne by the Contractor. The top 8 inches of all subgrade shall be compacted to 95 percent of modified Proctor density. In areas of embankment, all soil below the top 8 inches shall also be compacted to 95 percent of modified Proctor density. I. Removal and Disposal of Structures. This work shall consist of the removal and satisfactory disposal of curb and gutter, Portland cement or asphaltic concrete driveway, parking areas, sidewalks and steps, manholes, catch basins, and other items as directed by the Engineer which may be encountered within the limits of street construction, as shown on the plans. Salvaged materials will become the property of the Contractor. J. Removing Old Culverts. This work shall consist of removing, in whole or in part, all old culverts encountered on the project not designated on the plans or directed by the Engineer to remain, or the filling of old culverts as called for; together with the disposing of all materials removed and the backfilling and compacting of all resulting trenches. K. Fence Removed and Reconstructed. The location of fences to be removed and reconstructed are as shown on the plans. Posts and wire or chain link fence that is not in a condition to be moved shall be replaced by new material of equal or better quality of the type and size of the material replaced. Replacement material required shall be furnished by the Contractor and be satisfactory to the Engineer. L. Shaping and Widening Roadway Section. This work shall consist of modifying and/or widening the existing roadway to conform substantially to the typical section shown on the plans. This shall include excavating and hauling or drifting subgrade material necessary in widening the existing roadway or making minor cuts and fills, along with shaping and dressing the surface, shoulders, ditches, foreslopes and backslopes to provide a uniform and well -drained subgrade, in accordance with the plans and specifications. M. Removal and Replacement of Signs, Mailboxes, Etc. All signs, mailboxes, etc. which are in the street construction limits shall be removed and replaced behind the proposed curb and gutter so as not to interfere with the work. Temporary movable supports shall be furnished for mailboxes that cannot be placed in their final locations. N. Undercuts. If unstable or unacceptable material is encountered during the preparation of the subgrade, the designated grade will •be undercut as directed by the Engineer and suitable material placed in the undercut area. If suitable material does not exist on the site, then additional 17-11 I I I I I I I I I I I I I approved subgrade material shall be transported to the site and placed as directed. 0. Crushed Stone Base Material. When base material is required and after the subgrade has been accepted and approved by the Engineer, compacted base material shall be installed.. Crushed stone base material shall be compacted to 95 percent modified Proctor density. If depth requirement of base material exceeds 7 inches, the Contractor will be required to place and compact material in two lifts. Compaction tests shall be conducted at intervals designated by the Engineer and at the Contractor's expense. During the placement of the base material, the crushed stone shall be bladed and rolled to insure complete and proper mixing, and water shall be added as required to establish optimum moisture for compaction of the material. Water needed for mixing and compaction of the subgrade and base will be made available by the City at the established bulk rate of the City. P. Prime and Tack Coats. The plans and new pavement. Prime or tack be placed prior to asphalt or construction are as specified Specifications. This item will concrete hot -mix surface course. show the location of asphalt overlays coat as directed by the Engineer shall surface treatment. The materials of in Section 17 of these Detailed be considered subsidiary to asphaltic Q. Asphaltic Concrete Hot -Mix Surface Course. Asphaltic concrete shall be placed on all street areas to be paved or overlaid, to the thickness as shown on the plans. The asphalt shall be placed by a self-propelled asphalt -laying machine equipped with an adjustable vibrating screed, and of such size as will permit the laying of one-half street width during each pass of the machine. Prior to placement of the asphalt, the area shall be primed with one application of prime coat as previously specified. Asphalt placement shall be in accordance with the General Specifications for that item. Core samples shall be taken at such locations as the Engineer may direct for the purpose of determining compacted density. The cost of cutting the core samples, repairing the removed area, conducting the laboratory tests to determine the compacted density, and all other costs shall be at the expense of the Contractor. The finished bituminous course shall be compacted to not less than 92 percent of theoretical density. A mix design shall be submitted to the Engineer for approval prior to use of any materials. R. Portland Cement Concrete Pavement. This item shall consist of constructing a pavement composed of Portland cement concrete, without reinforcement, on a suitably prepared subgrade in accordance with these specifications and in reasonably close conformity with the lines, grades, thicknesses and typical cross sections shown on the plans or established by the Engineer. L 17-12 I 1. Placing Concrete. No concrete shall be placed unless an Inspector is present. The concrete shall be deposited on the subgrade in ' such a manner.as to require as little rehandling as possible. Spreading required shall be done by means of an approved mechanical spreader (concrete paving machine). Spreading by rakes or other ' means will not be allowed. 2. Joints. Joints in concrete pavement, longitudinal and. transverse, shall be constructed as stated in Section 501.04 (c) on page 212 of the 1978 Edition of the Arkansas State Highway Department Standard Specifications, with the maximum distance between joints as indicated below: ' a. Doweled Expansion Joints - 60 feet (transverse). b. Contraction Joints (sawed) - 15 feet (transverse). C. Construction Joints - as needed (transverse). Shear ' transfer shall be provided at all construction joints. d. Longitudinal Joints - constructed on centerline of all streets and at each curb. The joints shall be filled with approved joint material as set out Ion pages 209 and 210 of the 1978 Edition of the Arkansas State Highway Department Standard Specifications. 3. Finishing and Curing. The concrete shall be finished and cured as ' stated in Section 501.05 of the 1978 Edition of the Arkansas State •Highway Department Standard Specifications. ' 4. Opening Pavement to Traffic. All traffic shall be excluded from newly constructed pavement until the concrete is found, by suitable • tests of representative cylinders, to have a compressive strength ' of 3,500 psi. In no case shall the pavement be opened to traffic in less than 7 days, and until all joints have been cleaned and sealed. IS. Concrete Testing. Concrete streets shall be cored in accordance with Section 501.07 on page 234 of the Arkansas State Highway Department Standard Specifications. At least one core shall be drilled on each ' street constructed of Portland cement concrete. Payment for pavement deficient in thickness, not in excess of one-half inch, shall be made at an adjusted unit price. ' All expenses incurred for the drilling of cores and the taking of concrete cylinders for compressive strength tests shall be borne by the Contractor. T. Concrete Drive Repair. The plans show the locations of existing driveways which will connect to the new curb and gutter to be 17-13 1 I I I ET I I I I I I I constructed. The Contractor shall cut a neat line across the existing pavement (where required) and reconstruct a 6 inch nonreinforced concrete slab as shown on the detailed plans. The driveway width will vary depending upon the existing driveway width. The driveway subgrade shall be shaped to create a uniform transition between the existing drive and the new curb. U. Concrete Curb and Gutter. Concrete curb and gutter shall be constructed on suitable subgrade material at the locations shown on the plans. If there is not suitable subgrade material available, at the option of the Engineer, SB-2 base material or approved suitable subgrade material may be placed and compacted in lieu of existing material. Expansion joints shall be made at drop inlets, radius points and at intervals not greater than 60 feet along the curb line. The joint shall not be less than 1/2 inch thick and shall be filled with joint filler neatly trimmed to match the cross section of the curb and gutter. Before construction begins, the Contractor shall furnish the Engineer a certified batching schedule from his concrete supplier. This schedule will show the type and gradation of aggregate to be used, the total pounds of aggregate, sand and cement, and the proposed gallons of water for each cubic yard of concrete to be delivered. The concrete shall be placed on subgrade that has been watered down, and shall be vibrated and spaded until the mortar is evenly spread. The surface shall be finished smooth with rounded corners. The curing of the concrete shall be controlled in accordance with the prevailing weather conditions at the time of the pour. Wet burlap shall be placed and kept moist if so required by the Engineer. Concrete will not be poured when the outside temperature is below 40° F. within four hours after the last batch is poured. ' When the curb and gutter have cured, the Contractor will shape the area behind the curb in accordance with finished grade as shown on the cross sections of the plans. Extreme care shall be exercised to avoid damage Ito the curb and gutter during the backfill operation. Any such damage will be repaired at the Contractor's expense. V. Drainage Structures and Ditches. All drainage structures including box ' culverts, drop inlets, headwalls and wing walls, concrete spillways and drainage ditches shall be constructed in accordance with the line and grades shown on the plans. As shown on the plans, all excavation ' required for the installation of drainage pipes and structures that is to be under the travel surface or within 3 feet of the back of the curb shall be backfilled with SB-2 crushed limestone and compacted to the ' density required for the street subgrade. Where slotted drain pipe is shown on the plans, coarse grout backfill will be required. W. Topsoiling, Seeding and Straw Mulching. Before the placement of topsoil is commenced, the area to be covered shall be bladed smooth and all rock 2 inches and larger removed. The area shall then be lightly disked and the topsoil placed to a thickness of approximately 3 inches. The 1 ' 17-14 I ' topsoil shall then be machine or hand raked to provide a uniform surface. Seeding and fertilizing shall be done in accordance with Section 620 of the Arkansas State Highway Department Standard Specifications. Straw mulch shall then be placed over areas as directed by the Engineer and shall be uniformly spread as to provide a thickness of approximately 2 inches when first spread over the area. The straw mulch shall be held ' in place by the application of an emulsified asphalt applied with a pressure sprayer at the rate of approximately .05 gallon. per square yard. I. The Contractor should note that all areas disturbed by the construction behind the curb and gutter are to be topsoiled, seeded, fertilized and straw mulched. ' X. Storm Sewer Drains. The plans show the lengths and sizes of the pipe to be used and the locations where their installation is required. Backfilling around the pipe shall be done with SB-2 base material or coarse grout, as directed by the Engineer. ' Y. Manholes, Valve Boxes Adjusted to Grade. The plans show the location and approximate elevation of existing manholes and valve boxes to be adjusted. The Contractor shall adjust the elevation to coincide with the finished grade as established after the placing and compacting of the subbase and base material and prior .to the placing of the hot -mix asphalt surface. The plans show the details of the valve box adjustment. However, since the manholes may be different at each location, the Contractor shall determine the individual modifications necessary to adjust these manholes to grade, as directed by the Engineer. Z. Cleanup. All work within the construction area shall be cleaned up to + the satisfaction of the Owner and the Engineer. In general, all rocks, t trash, or rubbish of any nature shall be removed from the site of the work. The new streets shall be swept clean of mud, dirt and other materials. I. Special attention shall be given to the cleanup, smooth grading of the areas back of the sidewalks and curbing, and replacing gravel driveways to fit the new pavement grades with a minimum of 4 inches of SB-2 material, all of these items being difficult to measure, define or compute. SB-2 material used for driveways will be paid for under the appropriate bid item. ' AA. Watering. The specifications on seeding and sodding call for certain regular applications of water. The City of Fayetteville has available fire hydrants through which water may be purchased near the. individual streets. r. I 17-15 I There is no direct pay item for water. It shall be considered - subsidiary to other items. BB: Miscellaneous Items. 1. Detours and Access to Homes. During street construction the ' Contractor may close the street to through traffic. However, the Contractor shall maintain the construction site in such a manner as to provide reasonable access by homeowners and emergency vehicles. 2. Construction Staking. The Engineer will set grade and alignment• stakes at 50 foot intervals back of the curb on one side of the street. The Contractor will be responsible for transferring data across the street to the opposite curb. The Engineer will require five days notice prior to setting the construction stakes. All stakes destroyed by the Contractor shall be replaced by the Contractor at his expense. I. I 11 I I I 1 17-16 I 19. MATERIALS OF CONSTRUCTION - SANITARY SEWERS. A. General. The plans show plan and profile of the sewer line to be constructed. B. Sewer Line. Sewer pipe used on this project for gravity sewers shall be ' vitrified clay pipe unless otherwise shown on the plans, where ductile iron pipe shall be used. Pipe specifications are set out below. C. Pipe Specifications. Vitrified Clay Pipe. All vitrified clay pipe shall be ASTM Designation • C-700, latest revision, extra strength. All joints shall be a compression sleeve in accordance with ASTM Specification C-594-72, Type B, latest revision. D. Manholes. All manholes shall be constructed of standard brick, clay radial blocks, solid radial blocks, or cast -in -place concrete manholes. Precast concrete manholes are not approved for use on this project." 1.• Rings and Lids. Rings and lids shall be watertight and have a combined weight of approximately 300 pounds. Rings and lids shall be equal and similar in design to Neenah R -1916-C manhole frames and lids. 2. Steps. Steps shall be 10 inches wide and constructed of either cast iron or steel reinforced fiberglass equal and similar in design to Perma-Step Model 100-2 as manufactured by Utility Products, Inc. 3. Concrete. Concrete used to pour cast -in -place manholes shall be 6 bag concrete acquiring a compressive strength of not less than 3,000 psi within 28 days. E. Pipe Bedding Gravel. Gravel used for bedding of vitrified clay pipe shall be crushed limestone SB-2 as defined by Section 306 of the Arkansas State Highway Department Standard Specifications. ' Crushed Stone Base Course. The crushed stone base course shall be Class SB-2 as set out in Section 306 of the Highway Department Specifications. The base shall be placed and compacted in accordance with said Section 306. I I 17-17 I 20. SANITARY SEWER LINE CONSTRUCTION. A. General. The work to be done includes the construction of a 6 inch sanitary sewer, including a manhole and every other item of work necessary for a complete and acceptable installation as shown on the plans and as specified. B. Materials. All materials used in the construction of the sanitary sewer line extensions on this project shall be as specified under Section 19 of these Detailed Specifications, if not provided for in this section. C. Grade Control. If the Contractor elects to maintain grade and alignment ' with a laser beam rather than the batterboard system, he shall so advise the Engineer sothatthe proper surveying procedures can be employed to insure that accurate vertical control can be established for the laser beam laying method. ' D. Sewer Excavation and Pipe Laying. All sewer line excavation and sewer pipe laying shall be in accordance with the General Specifications ' covering Pipe Sewers. Sewer line excavation is not a special pay item and shall be included in the unit price bid in the Proposal for the pipe, complete in place. E. Pipe Bedding. All sewer lines, including ductile iron pipe where shown on the plans to be used, shall be bedded in crushed rock bedding. Pipe bedding shall be placed from a point at least 4 inches below the bottom t of the pipe barrel to the pipe springline by the full width of the excavated ditch. All excess, loose dirt shall be removed from the ditch prior to placement of the pipe bedding material. All overexcavation below the pipe shall be backfilled with crushed limestone. Since street construction will be done immediately after sewer line installation, all backfill will be crushed stone. IF. Manholes. All manhole brick, mortar, manhole rings and lids, manhole steps, etc., shall be in accordance with the General Specifications, except as follows. ' 1. Precast concrete manholes are not approved for use on this project. ' 2. A layer of plaster one inch thick shall be applied to both inside and outside walls of all manholes constructed with brick, radial clay blocks or masonry blocks, rather than a one-half inch thickness as set out in the General Specifications. The plaster ' shall be mixed using a leak inhibitor such as ironite. 3. Manhole rings and lids will conform to weights and dimensions shown on the detail sheet of the plans and as set forth in Section 19 of these Detailed Specifications. 4. Cast -in -place concrete manholes are approved for use on this ' project. 5. Specifications for cast -in -place manholes are hereinafter set out. ' 17-18 I C I 1 I I I I El I I I I Cast -in -Place Manholes. 1. Base. The concrete base shall have a minimum thickness of 8 inches and shall be poured on undisturbed earth. The base shall be poured so that the top of the base is a minimum of 2 inches and a maximum of 4 inches below the lowest pipe inside the manhole, except when the lowest pipe can be laid continuously through the manhole, the base may be poured to a point 2 inches below the centerline of the pipe, providing this point is not above invert of other pipes entering the manhole. The base shall have a minimum diameter of 8 inches greater than the outside diameter of the finished manhole• barrel. 2. Invert. The invert of the manhole shall be hand placed and shaped using a grout mixture consisting of two parts masonry sand and. one part Portland cement. The base and barrel of the manhole shall be cleaned thoroughly prior to placement of the invert. The invert shall be shaped and smoothed so that the manhole will be self-cleaning and free of areas where solids may be deposited as sewage flows through the manhole. In all cases except where the sewer pipe can be laid continuously through the manhole, the entire diameter of each pipe entering the manhole barrel shall be cut smooth with the inside edge of the manhole barrel and the invert shaped throughout from all inlet pipes to the outlet pipe. 3. Manhole Barrels. The barrel forms may be set as soon as the concrete base has cured enough to support the forms. The manhole barrel shall be of such construction so that the finished manhole will have an inside diameter of 4 feet 0 inches, plus or minus one-half inch. Concrete used to pour the manhole barrel shall be 3,000 pounds per square inch test with a slump of approximately 4 inches. Before the forms are set in place, any water that may have accumulated in the excavated area shall be pumped out and the concrete base thoroughly cleaned, if required, of dirt and debris. Before pouring of the concrete begins, a 2 inch layer of grout mixture, as set out under paragraph 2 above, shall be placed in the bottom of the forms. The forms shall be removed after the initial set of the concrete so that holes may be cut in the manhole barrel for the installation of pipes which are to enter the manhole at points other than adjacent to the. manhole base. After these pipes have been put in place, the barrel shall be repaired using a grout mixture as set out under paragraph 2 above. If honeycombing of the barrel is found to be present after removal of the forms, they shall be repaired as directed by the Engineer. The top, of the poured manhole shall be left at such an elevation so that two rings of standard brick are required to bring the manhole ring to the finished elevation. Where manholes are located in 17-19 1 I fields or other low lying areas, the finished grade shall be 6 inches above natural ground. A 3 inch wide by 2 inch deep keyway shall be left. in the top of the poured manhole to hold the mortar for the first ring of bricks. 4. Curing. Curing compounds or covers may or may not be used at the option of the Contractor. However, it will be the responsibility • of the Contractor to protect the concrete to prevent cracking • during the curing process and to protect the manhole during I. freezing temperatures. The Engineer will, at his discretion, prohibit pouring concrete during periods of extreme cold or inclement weather. Is. Backfilling. The manhole shall not be backfilled less than 12 hours after the forms have been removed. Extra care shall be taken to compact all backfill to the top of the highest pipe entering the manhole. H. Testing. After the sewer line has been installed, backfilling completed ' and manholes constructed, the Contractor shall proceed to air test all sewer lines to determine if sewers are free of breaks or other defects which would permit excessive infiltration or exfiltration. I I 1 I I I I I On all gravity flow sewers, the Contractor shall conduct low pressure air tests of the various sections of pipe by use of equipment manufactured for this purpose. The equipment shall include a regulator to avoid overpressurization and damaging an otherwise acceptable line. The equipment used shall be identical or equal to the Air-Loc system as manufactured by Cherne Industrial, Inc., Hopkins, Minnesota. The low pressure air test shall be conducted by plugging each opening in the reach of pipe to be tested. All plugs shall be braced against slippage due to internal pressure. One of the plugs provided must have an inlet tap or other provision for connecting an air hose. After connecting the air control equipment to the air hose, monitor the air pressure so that the internal pressure does not exceed 5.0 psig. After reaching 4.0 psig, the air supply shall be throttled to maintain between 4.0 and 3.5 psig for at least 2 minutes in order to allow equilibrium between air temperature and the pipe walls. During this time, all plugs shall be checked to detect any leakage. If plugs are found to leak, the Contractor shall bleed off the air, tighten the plugs, and again begin supplying air. After the temperature has stabilized, the pressure is allowed to decrease to 3.5 psig. At 3.5 psig, the Contractor shall begin timing to determine the time required for the pressure to drop to 2.5 psig. If the time, in seconds, for the air pressure to decrease from 3.5 psig to 2.5 psig is greater than that shown in the table below, the pipe shall be presumed free of defects. Pipe Size Minimum Time (minute/100 feet) 6 inches 0,7 I 17-20 I I 1 I C 1 C 1 i 1 I If, by use of the above procedure, a faulty section of line"is found, that section of line shall be tested at 20 foot intervals to determine the exact location of the break. If a section of pipe is found to be leaking, the exact source of the leak shall be determined, a repair made, and the entire section retested. I. Protecting and Replacing Utility Services. In some instances the pipe will be installed under, alongside and over existing utility services. Much of the time these will be difficult to locate, and in some instances, impractical to locate. The Contractor shall be responsible for locating and. protecting or renairine and renlacinv s„rh cor�,ircc The various utility owners, gas company (gas lines), telephone company (cable and conduits) and others not named will cooperate with the Contractor in helping locate the underground services. However, the utility owners cannot afford to keep men on the job full time. Where the Contractor cannot make adequate repairs, the various utilities will make repairs to all services, and such costs will be charged to the Contractor. The Contractor shall make arrangements for this service with the various utilities either before his bid is presented or before construction starts. r I 17_21 21. FINAL INSPECTION AND -ESTABLISHMENT OF WARRANTY PERIOD. The final inspection shall be made by the Engineer or his chief assistant, the Contractor or one of the principal owners of the contracting firm, and a representative of the City of Fayetteville. Upon acceptance of the work, a date will be set out in writing by the Engineer which will establish the beginning of the one (1) year warranty period. The final acceptanceS of the job and the payment in full to the Contractor will not reduce the continuing responsibility of the Contractor as set out in these specifications. r, I I I I I I I I I I I I 22. METHODS OF MEASUREMENT AND PAYMENT. Methods of measurement and payment as set out in the General Specifications covering the various items of construction are hereby. clarified and superseded as set out herein. Wherever they are not clarified or superseded herein, methods of payment as provided in the General Specifications or the applicable section of the Detailed Specifications shall prevail. Items 1 through 4 - Site Preparation (Lump Sum each Street). Since the site preparation of each street is to be bid separately, as previously specified, the following list includes the items of work which may be required which will be paid for under these items: site preparation; clearing and grubbing; excavation and fill; shaping and compacting subgrade; ripping -up of existing pavement and/or base; undercutting; removal and replacement of signs, mailboxes, culverts, steps, fences; the furnishing and placing of'3 inches of topsoil, seeding, fertilizing, straw mulching, and watering, etc.; and every other item not specifically compensated for under other items. Item 5 - Furnishing and Compacting of Subgrade Material for Undercuts. Payment under this item shall be made for each cubic yard of material required to be hauled to the job site from sources other than from stockpiles created by material excavated. Material under this item will only be authorized for use by the Engineer when all suitable excavated material has been exhausted. Payment under this item will not be made when the Contractor chooses to furnish and haul in the material rather than use suitable material from the excavated material in order to expedite his work or for any other reason. When material under this item is authorized by the Engineer, payment will be made at the unit price bid per cubic yard as determined by struck bed measure of trucks delivering the material to the job site. The Contractor shall furnish the necessary labor and equipment to "strike" the loads of the material at the job site. The Engineer's representative and the Contractor shall initial a duplicate delivery ticket for each load delivered to the job. Each ticket shall show the quantity of the load, the street number and approximate station. Compensation under this item shall also include the work necessary to remove and dispose of the unsuitable material. ' Item 6 - Compacted SB-2 Base Material. Payment for compacted crushed stone base material will be made in accordance with the unit price bid per ton, complete in place. The material will be used as directed by the Engineer. ' Measurement shall be by delivery tickets furnished and initialed by the Engineer's representative at the location the material is to be used. Item 7 - Asphaltic Concrete Hot -Mix Surface Course. Asphaltic concrete shall be compensated for in accordance with the unit price bid per ton, complete and all in place, to the thickness shown on the plans. The bid price shall include the furnishing and placement of prime coat as specified. The tonnage shall be determined by approved weight tickets from the batching plant initialed by the Engineer's representative at the time of delivery. I 17-23 Item 8 - Concrete Curb and Gutter. Payment for concrete curb and gutter will be made in accordance with the unit; price bid per linear foot, complete ' in place. The price bid shall include every item of work and material required for a complete installation. Deductions in the length of concrete curb and gutter will be made for space occupied by drop inlets and other I. drainage structures. Item 9 6 Inch Nonreinforced Portland Cement Concrete Pavement. Payment for 6 inch nonreinforced concrete pavement will be made in accordance with the unit price bid per square yard, complete and accepted in place. However, delivery tickets for concrete used shall be furnished the Engineer for records'of materials used only. ' Item 10 - Nonreinforced Portland Cement Concrete Sidewalk. Payment will be made for the furnishing and placement of nonreinforced Portland cement concrete sidewalk a minimum of 4 inches in thickness in accordance with the ' price bid per square yard, complete in place. This price shall include full compensation for the furnishing of all materials, excavation, forming, placement of concrete, finishing, curing, and all other incidentals necessary Ito complete the work. Item 11 - Reinforced Class A Concrete. Payment will be made for the ' furnishing and placement of reinforced Class A concrete in accordance with the price bid per cubic yard, complete in place. This price shall be full compensation for the furnishing of all materials, forming, placement of concrete, placement of reinforcing steel, finishing, curing, and other ' related work necessary to complete the work. This item is specifically for headwalls and aprons on pipe culverts, drop inlet boxes, and as directed by the Engineer. ' Item 12 - Adjustment of Manholes to Grade. Payment will be made in accordance with the unit price bid each for the adjustment of manholes to grade. This price shall be full compensation for adjusting manholes, for ' excavation and backfill, and for all materials, labor, tools, equipment and incidentals necessary to complete the work. ' Item 13 - Adjustment of Valve Boxes to Grade. Payment will be made in accordance with the unit price bid each for the adjustment of valve boxes to grade, including concrete valve box pad. This price shall be full ' compensation for adjusting valve boxes, for excavation and backfill, and for all materials, labor, tools, equipment and incidentals necessary to complete the work. ' Items 14, 15 and 16 - 12 Inch, 15 Inch, and 24 Inch Reinforced Concrete Storm Sewer Pipe. Payment for reinforced concrete storm sewer pipe shall be made for the linear feet of pipe installed as shown on the plans. The price 'bid shall include every item of work necessary to install the pipe, including rock excavation, if any; common excavation; bedding of the pipe; and backfilling the entire excavated area. Payment for SB-2 trench backfill will be made under Proposal Item No. 6. Item 17 - 15 Inch Storm Sewer Pipe (Reinforced Concrete, Galvanized or Aluminized Steel). Payment for 15 inch storm sewer pipe shall be made for ' 17-24 11 This page as per Addendum No. 1. 17 II f 1 I I I Y the linear feet of pipe installed as shown on the plans. The price bid shall include every item of work necessary to install the pipe, including rock excavation, if any; common excavation; bedding of the pipe; and backfilling the entire excavated area. Payment for SB-2 trench backfill will be made under Proposal Item No. 6. Items 18 and 19 - 24 Inch and 18 Inch Slotted Storm Sewer Pipe. Payment for slotted storm sewer pipe shall be made for the linear feet of pipe installed as shown on the plans. The price bid shall include every item of work necessary to install the pipe, including rock excavation, if any; common excavation; bedding of the pipe; and backfilling the entire excavated area with grout. Payment shall include the furnishing and placement of coarse grout as required. Item 20 - 6 Inch Vitrified Clay Pipe Sewer. Payment for 6 inch sewer pipe shall be made for the linear feet of pipe installed, complete in place. The unit price bid shall include furnishing the pipe, crushed stone bedding gravel for pipe as specified, and every other item of work required to install the pipe in a trench. Additional compensation will only be made for those items of work specifically set out in the Proposal. Measurement will be in accordance with final lengths of pipe installed without deduction for manholes, as determined from survey notes made by the Engineer in the course of setting construction survey stakes. Item 21 - Manholes. Payment for manholes 0 to 8 feet in depth shall be made at the unit price bid and shall include every item of work necessary for a complete installation. No additional payment will be made for rock excavation in excess of the standard ditch width for the size of pipe being constructed. Item 22 - Drop Inlet Boxes. Payment for drop inlet boxes shall be made at the unit price bid and shall include concrete, steel, grate, and every item of work necessary for a complete installation. 1 17-25 -- --