Loading...
HomeMy WebLinkAbout95-89 RESOLUTIONRESOLUTION NO, 95-89 S 'CjA RE ® YP A RESOLUTION AUTHORIZING THE AWARD OF A CONTRACT WITH JERRY D. SWEETSER, INC. FOR CONSTRUCTION OF IMPROVEMENTS TO A SECTION OF BLOCK AVENUE BETWEEN ROCK STREET AND ARCHIBALD YELL. BE IT RESOLVED BY ,THE BOARD OF DIRECTORS OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the Mayor and City Clerk are hereby authorized and directed to execute a contract with Jerry D. Sweetser, Inc., for improvements to the street, sidewalks and storm drain in the section of Block Avenue between Rock Street and Archibald Yell. A copy of the contract authorized for execution hereby is attached hereto marked Exhibit "A" and made a part hereof. PASSED AND APPROVED this 3rd day of October , 1989. ATTEST By:� _A 4,, APPontTcn By: P. v T RESOLUTION NO, 95-89 S 'CjA RE ® YP A RESOLUTION AUTHORIZING THE AWARD OF A CONTRACT WITH JERRY D. SWEETSER, INC. FOR CONSTRUCTION OF IMPROVEMENTS TO A SECTION OF BLOCK AVENUE BETWEEN ROCK STREET AND ARCHIBALD YELL. BE IT RESOLVED BY ,THE BOARD OF DIRECTORS OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the Mayor and City Clerk are hereby authorized and directed to execute a contract with Jerry D. Sweetser, Inc., for improvements to the street, sidewalks and storm drain in the section of Block Avenue between Rock Street and Archibald Yell. A copy of the contract authorized for execution hereby is attached hereto marked Exhibit "A" and made a part hereof. PASSED AND APPROVED this 3rd day of October , 1989. ATTEST By:� _A 4,, APPontTcn By: r U.S. DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT f BID FOR UNIT PRICE CONTRACTS Place: VILLE, ARKANSAS, hereinafter called OWNER. Gentlemen: The Bidder, in compliance with your invitation for bids for the construction of BLOCK AVENUE IMPROVEMENTS, PROJECT No. E-2501 having examined the plans and specifications with related docu- ments and the site of the proposed work, and being familiar with all of the conditions surrounding the construction of the pro- posed 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 herein. 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 a written "NOTICE -'TO -PROCEED" of the Owner and to fully complete the project within 45 consecu- tive calendar days •thereafter as stipulated in the specifica- tions. Bidder further agrees to pay as liquidated damages, the sum of $250.00 for each consecutive calendar day thereafter. Bidder acknowledges receipt of the following addendum: I Bidder agrees to perform all the work, described in the specifications and shown on the plans, for the following unit prices: *Insert corporation, partnership, or individual as applicable. HUD -4238D (2-69) Replaces CFA -238-D which is obsolete E-250 1 Date: Project No.: E-250 Bid No. 89-43 Proposal of (hereinafter called Bidder)* a corporation, organized and existing under the laws of the State of ,*-a partnership, *or an individual doing business as To the COMMUNITY DEVELOPMENT DEPARTMENT OF THE CITY OF FAYETTE- VILLE, ARKANSAS, hereinafter called OWNER. Gentlemen: The Bidder, in compliance with your invitation for bids for the construction of BLOCK AVENUE IMPROVEMENTS, PROJECT No. E-2501 having examined the plans and specifications with related docu- ments and the site of the proposed work, and being familiar with all of the conditions surrounding the construction of the pro- posed 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 herein. 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 a written "NOTICE -'TO -PROCEED" of the Owner and to fully complete the project within 45 consecu- tive calendar days •thereafter as stipulated in the specifica- tions. Bidder further agrees to pay as liquidated damages, the sum of $250.00 for each consecutive calendar day thereafter. Bidder acknowledges receipt of the following addendum: I Bidder agrees to perform all the work, described in the specifications and shown on the plans, for the following unit prices: *Insert corporation, partnership, or individual as applicable. HUD -4238D (2-69) Replaces CFA -238-D which is obsolete E-250 1 nnn ITEMS: All Items Complete in place, including all labor, materials, bonds, insurance, equipment, fittings, and unforseen items, constructed in accordance with theCity of Fayetteville Specifications and Requirements, and as shown on plans, including clearing, grubbing, cleanup, and testing. Subsidiary to other items of the Contract, all damaged yarn as shall be cleared of allrock and debris fertilized, mulcheda covered with 9" Tom 1� seeded, and watered for successful growth. 1, WATER MAIN CONSTRUCTION: Furnish and diinstall, per plans and specifications, a Bid tribution mains complete in place. Each Unit Pip shall include all fcleanup, thrusttesting blocks, clearing, grubbing, as follows: dh, a cQso� 00 A. 6 inch CL -51 DI Pipe, 30 L - F, @ F. $ gso 2, TWELVE INCH MAIN CONNECTION: Furnish and Of install, under the supervision af6thMaint tment, Connec- Fayetteville Water Depar tion to an existing 12" Main, including 12" x 6" tapping sleeve and gate valve and box, complete in place, including concrete thrust blocks, con- crete collars, and etc.: 12" Main, A. 6" Main Connection to an a isting d K�j IW DO nA 1 each @ (S j2 0(3 0 p, o (3 ). per ea $ 3, FIRE HYDRANT ASSEMBLY: Furnish and install Fire Hydrant Assembly per plans and City of te- ville's specifications as per Detail sheet No. 8 of these documents, complete in place auxiliary valves, etc. A. Construct a Standard Fire Hydrant Assembly at the Sou haves corners of lock and Rock ,�1 - o 1 nr S.Ait Il Nd ��_ each @ ( 419t � y,� � �y, o ate_ Per ea $ � 1 E-250 .v CONTRACT PART "B" - SANITARY SEWER SYSTEM ITEMS: All Items Complete in place, including all.labor, mate- rials, bonds, insurance, equipment, fittings, and unfor- seen items, constructed in accordance with the City of Fayetteville's Specifications and Requirements as shown on plans, including clearing, grubbing, cleanup and testing. Air testing shall include all 4" service pipe and all plugs. BID ITEMS herein below shall include repairing all damaged yard areas with 4 inch ton soil, seeding, fertilizing,. mulching, and watering for a suc- cessful growth: 1. PIPELINE CONSTRUCTION: A. 8 inch SDR -26 PVC Pipe, -0- L.F. @ per L.F. $ N/A 2. MANHOLES: Standard concrete manholes construc- tion with C.I. rings and lids, including labor, materials, base, testing, grouting, adjustments, etc. A. Vertical Footage from 0' to 101, -0- V.F. B. Raise existing manhole r street grade, 2 each @_E per each $ N/A nd lids to new 3. 4" RESIDENTIAL SEWER SERVICES: (SB -2 Trench Backfill to Subgrade and 1' Back -of -Curb for Street Section shall be paid by ticket in Bid Item No. 4 — PART "B". NOTE: Contractor is responsible for uncovering all 4" Services prior to construction of Storm Sewer and to Construct Repaired and/or Relocated 4" Services inverts at elevations acceptable to the City of Fayetteville requirements. A. 4 inch Service Main Replacement and/4 Repair, 60 L.F.@ .J�� deQ�r� _� C"d w E-250 L, F, $ 4000 CONTRACT PART "A" - WATER DISTRIBUTION SYSTEM 4. *SB -2 BACKFILL BASE: Within Street Sections for Part "A" BID ITEMS, A MAXIMUM -NOT -TO -EXCEED of 25 ton @ T I d aL, cw d k'o//u ( S !Ot ° - ) per ton 5 6" GATE VALVE WITH BOX WITH CONCRETE COLLAR, - 0 - each @ ($ ) per ea 6. METER SERVICE SETTINGS: (:PLEASE NOTE SB -2 Backfill within street sections of this Bid Item shall be paid by Ticket in Bid Item No. 4 above): A. Meter Service Tubing Repair and Replacement as eeded, w/o SB -2 Backfill, 100 L.F. @�w r d "011UJ (S per L.F. $ N/A $ 1 00 ° v oV TOTAL AMOUNT BID - CONTRACT PART "A" $ 500 * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * *Truck tickets must be signed on site by Contractor's repre- sentative with date, station location, and use. SB -2 to be used ONLY as Backfill in Street Sections, full depth of Trench to Street subgrade and to one (1) foot Back -of -Curbs NOTE TO CONTRACTOR: A reasonable estimate of SB -2 trench Backfill under street sections have been estimated by the Engineer to be 20 TON, This Contract will pay a unit price per Delivery Ticket up to 25 TON, Additional Amounts of SB - 2 Backfill to fulfill this CONTRACT shall be considered OVER -RUNS and subsidiary to other BID ITEMS of Contract No. 1 - PART "A". E-250 -_ -_ .__ SII =r 2 lH CONTRACT PART "C" - STREET & STORM DRAINAGE ITEMS: All Items Complete in place, including all labor, mate- rials, bonds, insurance, equipment, fittings, and unfor- seen items, constructed in accordance with the City of Fayetteville Specifications and Requirements and as shown on plans, including clearing, grubbing, cleanup, repair of damaged yard surfaces, and testing. All damaged yard areas shall be cleared of all rock and debris and covered with 4 inch TOP SOIL, seeded, ferti- lized, mulched, and watered for successful growth: 1. CONSTRUCTION EARTHWORK: In accordance with plans and specifications for said project: Contractor shall construct rough sub -grade from centerline control in existence at time of BID; Engineer will provide a "CUT -SHEET" from said control. A. Clearing, grubbing, fence removal, disposal, backfill, and backsloping, and classified and unclassified excavation in the amount of approximately 600 C.Y. of which approximately 100 C.Y. is "Classified" Excavated material to be used as ON-SITE "SELECTED" FILL and the remaining EXCAVATED materials to be used for back -sloping within �j�J}�� a limits of f�/.h e project, 600 C.Y. @ rive �F0(11�GJ Qicb� II IJA,"cl cx,. "' lu3 ( ,? Oo, a ) per Lump Sum **B. Compacted "Hillside" sub -base material from OFF-SITE (OFF-SITE identified as material purchased from others than the Owner); unit price per Truck Yard shall include the required "unclassified" Excavation and disposal of soil materials within treet section; 50 Truck Yards @ � ( i &�V (l.6 fico ($ /"r, ) per T.Y. E-250 1 g e�O. (3,0 S 3 i!Lp1 o D CONTRACT PART "B" - SANITARY SEWER SYSTEM 4. *SB-2 BACKFILL BASE: SB-2 Base Trench Backfill under street for Sewer Main under street to (1) foot Back -of --Curb, a MAXIMUM -NOT -TO -EXCEED of 150 tons @ T,,, d a.Ql) fun) tA.4 "A — (S IDf°� )Per ea $/600 o= * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * DO TOTAL AMOUNT BID - CONTRACT PART "B" $ /DUO * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * Truck tickets must be signed On Site by Contractor's repre- sentative with date, station location, and use. SB-2 to be used ONLY as Backfill in street Sections, full depth of Trench to Street subgrade at on (1) foot Back -of -Curbs. NOTE TO CONTRACTOR: A reasonable estimate of SB-2 Trench Backfill under street section have been estimated by the Engineer to be 125 TON. This Contract will pay a Unit Price per Delivery Ticket UP TO 150 TON. Additional amounts of SB-2 Backfill to fulfill this CONTRACT shall be considered OVER -RUNS and subsidiary to other BID ITEMS of Contract No. 1 - PART "B". E-250 2 CONTRACT PART Cl"- STREET & STORM DRAINAGE C. Subsidiary to Item 1.A above are the following: 1. Unclassified backfill with excavated materials in Designated "FILL AREAS". 2. Backsloping and landscaping all areas damaged by Construction with 4" top soil; 3. Seeding, fertilizing, mulching, and watering for successful growth on all surfaced damaged areas, filled, back - sloped, and ditched areas relative to the project; 4. Use of all suitable "classified" excava- ted material for site selected fill mate- rial within the project's street right- of-ways and designated "FILL AREAS" on project site; 5. Removal and disposal of shrubs, bushes, trees, rocks, buildings, and other items within the construction limits; 6. Dispose of excess excavated materials; 2. SAW CUT, Remove and dispose of approximately 250 5.1. of Stree anSidewalk surfs e @ O lIA tdC LkA/1 S( -_OP. mo) per Lump Sum $_______ O0, E-250 2 CONTRACT PART "C" - STREET & STORM DRAINAGE 3. STREET CONSTRUCTION PER FAYETTEVILLE SPECIFI CATIONS: After preparation of subgrade, the soil analysis of top 12" of subgrade material shall be provided by Contractor to Engineer and City Engineer. A. CONCRETE CURB AND GUTTER: 1. Construct 2' wide STANDARD concrete curb & gutter with Standard HANDICAP Ramps at all Curb Radii in ling with all side wa l} s - 1,070 L. F.@ ._i u,-( cLtlu..c cc_t d p CC i0 ) per L.F. $ _c? D �a B. PAVEMENT SECTION: a. Base Bid: Construct 6 inch thick Con- crete surface with 2 inch Drainage Blanket to one foot_(1') back of curb, 1? 75 S.Y. @ 5(Q».& rtI,r c(toau o0 I LI,°O ) per S.Y. S a O. C. LIME STABILIZATION OF TOP 6" OF SUBGRADE to 1' BACK -OF -CURB, as required, per Square yard subgrade @ h(nctk2l�pc& �4 5o/itu $( .6O ) per S.Y. S3.So 4. STORM SEWER CONSTRUCTION: Contractor shall locate and uncover 4" Sanitary Sewer Services, take elevations of service pipe and determine if clear of Storm Sewer Pipe prior to constructing any part of Storm Sewer System. A. Construct reinforced concrete drop ir4ets with rings and lid - 9 each @ fttAu cLA4 o/rw S( L'/CO. °O ) per ea B. Construct reinforced concrete unct'on box with rings and lid - 1 each @ (u.,tIA,j./ per ea C. Construct reinforced sions - 32 L.F. @ E-250 3 InletEten_ A ____ per L.F. $ X100 O0 Soon=' I CONTRACT PART "C" - STREET & STORM DRAINAGE r D. Reinforce concrete Junction Box with Ring and Lids (300 lb) by difJy{ ingexisting Drop Inlets, 2 each @ pi4 �L[(�VI d,i, / &-A +WItw (AGO o° ) per ea S D0�= E. Construct EXTRA DEPTH Concrete Reinforced Drop Inlet and Junction Boxes, 10 V.F. $( 7o ca ) per V.F. $ 700 ***F. Install per plans and specifications storm drainage pipe as follows: (CMP Pipe 30" and less shall be 16 ga.; over 30" shall be 14 ga.) 1. Construe 18" CMP Storm Sewer pipe, 470 L . F. @ E i4 „w cY tltPu „c1 t%_ — per L.F. 00 $8 %0 — 2. Construct 18" Class III -RCP Storm Sewer pipe, 230 L.F.@ T)a �ct�Oi., y_ , o , av �cu ) per L.F. $SSa0� ****G. Compacted SB2 base backfill under street - 350 tons @ La,j dhl tuti ct.._4 "0/w---___._ S ( ! O •"" ) Per ton $ 35dd oa 5. Construct 4" thick by 4' wide concrete side- walk - 450 S.Y. @ 7i7itQ4j.L dAEPCuAd ate/ �w _ ( '200 ) Per S.Y. 00 $ 5OO — 6. Construct 4" thick ex osed Aggregate Concrete Sidewalk - 30 S.Y. @ da avy "U/. cc,.,( ( j ° ) Per S.Y. $ 0 00 7. Construct 4" thick Concrete Drive Ramps from b ck of curb to propert }ine - 125 S.Y. @ fo, 19 nti2_ n d /1u, _f f,,PO) Per S.Y. 00 S2OOa - * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * TOTAL BASE BID - "STREET & STORM SEWER" . . . . . . $ M.6 * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * E-250 4 CONTRACT PART "C" - STREET & STORM DRAINAGE ** "OFF -SITE" HILLSIDE: Truck tickets must be signed by Engineer's representative with date, station location, and use. Contractor's UNIT PrICE shall include all the expense of excavating and disposing of "UNDERCUT" materials plus the TOTAL COST OF OFF -SITE BORROW after COMPACTED IN -PLACE. *** NOTE: Alternative Pipe materials may be offered with Bid if a written certified acceptance by the City Engineer is attached to Bid Submittal. ** SB-2 BASE BACKFILL: Truck tickets must be signed on site by Contractor's representative with date, station location, and use. SB-2 to be used ONLY as Backfill in Street Sections, Full depth of Trench to Street Subgrade and to one (1) foot Back -of -Curbs. NOTE TO CONTRACTOR: A reasonable estimate of SB-2 Trench Backfill under street sections have been estimated by the Engineer to be 200 TONS. This Contract will pay a unit price per Delivery Ticket up to 350 tons. Additional Amounts of SB-2 Backfill to fulfill this Contract shall be considered OVER -RUNS and subsidiary to other BID ITEMS of the Contract - PART "C". E-250 5 CONTRACT - PART D - MISCELLANEOUS ITEMS 1F ITEMS: All Items Complete in place, including all labor, materials, bonds, insurance, equipment, fittings, and unforseen items, constructed in accordance with the Specifications and Requirements, and as shown on plans, including clearing, grubbing, cleanup, repair of damaged yard surfaces, and testing. All yard areas shall be cleared of all rock and debris and covered with 4" Top Soil, seeded, fertilized, mulched, and watered for successful growth. 1. ROCK EXCAVATION: Blast Rock Excavation for Construction of Storm Sewers, Sanitary Sewers, Water Mains, and other approved items, measured in accordance with Appendix Detail Sheet No. 16, estimates 100 C.Y. @ T7 1e _Q,4 -_____ ncff 00 ) Per C.Y. rc $ TOTAL PART "D" - MISCELLANEOUS ITEMS * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * E-250 1 I BLOCK AVENUE IMPROVEMENTS SUMMARY OF BID ITEMS 00 I. PART "A" - WATER IMPROVEMENTS . . . . . . . $ y500 - s 00 II. PART "B" - SANITARY SEWER IMPROVEMENTS a�oo-° III. PART "C" - STREET AND STORM SEWER IMPROVEMENTS $ 78`is 8,51 IV. PART "D" - MISCELLANEOUS CONSTRUCTION ITEMS . $I 500 00 TOTAL PROJECT CONSTRUCTION COST E-250 $ P2O58.5a EI HUD -4238 -CD -1 (6-66) U. S. DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT CERTIFICATION OF BIDDER REGARDING EQUAL EMPLOYMENT OPPORTUNITY Instructions This certification is required pursuant to Executive Order 11246 (30 F.R. 12319-25). The implementing rules and regulations provide that any bidder or prospective contractor, or any of their proposed subcontractors, shall state as an initial part of the bid or negotiations of the contract whether it has participated in any previous contract or subcontract subject to the equal opportunity clause; and, if so, whether it has filed all compliance reports due 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: Address: SO ® "dam, ziof Qty 1. Bidder has participated in a previous contract or subcontract subject to the Equal Opportunity Clause. Yes r No 2. Compliance reports were required to be filed in connection with such contract or subcontract. Yes i— No 3. Bidder has filed all compliance reports due under applicable instructions, including SF -100. Yeses/No None Required 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. ) v / Tv#s t,'/ Name and Title of Signer (Please Signat pe 7- 26-1w Date Alternate No. 1: Deduct the sum of (3 .) Alternate No. 2: Deduct the sum a Alternate No. 3: Deduct the sum of ($ For changing quantities of work items from those indicated by the contract drawings upon written instructions from the Engineer, the following unit prices shall prevail: $ (Amounts are to be shown in both words discrepancy, the amount in words will govern.) The above unit prices shall include all removal, overhead, profit, insurance, etc., several kinds called for. Changes shall Paragraph 17(a) of the General Conditions. labor, materials, bailing, shoring, to cover the finished work of the be processed in accordance with Bidder understands that the Owner reserves the right to reject any 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 30 calendar days after the scheduled closing time for receiving bids. Upon receipt of written notice of the acceptance of this bid, Bidder execute the formal contract attached within ten (10) days and deliver a Bond or Bonds as required in Paragraph 29 of the General Conditions. The security attached in the sum of S2O (W ) is to become the property of the Owner in the event the contract and bond are not executed within the time above set forth, as liquidated damages for the delay and additional expense to the Owner caused therepy. Respectfully submitted: By: (a An (Si, tore) is by a corporation) (Title) 703 (Business addr'ess & ZIP Code) HUD -4238 -CD -2 (2-67) U. S. DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT CERTIFICATION BY PROPOSED SUBCONTRACTOR REGARDING EQUAL EMPLOYMENT OPPORTUNITY 6 h Instructions Project Number 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 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. SUBCONTRACTOR'S CERTIFICATION Subcontractor's Name: Address: Bidder has participated in a previous contract or subcontract subject to the Equal Opportunity Clause. Yes No 2. Compliance reports were required to be filed in connection with such contract or subcontract. Yes No 3. Bidder has filed all compliance reports due under applicable instructions, including SF -100. Yes No None Required 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. Name and Title of Signer (Please Type) Signature Date U.i. VILAVI M. SI LI ,I _..;s I,V An.. ,,.'At. t COMMUNITY D(VFLOPMENT BLOCS CRAh1 PROGRAM CONTRACTOR'S CERTIFICATION CONCERNING LABOR STANDARDS AND PREVAILING WAGE REQUIREMENTS 10 (d(•pnlpnute A,rlp re I,il: OAT E PROJECT NUMBER ((#a41( c/o PROJECT NAME 1. The undersigned, having executed a contract wilh for the construction of the above -identified project, acknowledges that; (a) The Labor Standards provisions are included in the aforesaid contract; (b) Cotrection of any infractions of the aforesaid conditions, including infractions by any of his subcontractors and any lower tier subcontractors, is his responsibility; 2. He certifies shot: (A) Neither he not any firm, partnership or assoaation in which he has substantial interest is designated as an ineligible contractor by the Comptroller General of the United Stales pursuant to Section 5.6(b) of the Regulations of the Secretary of Labor. Part S C9 CPR. Yon 5) or pursuant to Section 3(a) of the Davis -Bacon Act, as amended (40 U.S.C. 276u -2(a)). (b) No part of the aforementioned contract has been or will be subcontracted to any subcontractor if such sub- contractor or any firm, corporation. partnership or association in which such subcontractor has a substantial interest is designated as an ineligible contractor pursuant to any of the aforementioned regulatory or statutory provisions. 3. He agrees to obtain and forward to the aforementioned recipient within ten days after the execution of anysubcontract. including those executed by his subcontractors and any lower tier subcontractors, a Subcontractor's Certification Concerning Labor Standards and Prevailing Wage Requirements executed by the subcontractors. 4. He certifies that: ��// (a) the legal �r and I�buslee�s address of the u{��.j/,,��/ �J z 77 III A SINGLE PROPRIETOnsnIP 1 43) A COAPOn ATION OPG!NIZED IN THE STATE OF p. NM a P AS TN E RSN IP A lal$ ATION (el The name_ list* and address al the owner. onrtners or officers of the undetuuned are NAME TITLE ACIDNESS •A/ ti�� - Z� _ a - 17 - HUD -4238-F (6-66) CONTRACT THIS AGREEMENT, made this D day of nc-$-nkPr , 19 _, by and between Corporlate Name of Owner herein called "Owner," acting herein through its M a Jnr (Tit e of Authorized Official) and ,Toh,..,/ fl .,ao�cor. S1'xhKC UU1 / (a corporation) (a partnership) INAPPLICABLE (an individual doing business as TERMS of Fa P UjlIa , County of , and State of AR hereinafter called "Contractor." WITNESSETH: that for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER, the CONTRACTOR hereby agrees with the OWNER to commence and complete the construction described as follows: hereinafter called the PROJECT, for the sum of ,o itar J p4 / oI�j s% Dollars ($ ) 3and all extra work in c6nneothon therewith, under the terms as stated in the General and Supplemental Provisions 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 necessary to complete the said Project in accordance with the conditions and prices stated in the Proposal, General Provisions, and Supplemental Specifications of the Contract; the plans, which include all maps, plats, blueprints, and other drawings and printed or written explanatory matter thereof; the specifications and Contract Documents therefore as prepared by Milholland Company, Engineering & Surveying, herein entitled the Engineer, all of which are made a part hereof and collectively 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 AL.� consecutive calendar days thereafter. The Contractor further agrees to pay, as liquidated damages, the sum of $L50.0o for each consecutive calendar day thereafter as hereinafter provided in Paragraph 19 of the General Conditions. (d! 1he names end odas cscc• al oil other sersun s. Lalh nolu•ol and corps rote, hoeing a subsi an hul ,r.Itiest ,n The undersigned, end the nature of Ike ini erc U are iU n.-n.•..,t ra•r, L MAMIE ADDRESS NATURE Or INTEREST (e) The nome,, addresses and node classifications of all other building construction eontreUors in which the uadenTgned has a Substan0 el interest are If/ Anne, to scan r.t MAYA •OUR ass TRADE CLASSie1CATTON ,LRAOacmr/ Date Ii'ciL '7 WARNING U.S. Crlmsn l Code, Section 1010, nil. 1E. U.S.C.. provides in pert: "Shone.. ... . mates. pastes. often ar pabllshea any Statement. anoRng the tome to be false ..... atoll be fined not Store than $$.000 or impnsooed rim more than two years. or both." -18- The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the Contract, subject to additions and deductions, as provided in this Contract, and to make payment on account thereof as provided in Paragraph 25, "Payments to Contractor," of the General Conditions. - 1. IN WITNESS WHEREOF, the parties tothesepresents have executed this in six (6) counterparts, each of which shall be deemed an original, on and year first above mentioned. \\\\It Hl`t Attes ecret�,i� he �z • Witness \: 1Inn1�\�\ (Print or type names underneath all signatures) rite of Fayetteville Fayetteville. AP 72701 Business Address and ZIP Code Secretary of the Owner should attest Secretary should attest. I • i r1:. If Contractor is a. corporation,