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,