Loading...
HomeMy WebLinkAbout27-94 RESOLUTIONRESOLU'T1ON NO. 27-94 A RESOI4L'IION AWARDING BID NO. 94-2 AND AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A CONTRACT WITH SS1. INC., IN THE AMOUNT 01' $63,000. PLUS A 5% CONTINGENCY OF $3,150, TO BUILD RESTR(X)MS AT FINGER PARK: AUT13ORIZING 1 HE. COMPLETION OF A HARD SURFACE PATH AND TO RUN ELECTRIC:A1. SERVICE TO THE RES.ROOMS IN THE AMOUNT OF $880; AND APPROVAL OF A BUDGET ADJUSTMENT IN THE AMOUNT OF $11,734. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the Council hereby awards Bid No. 94 2 and authorizes the Mayor and City Clerk to execute a contract with SSI, Inc., in the amount of $63,000. plus a 5% contingency of $3,150 to build restnxoms at Walker and Gulley Parks. A copy of the contract is attached hereto marked Exhibit "A" and made a part hereof. Section 2. The Council also approves the amount of $880 to complete a hard surface path and run electrical service to the restnxnns so that the City may he in compliance with the new ADA regulations. Section 3. The Council hereby approves a budget adjustment in the amount of $11,734 increasing Parks & Recreation, Acct. No. 2180 4990 5390 06, by decreasing Use of Fund Balance, Acct. No. 2180 0918 4999 99. A copy of the budget adjustment is attached hereto and made a part hereof. PASSED AND APPROVED this 15th day of February 1994. A rrEST: By:_ v. Sherry L. Thomas, City Clerk APPROVED: By: / ' 1-.4.-• .< ). PJ ,r .. Fred Hanna. Mayor City of Fayetteville, Arkansas Budget Adjostraent Pore • Budget Year Department: Ackkti stiafto# S&QuyctS. Division: C01444.4", Program: c644W+ bcojept.e,.k Date Requested Adjustment* Project or Item Requested: `-v;;ct LS da?,. es QE); P urjtL t.ba�- . Cat Vic. ( c jo L 5 ,.,3 4 rk Lo .4A, 3 i S @c"44-e_v aA 5• 4c L. f a 1 4 -moxas Project or Item Deleted: E)3, cv1U be S[ aeccl 6.4.c2. Instil -Nation of this Ineroase:I \ 1 _ Justification of this Decrease: ' i r� ?t6 �t-C.eK .kCac. k... 1-1 e5 K,`W� C IF�Qv �1A Gba Ai tJr iS c, UA FLca�...A -kt fl.. C:tit o PGL 0.41. 4- R •cris`Lik 1tMtw5 I, t I I 0i mews_ AL— 1 t asA."I .Lati WE) ais�e<+Lwe e„t �5 ! cyt-C}s1 c A 5 41. V 4 , a Qn4..1.) a,kO.. •Th . Account Name Account Name r6 F ..�� . Amount Amount )ft17 Increase Account Number Project Number t tb 'J99.o _Seto o� Decrease Account Number -LIRE) o4IFS cl99`1 g9 Project Number Approval Signatures lit 7 /cbL YwY 4i1Vtvrl'1q 1 /II Department F i ector Admin. Services Di Mayor Budget Office Use Only Type: A B C Date of Approval Posted to General Ledger Entered in Category Log F Budget Office Copy • • CITY OF FAYETTEVILLE COMMUNITY DEVELOPMENT DIVISION CONTRACT DOCUMENTS TABLE OF CONTENTS PART A Advertisement for Bids 1 Irfornation for Bidders 2 Bid for Lump Sun Contracts 11 Bid Bond 13 PART B Contractor Certification -Equal Employment opportunity 15 Contractor Certification -Labor Standards 16 Subcontractor Certification -Equal Employment Opportunity18 Subcontractor Certification -Labor Standards 19 Certificate of Owrers's Attorney 21 PART C Index of General Conditions 22 Contract 24 General Conditions 26 Supplemental General Conditions 51 Federal Labor Standards Provisions 59 Wage Decision 62 PART D Drawings, Plans Specifications 64 4 • .r. • Bid No. • MIEM • • ADVERTISEMENT FOR BIDS OWNER: CITY OF FAYETTEVILLE, ARKANSAS One sealed bid fcr . _a, er °ark ?es*r^on Fait • !CD 4238-A (5-66) (Rev. 9-89) will be received by: City of Fayetteville Purchasing Department Office, Room 306 City Administration Building :13 W. Mountain Fayetteville, Arkansas until: 2::5 o'clock (A.M. P.M. XXX ) %nnday. Tannaiy 17 , 19 94 , and then publicly opened and read aloud in Room 306 of the City Administration Building. The In.f_ormation. 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 obtained at: City of Fayetteville Community Development Office or City of Fayetteville Purchasing Office The Owner reserves the right to waive any informalities or to reject any or all bids. Each bidder :oust deposit with his bid, security in the amount, form, and subject tc 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. Community Development Block Grant Funds have been allocated for this protect which is to constitute some cr all funding for this project. No Bidder nay withdraw his bid within 30 days after the actual date of the opening thereof. THE CITY OF FAYETTEVILLE IS AN EQUAL OPPORTUNITY EMPLOYER i Date: By: • • • • U.S. DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT HUD 4238—B(R' INFORMATION FOR BIDDERS I RECEIPT AND OPENING OF BTDS The Cit. of Fave -,ail:_ (herein called the CWNER; , invites bid on the form attached hereon, all blanks of which must be appropriately filled in. Bids will be received by the OWNER at the Purchasing Office of the City of Fayetteville, Room 105 , until 7•'S atNWp.m. uonday. Tanuary 17 , :9 a» and then be publicly opened and read aloud in Room 1Ca, of the City Administration. Building. The envelopes containing the bids must be sealed, designated as Bid No. 94-2 and addressed to: Peggy Bates, Purchasing Manager City of Fayetteville :13 W. Mountain Fayetteville, AR PREPARATION CF EID Each Bid :oust be submitted on the prescribed form and accompanied by Certification by Bidder Regarding Equal Employment Cppertun'_ty (HUD 4238 -CD -1) and Contractors Certification concerning Labor Standards (HUD -1421). All blank spaces for bid prices must be filled in, in irk cr typewritten, in beth words and figures, and the foregoing Certification must be fully completed and executed when submitted. Each bid Lust be submitted in a sealed envelope bearing on the outside the name of the Bidder, his address, and the Project name and Bid Number for which it is being 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 tc whom it is proposed to award a subcontract under this contract: a Must be acceptable to the OWNER after verification by the HUD Area Office of the current eligibility status, and b. Must submit Forms HUD 4238 -CD -2 and HUD -1422, Certification by Proposed Subcontractor Regarding Equal Employment Opportunity and Certification of Proposed Subcontractor Concerning Labor Standards. 2 U.S. DEPARTMENT OF HOUSING AND URBAN D INFORMATION FOR BIDDERS 3. SUBCONTRACTS (continued) Approval of the proposed subcontract award annot be given by the Owner unless and until the proposed subcontractor has submitted the Certification and/or other evidence showing that it has fully comp ied with any reporting requirements to which it is or was subject. 4. TELEGRAPHIC MODIFICATION MENT HUD 4238-B(R) Any bidder may modify his bid by te communication at any time prior to the schedule time for receipt of bids, provided that such te communication is received by the OWNER prio closing time, and provided further, the satisfied that a written confirmation of the te modification over the signature of the bidder w prior to the closing time. The telegraphic comm should not reveal the bid price but should pr addition or subtraction or other modification so final prices. or terms will not be known by t until the sealed bid is opened. If written con is not received within two days from the closing consideration will be given to the te modification. 5. METHOD OF BIDDING The OWNER invites the following bid(s): 6. OUALIFICATIONS OF BIDDER The OWNER may make such investigations as necessary to determine the ability of the b perform the work, and the bidder shall furnis OWNER all such information and date for this p the OWNER may request. The OWNER reserves the reject any bid if the evidence submitted investigation of, such bidder fails to satisfy that such bidder is properly qualified to per obligations of othe contract and to complete contemplated therein. Conditional bids will accepted. egraphic closing egraphic to the WNER is egraphic s mailed nication vide the that the e OWNER irmation time, no. egraphic e deems dder to to the rpose as right to by or he OWNER orm the he work not be • • • • U.S. DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT HU: 4238-B(R; INFORMATION FOR BIDDERS 7. BID SECURITY Each bid must be accompanied by cash, certified check of the bidder, or a bid bond prepared on the form cf 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 cf 5 percent of the bid. Such cash, checks, or bid bonds will be returned to all except 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. If no award has been made within 30 days after the date of the opening of bids, upon demand cf the bidder at any time thereafter so long as he has not been notified of the acceptance of this bid. See also paragraph 20, BONDING AND INSURANCE RECUIREMENTS. 8. LIC_:IDATED DAMAGES FOR FAILZRE 70 ENTER INTO CONTRACT The successful bidder, upon his failure or refusal to execute and deliver the contract and bonds required within 1C days after he has received notice of the acceptance of his bid, shall forfeit to the OWNER, as liquidated damages for such failure or refusal, the security deposited with his bid. 9. TIME OF COMPLETION AND LIOi:IDATED DAMAGES Bidder must agree tc commence work on or before a date to be specified in a written "NOTICE :O PROCEED" of the OWNER and to fully complete the project within 45 consecutive calendar days thereafter. Bidder must agree also to pay as liquidated damages, the sun of $ 250.CO for each consecutive calendar day thereafter as hereinafter provided in the General Conditions. 1C. CONDITIONS CF WORK Each bidder must inform himself fully of the conditions relating to the construction 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 perform the provisions of his contract. Insofar as possible, the contractor, in performing his work, :oust employ such methods or means as will not cause any interruption of or interference with the work of any other contractor. 4 • U.S. DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT HUD 4238-B(R) INFORMATION FOR BIDDERS 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 the Owner 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 specifications which, if issued, will be mailed by certified mail with return receipt requested to all prospective bidders (at the respective addresses furnished 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, 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. See also paragraph 20, BONDING AND INSURANCE REOUIREMENTS. 13. POWER OF ATTORNEY Attorneys -in -fact who sign bid bonds or contract bonds must file with each bond a certified and effectively dated copy of their power of attorney. 14. NOTICE OF SPECIAL CONDITIONS Attention is particularly called to those parts of the contract documents and specifications which deal with the following: a. Bonding and insurance requirements; • • U.S. DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT HUD 4238-B(R) INFORMATION FOR BIDDERS 14. NOTICE CF SPECIAL CONDITIONS (continued; b. Wage rates; c. Federal Labor Standards Provisions; 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 and regulations of all authorities having jurisdiction over construction of the protect 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 CUALIFIED 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 based bid combined with such deductible 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 CF BIDDER At the time of the opening of bids, each bidder will be presumed to have inspected the site and to have read and to be thoroughly familiar with the plans and contract documents (including all addenda). The failure of omission cf any bidder to examine any form instrument, or document shall in no way relieve any bidder from any obligation in respect of his bid. 18. SAFETY STANDARDS AND ACCIDENT PREVENTION With respect tc all work performed under this contract, the Contractor shall: 1. Comply with the safety standards provision of applicable laws, building and construction codes and the "Manual of Accident Prevention in Construction" published by the Associated General Contractors of America, the requirements of the Occupational Safety and Health Act of 1970 (Public Law 91-596). 6 U.S. DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT HUD 4238-B(R) INFORMATION FOR BIDDERS 18. SAFETY STANDARDS AND ACCIDENT PREVENTION (continued) 2. Exercise every precaution at all times for the prevention of accidents and the protection of persons (including employees) and property. 3. Maintain, at this office or other well known place at the job site, all articles necessary for giving first aid to the injured, and shall make standing arrangements for the immediate removal to a hospital or a doctor's care of persons (including employees) who may be injured on the job site. In no case shall employees be permitted to work at a job site before the employer has made a standing arrangement for removal of injured. persons to a hospital or a doctor's care. 19. OTHER REQUIREMENTS Each Bidder shall be responsible for obtaining from each utility company and government agency all construction standards, requirements, specifications, and construction costs necessary to successfully complete this project. The successful bidder shall be responsible for correlating all phases of construction, including all utility companies and government agencies involved in this project. The successful bidder shall obtain from each said agency and/or company a set of specifications and plans for the construction required, and submit one copy of each to the Community Development Coordinator and the OWNER prior to the "Notice to Proceed." 20. BONDING AND INSURANCE REQUIREMENTS A State or local unit of government receiving a grant from the Federal government which requires contracting for construction or facility improvement shall follow its own requirements relating to bid guarantees, performance bonds, and payment bonds except for contracts exceeding $100,000. For contracts exceeding $100,000 the minimum requirements shall be as follows: A. A bid guarantee from each bidder equivalent to five percent of the bid price. The bid guarantee shall consist of a firm commitment such as a bid bond, certified check, or other negotiable instrument accompanying a bid as assurance that the bidder will, • • • • • U.S. DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT HUD 4238-B(R) INFORMATION FOR BIDDERS 20. BONDING AND INSURANCE REQUIREMENTS (continued) upon acceptance of his bid, execute such contractual documents as may be required within the tine specified. B. A performance bond on the part of the contractor for 100 percent of the contract price. A performa:ce bond is one executed in connection with a contract to secure fulfillment of all the contractor's obligations under such contract. C. A payment bond on the part of the contractor for 100 percent of the contract price. A payment bond is one executed in connection with a contract to assure payment as required by law cf all persons supplying labor and material in the execution of the work provided for in the contract. 8 • Proposal of U. S. DEPARTMENT OR MOUSING AND URBAN DEVELOPMENT BID FOR LUMP SUM CONTRACTS Place Date =avettevi1le January 19, 1994 Project No 94-2 SS: I cc ,,orated or North est Arkansas (a Arkansas (Slate) (hereinafter called "Bidder") -orperation/ MX01015046p4h%i$/xifixiVatlexeck doing business as (STRIKE OUT INAPPLICABLE TERMS) To the C-ty of Fayettevi-le (hereinafter called "Owner") Gentlemen: o f a The Bidder, in compliance with your invitation for bids for the construction Charles J. Finger Dark, Restroom Facilities having examined the plans and specifications with related documents and the site o f the proposed work, and being familiar with all of the conditions surrounding the construction cf 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 ,.rices stated below. These prices are to cover all e xpenses incurred In performing the work required under the Contract Documents, o f which this proposal is a part. B idder hereby agrees to commence work under this contract on or befgre a date to be specified In written " otice to Proceed" of the Owner and to fully complete the project within consecutive calendar days thereafter as stipa- lated in the specifications. Bidder further agrees to pay as liquidated damages, the sum cf $ 2 5 a for each consecutive calendar day thereafter as herein- after provided in Paragraph 19 of the General Conditions. B idder acknowledges receipt of the following addendum: #i, dated 1/11/94, #2, dated 11%13/94 BASE PROPC;S.4L: Bidder agrees to perform all of `he work . described in the specifications and shown on the plans for the sum of 4l,/>i HA it TWf7tii11,Q DeLAPPli ($�a3iC)4) ) (Amount shall be shown in both words and figures. In case of discrepancy, the amount shown in words will govern.) HUD -4238C 346 1 ALTERNATE PROPOSALS: Alternate No 1' Deduct the sum of Alternate No. 2' Deduct the sum of Alternate No 3' //1 N14 N/4 A//4 Deduct the sum of Alternate No. 4: Deduct the sum of UNIT PRICES: N/4 N /A- N 4 ($ N /q- For changing quantities of work items from those indica ings upon written instructions from the architect/engineer, shall prevail: 1. $ Av/4 The above unit prices shall include all labor, material moval, overhead, profit, insurance, etc., to cover the finis kinds called for. Changes shall be processed in accordance the General Conditions. Bidder understands that the Owner reserves the right to and to.waive any informalities in the bidding. The bidder agrees that this bid shall be good and may n period of 30 calendar days after the scheduled closing time Upon receipt of written notice of the acceptance of thi cutetheformal contract attached within 10 days and deliver as required by Paragraph 29 of the•General Conditions. The bid security attached in the sum of 5% of total bi • ted by the contract draw - the following unit prices s, bailing, .. horing, re- hed work of the several with paragraph 17(a) of reject any or all bids o.t be withdrawn for a for receiving bids. s bid, Bidder will exe- a Surety Bond or Bonds d amount ($ ) is to become the prope event the contract and bond'are not executed within the time ab dated damages for the delay and additional expense to the Ow (SEAL - i.f bid is by a corporation) Respec fully subm By: ✓ ty of th•e°Ownrer in the o ve setyfnrCh as!11qui- M�. n er&caused the'r_eby .. e` i t.t €(d.' .11 it. ._,_ �.1 .,, .� t v =cam Vice President P.O. Box 824, (Title) Springdale, AR 72765 (Business Address and Zip Code) • • U.S. DE PAP-MENT OF FC;.`.,^G .Gr „r.6AN EvE.c PvE NT CERTIFICATION OF BIDDER REGARCiNG EQUAL EMPLOYMENT CPPORTUN.TY INSTRUC-'CHS • • Nuo-1(238-co-1 (5-66) This ce•tif cat cn is required pu-sucnt to Execut vc Crde• 11246 ;2C F. Q 12319.25) The irrc'enent'ng rules and regu'atior s crovide that any b oder or pros:active ccntractcr, or coy of their proposed s„bccn- tractors, shall stare as cn init a' pert cf tt•e bid sr negotiations of 'ne contract whether t hcs part ci- pated n any previous centred or SLAC cnt.a.• 5..a ett'o the eq..cl per•t.n ty cic,. se, o. d. r so, .`ether it has flied al. comp lance reper•s d..e ,;oder cppi ccb'e Ins•rve•:crs Where the certificcticn i -e cotes the• t"e a oder has -ot Bled a cone' ance repot dLe .:nde• coo ir.ebie instructions, such bidder small be required to sLbm • a ccmpl'a-ce repot wi•hin sever. ca'erdcr dcys c'te• aid opening. No con••ac• sha'. be cwardee •unless such repot :s s„bnit•ec. CER'IF'CA`.ICN BY BIDDER Blcder's Name SS1 :icorporazed of NW Arkarsas (Branch of SSI Incorporated) Address- F.O. Bcx 6372 — — Fort Smith, AR 72936 Bicker has perticipated in a p:evio„s co -tract cr subcontrac• sub,ect to the Equal Op:ortun ty Clause. Yes L' No 2. Ccr.phcr.ce reports were •equirec to be 'I ed 't cornec•Ic- w •h such contract or subcontract. yes ••Y; No 1—I Bidder hes filed all ccmpl•cnCc -ecc:ts d„e ..neer cpp:Ica:le ns•-uctic-s, includ -g SF -ICO. Yes a No [' `'one Required 4. if cnswer to item 3 is ” Na,” please exo.c.n in detc.l cn reverse side of •ors certification. Cert,ficat'on — Tt,e information above is tr,.e cnd complete to the best of my k'ow'edge and belief. T:nothy A. Harte' Vice 1,..esicent NAMEAND TITLE Or SIGNER Io•EASE TYPE) 1PrevloUs Editicr.s Obsolete) 15 • Jaroary 19 -99t :.°A 1E GPa !1943! , • • QS. Gt A ' MLN' 6s NLJIINL ANO Lena. It wf LU.M(M COMMJNITY DEva LO PMEMT BLOCK GRANT PROGRAM CONTRACTOR'S CERT FICATICN CONCERNING LABOR STANDARDS AND PREVAILING WAGE REQUIREMENTS TO (Al penpnme Rer plena,: City of Fayetteville c/o • The unders1 tne•I, having executed • contract e.lh for the construe: on of the above•idenIILed protect, aclnawtedges that. January ;9, 1994 floJICT sumacs Wan?) Bid 94-2 • pRC.tCT N.M! I Charles J Finger Park, Restroom The City o` Fayetteville (a) The Labor S'andaids oscv.srons ale Inc soled in .Fe aforesaid contract: tb) Genec:ion of any rtractmns of the aloresud conditions, including mfeaettons by any of hs subcontractors and airy tower Icer subconlartars, is his cespcnsibilily, N. ce,gba ,nal: (a) Neither he nor any : rm, pa'tnership or association ineligib:e cortractoi by she Ccmplrntler General of of the Secieta•y et Labor Part 5 (9 CFR. Pan Sl amended (d0 J.o•C. 776,.—Ira.). III which he has substantial interest .s designated as al ;he Gelled States pursuant to Section 5.6(6) of •he Regulations or pursuant lo Section 3(a) of the Dovis•Bacon Act. as (b) No Dart of IF. .fere-..enf.ored contract has been in wed be wn:ractcc a: any l: -t, corporation. partnership or associal inteTal is des, gr'atea as air. Inelogib.e cnnlnelar putsdant prove: ons. subcontracted to any subcontractor if such sub - .an In which such subcont-aclor has a subslanI tar so any of the aforementioned 'egu:story at slata:my 3. Ne agrees to r.bta T and leaned :o :1e afa-ementioneo eec.pient w.ilhrn ten days aIle: the esecutian of any ssbcDnlnc1, including these executed by hs sl. bconlnc'ers and any lower tier subconlneton, • Suhearteactoe's Certi fical ion Corcermrg Labor Slandalds and Prevailing Wage Requirements executed by the subcontractors. L. Ha cert.:•.' teal: (a) 'Re egal name and 'Fe business cddrers al ha undesired aro: SSI Incorporated o.O.Box 6312 Fort Smith. Ar 12906 tb) Th.. -din aped Ir. (3) rl A a'NGLe ..Dura 'OnIN e :al A CO McORA-1OM ORGANIZED IN Tole ST ATB Or Arkansas UI ♦ r. R -. •s..0 141 DTM Ca Oe. -•.u.{ ATION tO.aurdc) -e. .r olr¢m d is h. undas in an I. name.' na dna awn,. or .g. .—. • rlTI-1.11AOa ,cl NAM! Rlaf Leo Anha't ' President P.O. Fort Box 6372 Snith, Ar 72906 Howard McMahon Secretary P.O. Box Fort Smith, 6372 AR 72906 'imothy A. Harrel Vice gyres -cent P.Q. Box 824 Springdale, Arx nsas 72 1 HUD -14: :e-:5 16 765 LT • as. ..94Io4 10 v.•at a+l uayt 0410 100 pawnadml Ie 00o'st 0242 aaom tae a•a+l'a II•00 aqq d0 at aunt Au. sa4.11 4 2e 'cowl •sorted 'sante 4aaetta and ul up1 oad 31 n SI •1111 4010t take 9NINMYQ 42 tu!2 0ua itacut.,. •s 'apo] I•almlo s•n (allrj pvo avt% padlj) K, Lla.- H •V 4440141 'to lir veil a6y Y(e LJ on pan sesuelJV MN }o pa4e,4cd.1ooul ISS auoN Na11.3Ia Iadvl' 30v01 ssa0aav 210214 :(atott es'aunall7 MI pa4lu! lolluolsyns 0 toy pau6ivapun ay y01yat w 2142120111103 w!UmPuoa 6ulppny aye Ip lu 1Uotlo 141120/10 *pm pue ppo'iswou •V1 (.) ..:-auoN 1.3Y11Ni 40 )tally,. 21,11112130 p ..y14 p in s os 'pau6lt spun • Q m map! p!passlns • 6uual'atstedia, pue la :a Mai ':u0 a vev(I) am 11•10101 9/ 10 0/11100 all pue ad 41410 lit 10 4Pa su. sawau all (P) n05 FORM APPROVED BUDGET BUREAU NO 63.RI138 CEPARTMENT CF HCt:S;4G AND JRBAN CEv_I.CPMENT CERTIFICATION BY PROPOSED SUBCONTRACTOR REGARDING EQUAL EMPLOYMENT OPPORTUNITY NS 4E ar PRIME CCNTRACTDR IHSTRJCTIO1/45 HJD-4131•CD•1 '2-571 Th s ceriif;cat•on is required pursuant tc Executive Order ';246 (30 F R. 12319-25) The implement ng rL es and regula•.ors prove that cry bidder or D•aspect ve cant•actor, or cny of flair proposed subcontractors, sha.I state as an ir1tial Oar' of the bid or negotiations of the ccrtract whether it hes participates n any previous contract or sub- contract subject to the equal oDportLn !y clause; and, it so, whether t nas filed alr compliance •eports due under appl cable irst^uc•iors. *here the certification indicates riot the subccr-•ac•cr has not filed a conoliarce •sport due under app icabie in- structions, such subcontractor steal' be -eau •ee •o subm t a compliance report before the owner approves the sub - cont -act or permits work to begin urder•le subcontract Stbcontractor's Nome: Address: SUBCONTRAC'OR'S CERTIF CATICM 1. E,doer bas pertic Dotes 1 a p'eviaLs contract or subcontract subject to Ike Equal Opportunity Cladse. Yes r No -- 2. Compliance reports were reruired •o be fled in connec•ion wi•h suci ccntroct or subcontract. Yes [; No 3. Bidder is filed cl. compl ance reports due under cpplicable ins:ructians, including SF -100. Yes ,J 4a [, Note Required Li 4. 1' answer !o i•em 3 is "No,,' please explain in deta.l on reverse side of this certification. Certification — The information above is :rue and complete •a the best of my knowledge and belief. NArrE A•.a T'TrE Cr SIGNER ;P•Gase Type. :.5799-P A •JPF 1 Previous Editions Obsolete HUD -wash., D. C. GATE • • • • • • FORM APPROVED BUDGET BUREAU NO. 63.R1138 DEPAR-MEVT OF FOLSING AND URBAN DEVE_OFVEN' CERTIFICATION BY PROPOSED SUBCONTRACTOR REGARDING EQUAL EMPLOYMENT OPPORTUNITY HUD-4221-CD.2 12.67: NAME OP PR.aE CON"RACTOP PRO.EC" NO. INSTRUCTIONS This certification is requ.red pursJant to Executive Order '1246 ;30 F.R. 123;4.251. The implementing ruses and regulations provide rho any birder or prospective contractor, or ary of their proposed subcontractors, shall rate as ar initial part of the bid or nego•ia'Ions of the contract whethe• it has par:cipated ir any previous contract ar sub- contract subject to the equal cppor:unl•y clause; and, it so, whether it has filed all compl'once reports due under applicable instrucfons. Where the certification •ne:cates that be subcontractor has not filed a compliance rector due under applicable in- strivcrions, such subcontractor sha.l be required to subm t a compliance report before the owner approves the sub- contract or permits work to begin under the subcortract. Subcerrractor's Name: Address: SUBCCNTRACTOR'S CERTIFICATION 1. Bidder has paricipated in a previous contract or subcontract sub,ect lo'he Equal Oppartunrty Clause. Yes — 4o C 2. Compliance reports were rem, red to be filed in connection with sack contract or subcontract. Yes C No r- 3. 3. Bidder has filed all compliance reports due under applicable .nstruct ons, including SF -100. Yes r No = None Required 4. If answer to item 3 is "No," please explain ir. detail on reverse side of this certification. Certification - The information above is true and complete to the best of my knowledge and belief. MAM[ ANO rTug or SIGNER (Please Type) 21 5799-P •1 ;N A -URI Previous Editions Obsolete 1 Huo-Wash.. D. C. OATS. • • Y� I • • • J.3. DEPAITMEM' OP •,OUS MG ANO Liam.. OEVELGPr aNT COMMUNITY DEVELOPMENT BLOCK GRAN' PROGRAM SUBCONTRACTOR'S CERTIFICATION CONCERNING LABOR STANDARDS AND PREVAILING WAGE REOUIREh1CNTS TO ( Ippropwre Reetprent): DA -a t/o plra.,EcT NUMSER; zany/ PPCI1CT kAME 1. The andersl geed, Myrna execo:ed a contract wreh For /Can eat o•ar it 6rnn✓a cad 4am•e 01 Nark) m the amount of S in the construction of the abovc•identdjed protect, cert.fses that: (a) The Labor Starda•ds Provrsmas of The Contract For Construction are mc'udea in the aforesa.d contract. (b) Neither he no any firm ea-peratlon, partnership or assocsatlon in which he has • subs'ant.al interest Is designated as an nelig bit co'[ncror by the Conplrolie: General al the United States pursuant to Section of the Itegulat.ons of the Seawall, of Labor Pad 5' 9 CeR, parr .:1. or pursuant to Secumr 3(s) of :he Davrs- Bacon Act, as emended 110 t.3. C. 176a-1(a0J. (c) No par: cf the adorerent.oned contract has been or will be subcontracted to any subcontractor if such subcontractor or snit llrm, corporation. pa-ine chip or assoc,alsan rn which such subcontractor has a substantial interest is designated as an Ineligible contractor pursuant to the aforesaid regulatory or stalulo:y provrasans. 2. He agrees to obta.n and forward is :he contractor, for transmittal to the reapwrl, within ten days after the execution of any lower subcontract, a Subccnssactor's Carta:ca'ian Concerning Labor Standards and Preva.ling Wage Require- ments, executed by the :ower tier su OConiractcs. rr duplicate. (a) The workmen w':1 report far cuty on or about Irl 3. He tarty fin rhea (a) The legal risme and the business address al rho urdrsigned a•e. Ib) The unders Bred II A SIN4..E •i•Cin1£TO PSNIP IS: n COP POPAT OY OnGANIZtO IM TMl SATE OPI 121 A PA9.I. ERSNe :u oTN En Cee ANI1ATION (.leernbr/ ;c) Tha name, alis and oddness of 1%e owner Varner' at orf fen of the undr signed arc Ma ME TITLE ADORES. 19 MUD -1.127 :a_stl • • • Brown -Hiller -Clark & Assoc. P .O. Box 3529 Fott Smith * AR * 72913 B : 0 BOAC KNOW ALL MEN BY THESE PRESENTS: * 501-452-4000 )hat we, SSI, Incorporated of Northwest Arkansas 4 P . O. Box 824 Springdale, AR 72765-0824 , as Principal, (he-einafter called the "Principal"), and the United States Fidelity & Guaranty Company P. O. Box 1138 Baltimore, MD 21203 a corporation duly organized -aider the laws of the State of MD , as Su-ety, (hereinafter called the "Surety"), are he'd and firmly bound me City of Fayetteville, Arkansas — the stn et FIVE PERCENT (5%) TOTAL AMOUNT BID as Obl.gee, (hereinafter ca..ed the "Obligee"), Dollars (85% • • 'cr the payment o' which sum well and t-uly to be trade, the said Pr'-c•Dal and the said Surety, bind ourselves, ou- hei-s, executers, administrators, successo-s and assigns, ,o+ntly and severally, firmly by these presents. WHEREAS the Principal has submitted a bid for Facilities. Charles J. Finger Park Restroom WOW, THEREFORE, if the Obligee shall accept the bid o' the Principe, and the Principal shall enter into a contract with the Obligee in accordance .eth the terms o' such bid and give such bond or bonds as may be specified in the bidding or contact documents with good and su"icien. surety for the faithful performance of such contract and for the prompt payment of labo- and irater'al furnished in the prosecution thereof,or in the event of the failure of the Principal to enter into such contract and give such bond or bonds, if the Principal shall pay to the Obligee the d'fterence not to exceed the penalty hereof Det.een the amount specified in said bid and such lager amount for .i'ch the Obligee may in good fa•th contract ,. th another party to perfo-m the wo-k cove -ed by said bid, the el s .Al gation shat. be nu,, and void, cthervise to remain in fu'l force and effect. S geed and sewed this 17TH li JL-ee f Wet-ess day of JANUARY Ca^tarns to Aner'can Institute of Architects Document A-3'0, February 197D Edition. A.D., 1994 SSI, Incorporated of Northwest Arkansas By (SEA.) P-incipal .aC' if tc. 1124 Title United Sta es Fidelity and Guaranty Company BY/; a Vicci L. Hiller Surety (SEAL) N° 640509, UNITED STATES FIDELITY AND GUARANTY COMPANY ILNOW ALL MEN BY THESE PRFSE)4 IS: Thai UNITED STATES FIDELITY AND GUARANTY COMPANY, a corporation organized and existing under the laws of the Slate of Maryland and baying ti principal office at the Ci;y of Baltimore, in the Slate of Maryland. does hereby constitute and appoint Sam B. Hiller, Larry R. Clark, Ricci L. H=::er and Thomas :, Cooley of the City of Fort Smith .Stateof Arkatsas its tiveand awtu1Almmey(s)-in-Fat,each .atheir uwrals capacity if mow than one .a named above. to sign •u Dame as witty io, sod is execute, seal and acenowiedge any and all bonds, undertakings coasts and other wrimee instfunteots in the nets thereof on behalf of the Company m its bus.aesa of guanateeng the fidelity of person: guseanaeing the performance cf contracts. and executing or guvameeng bonds and underatinµ required or pemutted in any salons ct proceedings allowed by law. In Witness Whereof, the said 1NITEU STATES FIDELITY AND GL ARANTY COMPANY has caused this instrument to be sealed with its cerporate seal. July attested bythe signature ofitsSemou VicePresident and Assure: Secretary Ibis 22nd day of January . A.D. i3 :rNITED STATES FIDELITY AND cL'ARAN-N COMPANY nl M (Signed) 8y... •• .... .. . ..... ,.. Sister Vice P:eardest (Signed) By. ...\.. . ............ .. .. . Assistant Secretary STATE OF MARYLAND) 55: BALTIMORE CITY Onthis 22.tddayof Jatuarp .A.D.i993 .beforevac praniruy came Rcbert J. Lamendola Serra Vim President of the UNITED STATES FIDELITY ANT) Gs1:ARANTY COMPANY and Paul D. S lets . Assistant Secretary of end Company. will, both of whom I all personally acquainted whohewg by me severally duly morn, said tha they. the said Robert .J. Lamendola and Paul D. Sims were especlvey the Senior Vice President end the Asaistanl Secretary cf the said UNITED STATES FIDELITY AND GUARANTY COMPANY. the corporation described ie ad which executed the foregoing Power of Attoney: thnt they cub knew the sal of said corporation: that 'be seal affixed to sad Power of Attemey was such eoryfe seal, that it was so aftsed by order of the Bond of Dmecwn of said corporumo. and That They signed that names thereto by like order as Senior Vice President and Assistant Secretary respectively, of the Company My Commasmn expues the lit" day id. Mbarc'n %y^ A.D.:9 95. (S.gsedy i NOTARY PUBLIC This Power of Amorney is granld under and by autborty of the following Resolutions adopted by The Board of Directors of the UNITED STATES FIDELITY AND GUARANTY COMPANY on September 24. 1992: RESOLVED, that in enaction with the fidelity and survey reference business of the Company. all bondsundertakinµ. contracts and other msN:mems relating in said business maybe need. executed. and acknowledged by persons m envies appointed as Amomey(s}m-Fat pursuant to a Power of Atlomey issued in accordance with these reselutions. Said Power(s) of Attorney for and on behalf of the Company may and sheet be executed in The name and an behalf cl the Ciimpaay either by the flaima or the President. or an Executive Vine PenideelL or a Senor Vies Pendent, ora Vim President or an Assistant Vice President. jointly with the Secretary orao Assistant Secretary, under them respective designations. The signature of such officers may be engraved, printed of lithographed. The sigmeure of each of the foregoing officers aced the seal of The Company may be affixed by facsimile to any Power of Attorney or to any certificate retailing thereto appointing Atiomey(s}in-Fan for purposes only of executing and messing bonds and undertakings and other writinµ obligatory in (be ordure thereof, sod. unless subsequeot:p revoked and subject to my limitations set forth theorist, any mch Power of Amomey Cr ccthficue bun pg such facsimile signature or facsimile real shall be valid and binding upon the Company and any such power so executed and .erluied by such facsimile signature and frsimde seal shall be valid and binding upon the Company with rmpect to any bond or uoderealang 10 which it is validly attached. RESOLVED. that Attomey(s)-so- Facl shall have the power and authorty. unless subsequently revoked and, in my case. subject to the terms sod limitmons of The Parer of Attorney 'wed to them to aecxe and deliver on behalf cf the Connpany and to mach the sass of the Company to my sod all bonds and undertakings, ad olherwntinga obligatory in the nature :hereof. and my such instrument executed by such Attorney(s)-in-Fact shall be an binding upon the Company u if signed by an Executive Officer and mailed and a4aaed to by The Secretary of be Company. L Paul D. Sims . an Assusuat Secretary of UTTTED STATES FIDELITY AWL) GUARANTY COMPANY. do hereby certify that the foregoing is atm. excerpt from the Resolution of the said Conically as adopted by its Bored of Directors on September 24. 1992 and that this Resolution is m full form and effect I. the undersigned Assistant Secretary oftbe UNITED STATES fDFJITY AND GUARANTY COMPANY do hereby unify that the foregoing Power of Attorney ism hill force and effect and has not been revokd, 17 t}}1y In Testimony Whereof, I have hereunto set my hand and the sea, P1.STATES FIDELITY AND GI:ARAITY COMPANY on that y of January ,19 94 A6L.) . . .. ...... AssistantSecrtary FS,' rlo-92) q • Y - TIa Y. • L. - Y[ b. . . —.. • - Y .. v r a .-e. a • I Bond #39-0120-10101-94-6 UNITED STATES FIDELI UARANTY COMPANY (A Stoc' Corrpany) ARKANSAS STATUTORY PERFORMANCE AND PAYMENT BOND 9' SSI Ineo rated of Northwest Arkansas We.......... 1111.... xP8.:.............. .......................... . • Y . 0. Box 82k, S,pringaale, AR 72765-0824 .......................... 4I as Prircipal. Hereinafter caller Drincioal. and UNITED STA'ES FIDELITY AND GUARANTv COMPANY. a coroporation organizes and ex sting under tie aws o' the State of Maryland and authorized to do business e in the State of Arkansas. as Surety herej' fier cpllp SLrety, are heir and frm y bound unto.. o City ay btevi e, r rsas ................ 1111...... . as Obligee. hereinafter cal ed Owner, in the amount ot. ............................... re rip 100------- ,. . . .. ... ... 1111.. .,. . •-------------------------------------------------------------------------------- hj Dollars ($„ .?'... 0.00. ). for the payment whereof Drincioal and Surety binc themselves, their heirs. personal representatives successors and assiors, ointly and severally f'rrrly by these preserts P'inc pal has by written agreement sated ... i.s 1•.. : 'I, .. i .,..1`1:.-l........ entered into a ccntract w•thOwnerfor construction of New 3estroan Facility for Charles J. Finger Park, JJ in accordance with plans and specifications preparcd by City of Fayetteville, AR. which contract is by reference made a part hereo' anc is here natter referred to as the Contact. THE CONDITION OF THIS OBLIGATION is such that if tie Principal shall'altnfLl y perform the Corlract on his part and shal 'ully indemn fy and save harmless :he Owner from a I cost and damage which He may suffer by reason o' lailure so :o do and snail Tully rei-nturse and repay the Owner all oullay and expense which the Owner may 'ncLr ir mak rg good any such cefau 1. and. further. that i' the Pr ncpa sha'l pay a I persors all indebtedness for labor or materials'Lrnlshed or perfcrrred Lrder said Gcntract. Ia I rg which such persons snail have a direct right o' actior against the Prirc pal anc Surety cintly anc several y, under th.s :t obligation, subject to the Owrer's prio•1'y, tier this oo'igation shall be nu I at void; otherwise it sha I remain I in full force anc effect No suit action or proceed rg shall be brought on this bond outside the Stale of Arkansas. No BLit, action or proceeding shal: be brought cn :his bonc except by the Owner. urless it is Drought in accorcance wth A.C.A. Section 22-9-403 (t; anc A.C.A. Section 18-44-503 (b) (Supp. ' 987) as ar-ended. No suit, action or proceeding snail be brought by the Owner a`ter two years from the dale on which 'inal payment Lrder :he Contract tails due. Any alte•at ens which may be made ir the :errs of the Contact• or ir the work to be Bore under it, or the giving by the Owner of any extensior oft me 'or the performarce of the Contract, or any other forberance on the part of either the Owrer or the Drincioal tc the other shall not in any way release the Prircipa! and the SLrety or Surat es. or either or any of them. the r Heirs. personal represerlatives. successors or assigns from their liability nereurder• notice to the Suety or Sureties of any such alteration ex:ersion or forbearance being hereby waived. in no even: shall the aggregate liabi its' of the Surety exceed tie sum set out herein. r Executed on this .....,.,.IL.' 1 111 cay o'.... .-..+: ,{ti.f.y. ............ 19(34 .. SS1 _ncorporatcd of Northwest Arkansasii Principal L e BY �....!� . �f .. . ..... ... I: UNITED STATES FIDELITX.AND UARANTY COMPANY F. yfilA 1'icc.i L. Hiller Attorney -in -tact Contracl 158 (Arkansas);11-891 Na 640529 UNITED STATES FIDELITY AND GUARANTY COMPANY KNOW ALL MEN BY THESE PRF_SEN1S: Thal UN i BCD STATES FIDELITY AND GUARANTY COMPANY, a corporation organized mac existing under the laws of the Slate of Maryland and having its Principal office at the City of Baltimore. in the State of Maryland. does hereby sastilrse and appoin: Sam B. Hiller, Larry R. Clark, Vicci L. Hiller and ::.onas L. Cooley of the City of Fort Smith stme of Arkansas its tn;e and lawful Attoroeye}m-Feet each in Their separate capacity if r=ote than one is Barred ab.rve. to s.p its oars as surety to, and to execute seal and acknowledge any and all hoods undedauags, contacts and ether wnaen irmrnments, in the moue thereof on behalf of the Company in its business of guaranteeing the fidelity of persons. pannteeimg the performance of contracts: and executing or guanmsing boodsand undertakings required cr pennitled in any ux,ons or pmceed.ngs showed by law In Witness Whereof, the said UNITED STATES FIDEL'TY AND GUARANTY COMPANY has caused this latitudinal to be sealed with its corporate seek. duly attested by the sipatures of its Senor Vice Prefdem and Assisuot Secretary. than 22nd day of January . A D. IWi 3 I 'NTIED STATES FIDELITY AND GUARANTY COMPANY (Signed) By. .... Se .. ...... . �' '/losat V ice Pesident (Signed) By.... ... 'l ' . ........... . . Assistant Secretary STATE OF MARYLAND) SS: BALTIMORE CITY I Onthrs 22nddayof January ,A.D.1993 , beforernapsnonLycaree Robert J. Lamendcla Senor Vice Ptesidem of the I.Tv7TED STATES FIDFJJTY ANU GUARANTY COMPANY and Pau: D. Sins Assisani Secretary of said Company. with both of whom 1 am "Bally acquainted. who hnngby me severafly duly swain. said, that they, the said Robert J. Lamendola and Paul D. Sims wemmspecttseby she Senior Yee Presiders and the Ass:staot Secretary of the said UNITED STATES FIDELITY AND GI IARA.HTY COMPANY. the corporation described in mid which executed the foregoing Power of Attorney that they each knew she seal of said corporation; that the seal affixed to said Power of Attorney was with aoperate seal that it was so affixed by order of the Board of Directors of said ciupormrom, and that they typed their names thereto by like order as Senior Vice Pseaides sod Assistant Secretary. respectively, of the Company. My Commiwon expinslha 11th day March M�arch tfl11999955. w L� (Sigxd) M` oY NOTARY PUBLIC faar► This Power of Attorney is granted under and by aiebonty of :be foliow:ng Resolutions adopted by the Bond of Duectors of the Uh i IFD STATES FIDELITY AND GUARANTY COMPANY on September 24. 1992; RESOLVED. that in coaanction with the fidely and nutty insurance business of the Cumpaoy, all bonds, uodeitaLogs, contracts and other instrnrnenu reuoag to said bwseee may be signed. cxecined. sad acknowledged by persons or veto rev sopmud as Attomey(s)-inFact punuamt to a Power of Attorney issued in accordance with these resolutions. Said Powers} of Attorney brand nn behalf of the Company may and shall be executed in the wive and cn behalf of the Company. either by the Chairman. or the providers, at an Executive Vice President. or a Senor V ice President. or a Vice President or an Assistam Vice PteadeoL jointly with the Secretary oran Assistant Secretary, under their respective designation. The signature of rack officers may be engraved. parsed or lithographed. The signature o: each of the foregoing officer, and the sail of the Company may be affixed by facsimdc to any Power of Attorney or to any certificate nW ring thereto appoiming A=omey(a}ic,Fact fcr purposes only of executing and attesting bonds and undertaking, and otherwrnings obligatory in the nature thereof, and bless mbsequenily revoked and subject to my limitation set forth themm. any such Power of Attorney or certificate beanog such facsimile a pamre or facsimile sea, shalt be valid and binding upon the Company mad any such power sa executed and certified by such fscsirmle signature and facsimile seal shall be valid and binding upon the Company wilt «spec•[ to any bond or undertaking to 'hick it is validly arucbed. RESOINED. that Aaomry(s}in-Fact shall have the power and suthonty, unless arhsequemly revoked and, many cam, subject to the terms and limitations of the Power of Attorney issued to them to execute and deliver on behalf of the Company and to ,mach the tea, of the Company to any and all bonds and uodertakuigs, and otherwntogs obliptnry to the nature Hereof, and any such onrammeol executed by such Attorney(a)-ire-Fact shall bean binding upon the Company as if Biped by an Executive Officer and sealed and anewed to by the Secretary of the Company. L Pat D. Sims . an Assiment Secretary ofthe UNITED STATES FIDELITY AND GUARANTY COMPANY, do hereby certify that the foregoing a a we excerpt from the Resolution of :be said Company ss adopted by its Board of Directors om September 24, 1992 and that this Resolution is in full force and effect- 1, the undamped Asaidant Secretary of the UNITED STATES FDE.IrY AND GUARANTY COMPANY do hereby certify that the foregoing Power of Attorney is m full fame and effect and has not been revoked. a Testimony Whereof. I have hereunto set my band and the sal re: STATES FIDELITY AND GUARAY COMPANY co this day of .19 �NT "''•ab -........... ......... IS Assistant Secretary FS?'10.921 I ACOI ID, CERTIFICATE O ,INL NCE C• Dll iS$LEDAT1/271 )4tll 01/27/94 S$IIPI-1 PRUDLCE1 THIS CERT1t1CATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND B -own -Hit le --Clark & Assoc. CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTHif7CATE 5500 Eupe- Lane DOES NOT AMEND. EXTEND OR ALTER THE COVERAC,F. AFFORDED BY THE P.O. Box 3529 POLICIESBEWR. Fo-t Smith AR 72913 COMPANIES AFFORDING COVERAGE Sam B. Hille- 501-452-4000 I; 'MPANY NIT:LR A Maryland Casualty Company Y B 4.^.rtnbrcck :Memnity INRL'RItD 11rcR I'.1MPANV LPTFR C Nortner^ Insurance Company I MPAM 551, Inc. of Northwest AR 14T Pk P.O. Box 824 AR 72765-0824 "MPun E •Springdale Pr Pk COVERAGES THIS IS It CERTIFY THAT THE POLICIES OF INSURANCE :JS:ED BELOW nAVE BEEN ISSUED TO THE INSIJRED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION or ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERrAIS. nth INSURANCE APIORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE-EI1MS. EKCLi;SIONS AND COND.nONS OF SUCH N)LICIFS. IJAII r5 SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO TV PH OF IVRL'RANCR POLICY NLMBER I.TR POLITY EFTEITIyB POLICYERPIRATION LIMITS DATEIMµ'DdYO DATR1MMI)N1T CENRRAI IA*R11.nY UiNhRAI. AUUREGAFP f 2, CCC, CCC C X "11R 'Al- bENEIw IIA8112 EP86915923 05/01/93 05/0'/94 PRCPL•TS<UMP/OP AMi S 2,CCC , OCC 'TANS MAPS x 01': LR PERSONA..& AM. INJURY S 1,000 CCC 3'NFR :$a CONTRAM)k'}PMO: EACH CR'CURRINel. S 1, CCC, OCC "BO DAMAI•P Am' m fit) S 50,000 MFD EYPPN.SI (4:) +rjv'-m) $ 5,000 ALTOMORILE LIABILITY ('OMRDIPP SIN . -F C x AN` Ati') ECA18876343 05/01/93 05/0/94 14!110F 1,000,000 ALL OWNED Al I OS ROb0 VI a HhntP.,MJ) Ale: cs IP:r PrnarI $ HIM! O ALTOS a.riINJURY h:.hOWN1.I• All: ;S (Pe•a.vdem) (I CAR4IE _IARI:JPY PROPERTY DM/AOF S EXCIRR LIABILITY LACH 0(1 LRRCNCI $ 5,000000 C x IMKRP1 APORM ..BA82811978 05/01/93 05/0'/94 AIH)RIA.A:E $ 5,000,000 )I.I-M r1AN IMBR,IJ A POW A WORKER$+x)MPENRATION TC482811432 05/01/93 05/l /94 STA'OICORV IJMRE LAIN ACUR)IJ) r $ 500, 000 AND :11q -ASE ru Y LLMT 5 500000 EMPLOYERS LIABILITT ]'SPASE FACY PMPI.OYPF f 500,000 OTHER B B.,iIders R'sk 72-329981 05/01/93 35/01/"Y4 $5,330 Ded�ct'ble DES& RIPTION OFOPERATIMNCI.• CATI(NTh%MIIC1.CS'SPELIAL IrtM9 JOB: Rest-oom Facilities at Cnarles J. Finger Park CERTIFICATE HOLDER CANCELLATION $•?OG;.7 ANY OF THE ABOVE DF.SC'RIRFD POI J(IhS RI: CAN I'hl J hD BEM)RE.. rH h EXPIRA-ON DATE -HEREOF. THE ]SSUINC COMPANY WILLENDEAVOR TO MAL-10 _ DAYS WRITTEN NOTICE TO THE CERTIF.CATE HOIDER NAMED TO THE LEFT. BUT FAILURE RI MAIL SUCH NOTICE SHALL IMPOSE NO OBUGAT)ON OR City of Fayetteville 1 rABIIJTY OF ANY KIND CDON ;HE COMPANY. ITS AGENTS OR REPRESENTATIVES City Nall FayetteVi l le AR 7270 ALIHORIZED RRPRRRxNrAHVE San B. HI ler B. \ _ ACORD 2SS 17!901 " ACORD CORPORATION 1490 ��IJ. .4;��•'i,V �' •\' ^'\IIJ ' 3 AND • •JQ n-\'rI'FMrI\�— v• VJ 1♦ J J r..u�� Uuluut fl ul L CC'mun:ty Development Block G; ar,t Progra^ r. c` °AL CC5J:T=DNS VL• I.,• c an r Q✓✓ VV1•VraVV VLint VJI/vell✓.j L L : ^„�C.. YO F - -a V�_... r'✓✓e.. e .n t S.. a.^✓ Iw Y_ i be n :'_ &I_e". w: ,ne �. _ rJ _O .. Y^1� IVL .r3C✓ • r r.V aSS iSC3n7e• m .-- ^L]- ••- _L ni _ L.: n.. 3^„ d ..n -F F , ,...T ent n- a. 's i- „ 5✓„ . -- ec_ _ .,,a. ,,.T,e... .J. ..,, .,, __...y , ,, �.. ✓e'•e:\.r. ., _. F: a__ arrY_'-'-' - Fc ^: 3: : 3'+3 an ; eg :;..i J^ JIars ♦P rA \JY ,J L Y .J n•rn -r r.e•i. _J V_L_csa_i rs. 3I.\I it v.. e...aa, here'_. a1"_er ellJmera✓eJ :❑ ?araK.(LI1. _. 1 T 'V. -n F\• r t r L �n-n. ♦ 3r_ LF -r.e S.c,pleemen-a_ Gera. ✓_•. s s..a__ form par o. he c...., acY IF .•n.\. < ]_cn.] ✓he:'G!\r i. .,' 1 •'�.e .2J •.'r 1\n 1,.�/\r tre n- hereto as ' {' '.I '-ore r. �, J_. 1. ..IL .Jilt.__ _L.Ia..g U'\i parties _L the •.e e:., . c__y se✓ _ .:.e a✓Ye of C:,n Yen _5, titles, ea _..g5, I .Lr...,:.... neae:ines and marg:•:a: metes ::c. tained herein and in said Documents are S:I.ely t:. fan:::1ta'e reference t3 var:cus rrovisicns or the contract documents and in {"reF- •"-1't C` cast "-ght n^ '7e in`errr=-anon of the prc•raions tc wG",•[• W . Q._ YY• _Y. _ , 1 li .. .. __ V.1 Y. Y p 1 _• - n re. nej , e ONTENTS act and Contras'. :,c\:✓me its 35. Stated Allowances JV•I..• L. yl Use Vf Premises & Rencval of �etr:s ✓-f_r_✓_cn, 3 ^ra =ns'r ct: ns & :e'ai: raw:ngs 38. Quantities of Estimate Jh.cp r Sett:cg Drawings 39. :.ands & Rights-cf-Way 5. Ya-er:als, Services. & Facilities 40• Genera: Guaranty r.. :s _o Vat -2r- 4'. Cor.fiicting Conditions _:tle - 3 Testing ua'eriaa 42. Notice & Service Thereof •:...recticr. .` W. ':r F ua:'" Clase 1.3. Required Provision Deemed Inserted :'3'erts 44. Protection of Lives & Health . _. Ir•:e.s, Permits & ?eg _aticr.s 45. Subcontracts ;'. =ntractor's Cb:iat: ns 46. Equal Employment Opportunity eat;.er cr.dit: ns �'. :nterest cf Member of Congress 3. :._-ec-:cn cLr +;cr,c & P^ore"-y - Emergency -.3. Other Prohinited _nterests :.. es-:cn 69. Use Prior Owner's Acceptance ;. Pe,-rts• Records & Da " 50. Photographs I..reri;:'erecce `_y Contractor `,' Suspension of Work anges ::, rc `L2. Anticipated Fringe Benefits Extras 53• Overtime Compensation Ti e rcr Ccr,.cletion & ;.iquidated Damages `.4• Apprentices/Trainees Zcrrect_on cf Wcr,c 55. Employment Prohibited 21 S..csl.rrace COnoitica F and iffereat 56. Compliance with Anti -Kickback Act 22. :ars for Extra Cos_ 57. Classifications Not Listed 23. :g•".t cf ':caner to Term:Hate Ccntrac: 58. Fringe Benefits Not Expressed 2-. trlc'i.;n SctedLle & Per:Tdic Estimates 5?. Posting Wage Rates __ Ps; n -s - Ccntrac tors 6�• Complaints, Proceedings or Testi-en,y F\Fa Pay-ent as P.elease 61. Claims and Disputes 2 aymen✓s by Cc•.Yractcr 52• Questions Concerning Regulations . L8. - 63. Payrolls ana Records y. 3cntract Sec,rity 64. Specific Coverage 3C• A4d:ticna. or Sui,stit-te Bond 55. Subcontractors Ineligible 3'. ,;ss:g^rents 66. Provisions to be Included ?? al Rest•_" i i_i'y cf r.tra•etcrs 57. Employment Practices 33• Separate Contracts 68• Contract Termination; Debarment ccOr'rac tom.^g Jl• A.n_•-e..✓.I ♦I5neer .] t.5.,.,r... Ll 22 r:. I. i j$ Index of General Conditions Subject Section Accident Prevention . . . . . 44 . . Additional Bond . . . . . . . . . 30 . Additional Instructions . . . . . 3 . Allowances. . . . . . . . . . . . 36 Anti -Kickback Act . . . . . . . . 56 Apprentices/Trainees. . . . . . ... . 54 Architect's Authority . . . . . . . 35 Assignments . . . . . . . . . . . . 31 Bond, Security. . . . . . .. . . . 29 Bond, Security; Additional. . . . . 30 Changes in Work . . . . . . . . 17 Claims fo Extra Cost. . . . . 22 Completion Time . . . . . . . . . . . . . 19 Complaints, Proceedings or Testimony . . . . . . . . . . 60 Condition, Subsurface . . . . . . 21 Conflicting Conditions. . . . . . . 41 Construction Schedule . . . . . . 24 . Contract Documents. . . . . . . 1 . . Contract Security . . . . . ... . . . 29 Contractor's Insurance. . . 28 Contract Termination. . . . . . 68 . . . Contractor's Mutual Responsibility. 32 Contractor's Obligations. . . . . . 11 Claims and Disputes . . . . . . . . 61 Contractor's Title to Material. . . 6 Classifications Not Listed. . . . . 57 Correction of Work. . . . . 20 . Damages, Liquidated . . . . . . . . . . . 19 Data, Reports and Records . . . . 15 Debarment; Breach of Labor . Standards . . . . . . . . . 68 Debris Removal. . . . . . . . . . . . 37 Definitions . . . . 2 . . . . . Detail Drawings . . . . . . . . . . . 3 Different Subsurface. . . . . . 21 . Discrimination, Employment. . . . . . . 46 Drawings, Detail. . . . 3 . . . Emergencies . . . . . . . . . . 13 . . Employment Practices. . . . . . . . . 67 Equal Employment Opportunity. . . . 46 Estimated Quantities. . . . . . 38 Extras. . . . . . . 18 Final Payment . . . . . . . . . 26 Guarantee, General. . . . . . . . . 40 Inspection . . . . . . . . . 14 . . . . Inspection of Materials . . . . . . . . . 7 Insurance . . . . . . 28 . . . . Lands and Rights -of -Way . . . . . . . . . 39 Legal Provisions, Implied . . . . 43 Liquidated Damages. . . . . . . 19 Materials . . . . . . . . . . . 5 . Member of Congress. . . . . . . 47 Nondiscrimination, Employment . . . . 46 Notice and Service. . . 42 . . . .-. . . Subject I Section Obligation of Contractor "Or Equal" Clause . . . . . . . Overtime C mpensation . Owner's Ri . . . ht to Terminate. . . . Patents . . •. . . . . . . . Payments b Contractor. . . . . Payments t Contractor. Payrolls a d Records. . . . . . Periodic E timates . Permits, S . . . . rveys, Regulations . Photograph . . . . . . . . . . Posting Mi imum Wage Rates. . . Prohibited Interests. Protection . . . . . of Lives and Health. Protection of Work, Property. . Provisions Required by Law. . . Quantities of Estimate. Questions . . . . oncerning Regulation Release of Contractor . Removal of . . . Debris . . . . . . . . Reports, R cords and Data . . . Responsibi ity of Contractor. Right of 0 ner to Terminate Rights -of -ay . . . . . . . . Schedule o Construction. Security. . . . . . . . . . Separate C ntracts. . . Services, aterials, Facilities Shop Drawi gs . . . . . . . Specific C verage . . . . . . . Stated All wances . . . . . . . Subcontrac ing. . . . . . . . Subcontrac or's Insurance Subcontrac . . ors, Ineligible. . . . Substitute Bond Subsurface . . . . . . Conditions . . Superinten . . ence by Contractor . Surveys, P rmits. . . . . Suspension of Work. . . . . . Terminatio of Contract . Testing of Materials. . Time for C mpletion . . Title to M terials. . Trainees/A . prentices. . Use and Oc upancy . . . Use of Pre ises . . . Weather Co ditions. . . *Anticipate@ Fringe Benefits *Employment Prohibited . . . . *Fringe Ben fits Not Expressed 11 8 53 239 27 25 63 24 10 50 59 48 44 13 43 38 62 26 37 15 32 23 39 24 29 33 5 4 64 36 34, 28 65 30 21 16 10 51 23, 7 19 6 54 49 37 12 52 55 58 4C M oe:ween CONTRACT THIS AGREEMENT, made this 15th - day of FcbruaryCity of Fayetteville, Arkansas rerein : a.!ed"Owner' act.-)? CJ•rorre •Vjnq c; C+ne- �1 herein thrcieir its _ --- - —... ayor .---- ______ -______ /::If ;i Aulh Cll:ed J; IGII SSI, Inc. of Northwest Arkansas STRIKE 01T 'a•..r,.oraLo_t XiCi36WQRVI}S1 TN tPPLICABLE _---- -___ TERMS Springdale '•flatter eal:e d "Cool:ac:_r. HUC4C 38-F 6-661 1c94 9,4 b;. ar.d ar.d Washington Arkansas Cuu-tv of - _ , ard State of WITNESSETHThat 4.r ard it cons:derattor. of the payments and agreements hereinafter rr.ectioncd, to be ma dr and pe:fcrmed by the CW'' h. the CONTRACTOR hereby agrees with the OWNER :o commence and zomp.ete the corst:uct;cr :esc:ihrti as foJows: Nev Restroan Facility for Charles J. Finger Park Fayetteville, Arkansas hereI pjftoOba'I d the preect for ::.e sum of Sixty —Three Thousand Dollars ($ 0 ' �f and a]; extra work ,n consectior. the.ewith under tr.e terms as stated :n the General and Special Con- dnicns cf the rontra^:; ard at nis (:s or :heir) own p:ooe. cost and expense to farnsh all the materia.s. supplies, -nae:inery r:: mpment.:.,' 's. labor. irsr.rance. and other accessories and services necessary to ^'m - piece the said project in a • •nrdanre w•tn the conditions ant prices stated .n the Proposal, the Ceneral Conditions Sup- plea:entai General Crn.aans ard Spec:a: Ccnd:tiors of the Contract. the plans, which 'ncluoe all maps, plats. b ue prints, and 'ther drawi.^.y and tinted or writter. explanatory matter thereof, the specifications ar.d contract dcrc-ncr.ts therefor as prepared pv City of Fayette'vi Le, Arransas herein entitled the .chit - m•er, and as enumerated in Paraprrapn 1 of the `ipplemental General Conditions, ail of whim are made a part hereof ar.J co;- .ecti%cly t%ider.ce and ccnstitate the contract. The :ontractor hereby agrees to commence work .order this contract on or before a date to be specified :n a written. "Nonce to Proceed ' of the Owner and to fuay corr.alete the project within 45 consecutive calendar clays thereafter. The Contractor further agrees :o pay. as liquidated damages. the sun•, of $ 250.30 for each : ansecu- uve calendar day thereafter as hereinafter-..mv:ded :r Paragraph :9 of the General Conditions. The OWNER mines t:, :ay the ' CAN _RACTCR it crrent finds for the performance of the contract, sutiect to additions and :educt:nns. a: p: nv;eed in :he General Cend.t:ors rf the Contract, and to make payments cn account thereof as p:ovtded in Parag-aph 25. "Payments to Contractor."cf the General Conditions. 2'. IN WITNESS WHEREOF, the parties to these presents have executed this contract i six (6) counterparts, each of which shall be deemed an original, in the year and day first above mentioned. (Seal) ATTEST: (Secretary) g1t (Seal) (Witness) (Witness) By LE .City of Favetthville. AR. (owner Mayor (Title) SSI, Inc. of Nor twest Arkansas (Con rmc r) T3mo A. Ha el -I N- '� r Vice Presiden_ " j^ a ✓ . (Title) P.O. Box 824, Spr ngdalLe f;. R /276S`` (Address and ZI NOTE: Secretary of the Owner should attest. If Contractor is a corporation, Secretary should attest. p Code) HUD -4238-F (6-66) 1I GPO 669.380 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, including the transportation of materials and supplies to or from the location of the project by employees of the Contractor and any Subcontractor. K Additional Instruction and Detail Drawings The Contractor will be furnished additional instructions and detail drawings as necessary 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 by 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, testing 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 accordance with the progress of the work. Shop or Setting Drawings The Contractor shall submit promptly to the Architect/Engineer two (2) 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 (2) 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 nevertheless 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 deviations at the time he furnishes such drawings. 26 5. Materials, Services, and Facilities - (a) It is understood that except as otherwis specifically stated in the Contract Documents, the Contracto shall provide and pay for all materials, labor, tools, equ pment, water, light, power, transportation, superinte dence, ' temporary construction of every nature., and all other services and facilities of every nature whatsoever necessary to execute, complete, and deliver the work with the pecified time. (b) Any work necessary to be performed of er regular working hours, on Sundays or Legal Holidays, shall be performed without additional expense to the Owner. 6. Contractor's Title to Materials 7 L No materials or supplies for the work shall b Contractor or by any Subcontractor subject to or under a conditional sale contract or other an interest. is retained by the seller. The that he has good title to all materials and s in the work, free from all liens, claims or e Inspection and Testing of Materials (a) All materials and equipment used in the project shall be subject to adequate ins in accordance with accepted standards. inspection agency shall be selected by t will pay for all laboratory inspection not as part of the contract. purchased by the y chattel mortgage reement by which ntractor warrants lies used by him nstruction of. the ction and testing The laboratory or Owner. The Owner rvice direct, and (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 esitablish conformance with specifications and suitability for ties intended. "Or Equal" Clause Whenever a material, article, or piece of equi on the plans or in the specifications manufacturer's or vendor's names, catalogue nu intended merely to establish a standard; article, or equipment of other manufacturers will perform adequately the duties imposed by will be considered equally acceptable prov article, or equipment so proposed is, in t Architect/Engineer, of equal substance.and fun be purchased or installed by the Contra Architect/Engineer's written approval. >ment is identified by reference to nbers, etc., it is ind, any material, and vendors which :he general design .ded the material, me opinion of the :tion. It shall not :tor without the 27 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 or unpatented 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 patented or copyrighted design, device, or material. It is mutually agreed and understood, that, without exception, the contact prices shall include all royalties or cost 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 of 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 relating to performance of the work, the protection of adjacent property, and the maintenance of passageways, guard fences or other protective facilities. 28 11 12 Contractor's Obligations The Contractor shall and will, in good workma: perform all work and furnish all supplii machinery, equipment, facilities, and means otherwise expressly specified, necessary or p: complete all the work required by this contra, herein specified, in accordance with the contract and said specifications and in accori and drawings covered by this contract, any a] plans and drawings, and in accordance with thi Architect/Engineer as given from time to time of the work. He shall furnish, erect, mainta construction plant and such temporary works a; alike manner, do and s and. materials, except as herein oper to perform' and 't, within the time provisions of this ance with the plans d all supplemental directions of the during the progress n, and remove such may be required. The Contractor shall observe, comply with, an be subject to all terms, conditions, requirements, and limitati ns of the contract and specifications, and shall do, carry on and complete the entire work to the satisfaction of the Archit ct/Engineer and the Owner. Weather Conditions In the event of temporary suspension of work weather, or whenever the Architect/Engineer Contractor will, and will cause his subcont carefully his and their work and materials injury- from the weather. If, in the Architect/Engineer, any work.. or materials sha or injured by reason of failure on the part o any of his subcontractors so to protect his w shall be removed and replaced at the expense 13. Protection of Work and Property - Emergency The Contractor shall at all times safely property from injury or loss in connection wi shall at all times safely guard and protect h of adjacent property from damage. The Contra, make good any such damage, loss, or injury un directly by errors contained in the contract his duly authorized representatives. In case of an emergency which threatens property, and/or safety of life, the Contract act, without previous instructions from the.A a diligent manner. He shall notify the immediately thereafter. Any claim for c Contractor due to such extra work shall be pr the Architect/Engineer for approval. or during inclement shall direct, the actors to, protect against damage or opinion of the 1 have been damaged the Contractor or rk, such materials f the Contractor. guard the Owner's h. this contract. He s own work, and that tor shall replace or ess such be caused r by the Owner, or loss. or injury of r will be allowed to chitect/Engineer, in Architect/Engineer mpensation by the mptly submitted to Where the Contractor has not taken action bu -has notified the Architect/Engineer of an emergency threatenin injury to persons or damage to the work or any adjoining proper y, he shall act as instructed or authorized by the Architect/Engineer. 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, by and 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 uninterruptedly 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 granted by the Owner, then the Contractor does hereby agree, as a part consideration for the awarding of this contract, to pay 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. 31 The amount of reimbursement claimed by the Co tractor on account of any emergency action shall be determined ir the manner provided in Paragraph 17 of the General Conditions. I. 14.Inspection 15. 16 17 The authorized representatives and agents of Housing and Urban Development shall be permit, work, materials, payrolls, records of per: materials, and other relevant data and record: Reports, Records, and, Data I The, Contractor shall submit tothe Owner quantities and costs, progress schedules, estimates, records, and other data as the concerning work performed or to be performed t 4 Superintendence by Contractor At the site of the work the Contractor shall superintendent or foreman who shall have full the Contractor. It is understood that such be acceptable to the Architect/Engineer; and s be continued in that capacity for the part unless he ceases to be on the Contractor's pa Changes in Work No changes in the work covered by the approv shall be made without having prior written a Charges or credits for the work covered by shall be determined by one or more, or a following methods: the Department of ed to inspect all onnel, invoices of such schedules of payrolls, reports, Owner may request nder this contract. ploy a construction uthority to act for presentative shall 11 be one who can ular job involved oil. Contract Documents 'oval of the Owner. ie approved change !ombination of the (a) Unit bid price previously approved. (b) An agreed lump sum. (c) The actual cost of: 1. Labor, including foreman; 2. Materials entering permanently into he work; 3. The ownership or rental cost of cons ruction plant and equipment during the time of use on he extra work; 4. Power and consumable supplies for th operation of power equipment; 5. Insurance; 6. Social Security and old age and unemployment contributions. To the cost under (c) there shall be adde agreed upon but,not to exceed fifteen per actual cost of the work. The fee shall cover the cost of supervision, overhead, any other general expenses. I a fixed fee to be :ent (15%) of the )e compensation to bond, profit, and 30 It is further agreed that time is of the essence of each and every portion of this contract 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 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 when the 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 unforseeable 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 reasonable time of its decision in the matter. 20 Correction of Work All work, all materials, whether incorporated in the work or not, all processes of manufacture, 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 suitability of the work, materials, processes, of manufacture, 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 his 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 judgement of the Architect/Engineer shall be equitable. 32 21. 22 23 Subsurface Conditions Found Different Should the Contractor encounter subsurfa( conditions at the site materially differing f: the Plans or indicated in the Specifications, give notice to the Architect/Engineer of sucl they are disturbed. The Architect/Engine( promptly investigate the conditions, and if 1 materially differ from those shown on the Plat the Specifications, he will at once make such and/or Specifications as he may.find necessar; decrease of cost resulting from such changes 1 manner provided in Paragraph 17 of the Genera. Claims for Extra Cost No claim for extra work or cost shall be allo was done in pursuance of a written order of t approved by the Owner, as aforesaid, and the the first estimate after the changed or extra work is performed under the terms of subpara General Conditions, the Contractor shall bills, payrolls, and vouchers covering all it requested by the Owner, give the Owner access thereto. Right of the Owner to Terminate Contract In the event that any of the provisions of violated by the Contractor, or by any of his Owner may serve written notice upon the Contra of its intention to terminate the contract contain the reasons for such intention to tern and unless within ten (10) days after the sere upon the Contractor, such violation or dela satisfactory arrangement of correction be shall, upon the expiration of said ten (10 terminate. In the event of any such terminati immediately serve notice thereof upon the Contractor, and the Surety shall have the righ perform the contract; Provided, however, that not commence performance thereof within ten date of the mailing to such Surety of notice o Owner may take over the work and prosecute the by contract or by force account for the accoun of the Contractor, and the Contractor and hi liable to the Owner for any excess cost oc thereby, and in such event the Owner may take utilize incompleting the work, such material plant as may be on the site of the work and ne e and/or latent om those shown on he shall immediately conditions before r will thereupon e finds that they s or indicated in changes in the Plans any increase or o be adjusted in the • Conditions. ed unless the same e Architect/Engineer laim presented with work is done. When raph 17(c) of the urnish satisfactory ms of cost and when to accounts relating this contract are subcontractors, the ctor and the Surety , such A notices to inate the contract, ing of such notice y shall cease and made, the contract days, cease and on, the Owner shall Surety and the t to take over and if the Surety does 10) days from the f termination, the same to completion and at the expense Surety shall be asioned the Owner possession of and appliances, and essary therefor. 33 24. Construction Schedule and Periodic Estimates Immediately after execution and delivery of the contract, and before the first partial payment 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 is accordance with the progress schedule. The Contractor shall also furnish on forms to be supplied by the Owner (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 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 (a) 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 seventy five percent (75%) of the work has been completed, if it finds that satisfactory progress is being made, may reduce retainage to five prcent (5%); 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 the terms of the contract. (d) Owner's Right to Withhold Certain Amounts and Make Application Thereof: The Contractor 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 34 26 27. paid, discharged, or waived. If the Con so, then the Owner may, after having ser the said Contractor, either pay unpaid b Owner has written, notice, direct, or Contractor's unpaid compensation a s reasonably sufficient to pay any and all until satisfactory evidence is furnished have been fully dischargedwhereupon Contractor shall be resumed, in accordan this contract, but in no event shall the sentence be construed as to impose any 0 Owner to either the Contractor or his Su unpaid bills of the Contractor, the Owne agent of the Contractor, and any payment shall be considered as a payment made un the Owner to the Contractor and the Owne to the Contractor for any such payments tractor fails to do ✓ed written notice on ills, of which the withhold from the um of money deemed such lawful claims that all liabilities payment to the :e with the terms of provision of this bligations upon the rety. In paying any r shall be deemed the so made by the Owner 9er the contract by r shall not be liable made in good faith. Acceptance of Final Payment Constitutes Relea e The acceptance by the Contractor of final pa ment shall be and shall operate as a release to the Owner of 11 claims and all liability to the Contractor for all things do a or furnished in connection with this work and for every act nd neglect of the Owner and other relating to or arising out of this work. No payment, however, final or otherwise, shall o erate to release the Contractor or his sureties from any obligations under this contract or the Performance and Payment Bond. Payment by the Contractor The Contractor shall pay (a) for all transpo services no later than the 20th day of following that in which the services are ren materials, tools, and other expendable equipm ninety percent (90%) of the cost thereof, not day of the calendar month following that in w tools, and equipment are delivered at the sit the balance of the cost thereof, not later following the completion of that part of the such materials, tools, equipment are incorpor, to each of his subcontractors, not later following each payment to the Contractor, the allowed the 'Contractor 'on account of the wor subcontractors to the extent of each subc therein. rtation and utility the calendar month 5ered, (b) for all !nt to the extent of later than the 20th iich such materials, !of the project and than the 30th day work in or on which ated or used, and (c) than the 5th day respective amounts k performed by his 3ntractor's interest 35 28. Insurance 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 the Owner, nor shall the Contractor allow any subcontractor to commence work on his subcontract until the insurance required of the subcontractor has been so obtained and approved. (a) Compensation Insurance: The Contractor shall procure and shall maintain during the life of this contract Workman'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 project under this contract and, in case of any such work sublet, the Contractor shall require the subcontractor similarly to provide Workman's Compensation Insurance for all the latter's employees to be engaged in such work unless such employees are covered by the protection afforded by the Contractor's Workman's Compensation Insurance. In case any class of employees engaged in hazardous work on the project under this contract is not protected under the Workman'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 contract 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 Cl) require each of his subcontractors to procure and to maintain during the life of his subcontract, Subcontractor's Public Liability, Property Damage Insurance, and Vehicle Liability Insurance of the type and in the amounts specified in the Supplemental General Conditions specified in subparagraph (b) hereof or, (2) insure the activities of his policy, specified in subparagraph (b) hereof. (d) Scooe of Insurance and Special Hazards: The insurance required under subparagraphs (b) and (c) hereof shall provide adequate protection for the Contractor and his subcontractors, respectively, against damage claims which may arise from operations under this contract, whether such operations be by the insured or by anyone directly or indirectly 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 Coverage): 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 -4238-N) is required to maintain Builder's Risk insurance (fire and extended coverage) on a 100 percent completed value basis on the insurable portion of the project for he 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 construction unless the Contractor is required to provide such insurance; however, this provision shall not release the Contractor from his obligation to complete, according 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 expiration of policies. Such certificatse shall also contain substantially the following statement: ' "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 contract and also a payment bond In an amount not less than one hundred percent (100%) of the contract price or in a penal suit 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 contract and furnishing materials in connection with this contract. The performance bond and the payment bond -may be in one or in separate instruments in accordance with local law. 30: Additional or Substitute Bond If, at any time the Owner for justifiable caus 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 sun and signed by such other surety or sureties as may be satisfactory to the Owner. The premiums on such bonds shall be paid by t e Contractor. No further payments shall be deemed due or shall be made until the new surety or sureties shall have furnished uch an acceptable bond to the Owner.. 37 31. Assignments The Contractor shall not assign the whole or any part of this contract or any moneys due or to become 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 instrument 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 subcontractor 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 Contractor or subcontractor will settle. If such other Contractor or subcontractor shall assert any claim against the Owner on account of any damaged alleged to have been sustained; the Owner shall notify the Contractor, who shall indemnify and save harmless the Owner against any such claim. 33. Separate Contract The Contractor shall coordinate his operations with those of other Contractors. Cooperation will be required in the arrangement for the storage of materials and in the detailed execution 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 the Contractors. Failure of a contractor to keep informed of the work progressing on 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 subcontractors. (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 he is for the acts and omissions of persons directly employed by him. 38 35 36 1 (d) The Contractor shall cause appropriat inserted in all subcontracts relative to subcontractors to the Contractor by the Conditions and other contract documents to the, work of subcontractors and to giv same power as regards terminating any s Owner may exercise over the Contractor u the contract documents. (e) Nothing contained in this contract contractual relation between any subcont Architect/Engineer's Authority The Architect/Engineer shall give all or contemplated under this contract and specific the execution of the work. The Architect/Eng the amount, quality, acceptability, and fitn kinds of work and materials which are to be p contract and shall decide all questions relation to said work and the construct Architect/Engineer's estimates and decisions conclusive, except as herein otherwise expr case any question shall arise between the par to said contract or specifications, the deter of the Architect/Engineer shall be a conditio right of the Contractor to receive any money under this contract affected in any manner or such question. The Architect/Engineer shall decide the meani portion. of the specifications and of any plan the same may be found obscure or be in disput or conflicts in regard to their work which ma Contractor under this contract and other Co work for the Owner shall be adjusted and Architect/Engineer. Stated Allowances The Contractor shall include in his proposal' stated in the Supplemental General Conditioi shall purchase the "Allowed Materials" as dir' the basis of -the lowest and best bid of at lei bids. If the actual price for purchasing the is more or less than the "Cash Allowance," shall be adjusted accordingly, The adjustment shall be made on the basis of the pure additional charges for overhead, profit, insui incidental expenses. The cost of installatic Materials" shall be included: in the applicab: Contract Specifications covering this work. provisions to be the work to bind erms of the General nsofar as applicable the Contractor the bcontract that the der any provision of ,shall create any actor and the Owner. ers and directions tions, relative to veer shall determine ss of the several id for under this hich may arise in on thereof. The hall be final and ssly provided. In ies hereto irelative ination or decision precedent to the r payment for work to any extent by g and intent of any or drawings where Any differences arise between the tractors performing determined by the F Y he cash allowances s. The Contractor cted by the Owner on st three competative "Allowed Materials" the contract price in contract price hase price without ance or any other n of the "Allowed e sections of the 39 I. 37. Use of Premises and Removal of Debris The Contractor 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 any part 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 resulting 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 conform to the plans and specifications and,except with the consent of the Architect/Engineer, not to cut or otherwise alter 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 given for the use in comparing bids and the right is especially reserved except as herein 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 1 40. General Guaranty Neither the final certificate of payment nor ny provision in the Contract Documents, nor partial or entir occupancy of the premises by the Owner, shall constitute an ac eptance of work not done in accordance with the Contract Docume is or' relieve the Contractor of liability in respect to any ex ress warranties or 'responsibility for faulty materials or workmanship. The Contractor shall remedy any defects in the wo k and pay for any damage to other work resulting therefrom, which shall appear within a period of one year from the date of inal acceptance of the work unless a longer period is specified. The Owner will give notice of observed defects with reasonable pr mptness. 41. Conflicting Conditions - Any provision in•ahy of the Contract Document which may be in conflict or inconsistent with any of the aragraphs in these General Conditions shall be void to the exten of such conflict or inconsistency. 42. Notice and Service Thereof Any notice to, any Contractor from the Owner r lative to any part of this contract shall be in writing and cons dered delivered and the service thereof completed, when said no ice is posted, by certified or registered mail, to the said Con ractor at his last given address, or delivered in person to the said Contractor or his authorized representative on the work. 43 Provisions Required by Law Deemed'Inserted Each and every provision of law and clause re uired,by law to be inserted in this contract shall be deemed to be inserted herein and 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 correctl inserted, then upon the application of either party the contract" shall forthwith be physically amended to make such insertion or orrection. 44. Protection of Lives and Health "The Contractor shall exercise proper precaut the protection of persons and property and s for all damages to persons or property, eithe which occur as a result of his prosecution safety provisions of applicable laws and builq codes, in addition to specific safety and described by Chapter XIII, Bureau of Labor S of Labor, Part 1518, Safety and Healt Construction, as outlined in the Federal Regi 75, Saturday, April 17, 1971. Title 29 - Lab and the Contractor shall take or cause additional safety and health measures as the may determine to be reasonably necessary." on at all times for all be responsible on or off the site, of the work. The ing and construction health regulations andards, Department Regulations for ter, Volume 36, No. r, shall be observed to be taken,_ such ontracting Authority 45. Subcontracts The Contractor will insert in any subcontracts the Federal Labor Standards Provisions contained herein and such other clauses as the Arkansas Industrial Development Commission 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: (a) 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 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 setting forth the provisions of this nondiscrimination clause. (b) The Contractor will, in all solicitations or advertisement 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. (c) 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 24,1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (d) the Contractor will comply with all provisions of Executive Order Na. 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. (e) The Contractor will furnish all information 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, the Arkansas Industrial Development Commission or their representatives, and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. LI 42 (f) In the event of the Contractor's no compliance with the nondiscrimination clauses of this contract or "with any of such rules, regulations, or orders, t is contract may be cancelled, terminated, or suspended in hole or in part and the Contractor may be declared ineligible for further Government contracts or Federally -a sisted construction contract, in accordance with proced res 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 o September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (g) The Contractor will include the provisi n of paragraphs (a) through (g) in every subcontract or p rchase order unless exempted by rules, regulations, or orde s of the Secretary of Labor issued pursuant to Section 204 of Executive Order No. 11246 of September 24, 1965, so that su h Provisions will be binding upon each subcontractor or ven or. The Contractor will take such action with respect to any subcontract or purchase order as the Arkansas In ustrial Development Commission and Department of Housing a d Urban Development may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, V*, that in the event the Contractor become involved in, or is threatened with, litigation with a subs ntractor or vendor as a result of such direction by the Depar ment 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. nn Interest of Member of or Delegate to Congre No member of or Delegate to Congress, or R sident Commissioner, shall be admitted to any share or part of th s contract- or to any benefit that may arise therefrom, but this p ovision shall not be construed to extend to this contract if made with a corporation for its general benefit. Other Prohibited Interests No official of the Owner who is authorized i behalf of the Owner to negotiate, make, acce take part in negotiating, making, acceptin architectural, engineering, inspection, cons supply contract or any subcontract in construction of the project, shall become di interested personally in this contract or in officer, employee, architect, attorney, engi or for the Owner who is authorized in such c of the Owner to exercise any legislative, e or other similar fuctions in connection with the project, shall become directly or personally in this contract or in any part supply contract, subcontract, insurance con contract pertaining to the project. such capacity and on t, or approve, or to or approving any ruction or material onnection with the ectly or indirectly any part hereof. No eer or inspector of pacity and on behalf ecutive, supervisory the construction of ndirectly interested ereof, any material ract, or any other 43 I. 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 remaining period of construction, 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 complete construction. Consent of the Surety must also be obtained. 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 Should the Owner be prevented or enjoined from proceeding with work either before or after 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 such delay; but time for completion of 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 set forth in writing. 52. Anticipated Costs of Fringe Benefits 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 part of this contract: Provided, however, the Secretary of Labor has found, upon 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. 44 r 53 Overtime Compensation Required by Contract Wor Standards Act (76 Stat. 357-360: Title 4 327-332) (a) Overtime Requirements: No Contractor or contracting for any part of the contra require or involve the employment of lab( including watchmen and guards, shall rep laborer or mechanic in any workweek in wt on such work to work in excess of 40 hour unless such laborer or mechanic receives rate not less than one and one-half time: pay for all hours worked in excess of 40 week. (b) Violation: Liability for Unpaid Wages L. Damages. In the event of any violation c set forth in paragraph (a), the Contra( subcontractor responsible therefore shall affected employee for his unpaid wages. Contractor or subcontractor shall be lia States for liquidated damages.Such lip be computed with respect to each inc mechanic employed in violation of the c: paragraph (a), in the sum of 810.00 for ( which such employee was required or per excess of the standard workweek of 40 hot of the overtime wages required by the c: paragraph (a). (c) Withholding the Liquidated Damages. The Agency or Public Body shall withhold or ( from any moneys payable on account of wo: Contractor or subcontractor, such administratively be determined to be nei any liabilities of such Contractor of liquidated damages as provided in the c. paragraph (b). (d) Subcontracts. The Contractor shall subcontracts the clauses set forth in pai (c) of this Section and also a CL subcontractors to include these clauses subcontracts which they. may enter int' clause requiring this insertion in any ! that may in turn be made. Hours and Safety U.S.C., Sections subcontractor :t work which may rers or mechanics, ire or permit any ich he. is employed in such work week compensation at a his basic rate of hours in such work E the clause tor and any other be liable to any In addition, such Dle to the United idated damages shall ividual laborer or ause set forth in ach calendar day on mitted to work in rs without payment ause set forth in Local Public ause to be withheld, k performed 'by the sums as may essary to satisify subcontractor for ause set forth in nsert in any agraph (a), (b), and use requiring the in any lower tier together with a urther subcontracts 45 54. Employment of Apprentices/Trainees (a) Apprentices will be permitted to work at less than the predetermined rate for work they performed when they are employed and individually registered in a bona fide apprenticeship 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 eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen in any craft classification shall not be greater than the ratio permitted to the contractor as to his entire workforce 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 furnish to the contracting officer or a representative of the Wage -Hour Division of the U.S. Department of Labor written evidence of 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 contruction prior to using any apprntices 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 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 Apprenticeship 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 specificied in the approved program for his level of progress. Any employee listed on the payroll at a trainee rate who is not registered and participating in a trainee plan approved by the Bureau of Apprenticeship and Training shall be paid not less than the wage rate determined by the Secretary of Labor for the classification of work he actually performs. The Contractor or subcontractor will be required to furnish the contracting officer or a representative of the Wage -Hour Division of the U.S. Department of Labor written evidence of the certification of his program, the registration of the trainees, and the ratios and wages 1 55 56. 57.1 prescribed in that program. In the Apprenticeship and Training withdraws a program, the Contractor will no ion utilize trainees at less than the app rate for the work performed until an a approved. (c) Equal' Employment Opportunity. The apprentices, trainees and journeymen un in conformity with the equal em requirments of Executive Order No. 1124 CFR Part 30. Employment of Certain Persons Prohibited vent the Bureau of proval of a training er be permitted to icable predetermined ceptable program is tilization of er this part shall be loyment opportunity , as amended, and 29 No person under the age of sixteen (16)•year� old and no person who; at the time, is serving sentence in a penal or correction institution shall be employed on the w rk covered by this contract. Regulations Pursuant to So -Called "Anti -Kickback Act" The Contractor shall comply with the applic ble regulations (a copy of which is attached and herein incorpor ted by refrence) of the Secretary of Labor. U.S. Department of L bor, made pursuant to the so-called "Anti -Kickback Act" of June 13, 1934 (48- Stat. 948; 62 Stat. 862; Title U.S.C. Section 874: and Title 40 U.S.C., Section 276c), and any other amendments or mo ifications thereof, shall cause appropriate provisions to be inse ted in subcontracts to insure compliance therewith by all su contractors subject thereto, and shall be responsible for the sub ission of affidavits required by subcontractors thereunder, except as said Secretary of Labor may specifically provide for reas nable limitations, variations, tolerances, and exemptions fr m the requirements thereof. Employement of Laborers or Mechanics Not List d in Aforesaid Wage Determination Decision Any class of laborers or mechanics which is n determination and which is to be employed and be classified or reclassified conforma determination by the Local Public Agency o report of the action taked shall be submitted Agency or Public Body, through the Secretary Development, to the Secretary of Labor, U.S. In the event the interested parties cannot a, classification or reclassification of a laborers and mechanics to be used, the questi, recommendation of the Local Public Agency or : referred, through the Secretary of Housing ani to the Secretary of Labor for final determina of listed in the wage er the Contract will bly to the wage r Public Body, and by the Local Public of Housing and Urban Department of Labor. ;ree on the proper particular class of )n accompanied by the ?ublic Body shall be I Urban Development, Lion. 47 a 58. Fringe Benefits 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 or mechanics includes a fringe benefit which is not expressed as an hourly wage rate and the Contractor is obliged to pay cash equivalent of such 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 of Public Body, shall be referred, through the Secreatary of Housing and Urban Development, to the Secretary of Labor for determination. 59. Posting Wage Detemination Decisions and Authorized Wage Deductions The applicable wage poster of the Secretary of Labor, U.S. Department of Labor, and the applicable wage determination decisions of said Secretary of Labor with respect to the various classifications 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 classifications, shall be posted at appropriate conspicuous points at the site of the work. 60. Complaints, Proceedings, or Testimony by Employees 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 writting 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, U.S. Department of Labor, whose decision shall be final with respect thereto. 61. Claims and Disputes Pertaining 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, U. S. Department of Labor, whose decision shall be final with respect thereto. 48 62 M Questions Concerning Certain Federal Statutes All questions arising under this contract wt application or interpretation of (a) the afoi Act, (b) the Contract Work Hours and Safety St aforesaid Davis -Bacon Act, (d) the regulati Secretary of Labor, U.S.Department of Labor, Acts, or (e) the labor standards provisions of Federal statute, shall be, referred, througt Agency or Public Body and the Secretary of Development, to the Secretary of Labor, U.S. i for said Secretary's appropriate ruling or shall be authoritative and may be relied upon this contract. Payrolls and Basic Records of Contractor and The Contractor and each subcontractor shall p: on forms satisfactory to and in accordance wi furnished by the Local Public Agency- or Contractor shall submit weekly to the Loca Public Body two certified copies.of all payro and of the subcontractors, it being understool shall be responsible for the submission of coi all subcontractors. Each such payroll shall Statement of Compliance'! set forth in Section Code of Federal Regulations. The payrolls records of the Contractor and each 'subcont; laborers and mechanics.employed upon the .wo: contract shall be maintained during the course preserved for a period of 3 years thereafter. basic payroll records shall contain the name such employee, his correct classification, ra rates of contribution or costs anticipated of in Section 1 (b)(2) of the Davis -Bacon Act) number of hours worked, deductions made, and In addition, whenever theSecretary of Lab, Section 5.5(a)(l)(.iv) of Title 29, Code of I that the wages of any laborer or mechanic inc any costs reasonably anticipated in providinu plan or program described in Section 1(b)(2)(: Act, the Contractor or' subcontractor shall ma show that the commitment of provide such bene that the plan or program has been communicates laborers or mechanics affected, and records w: anticipated or the actual cost incurred benefits. The Contractor and each subcontrac employment records with respect to persons ems the work covered by this contract available authorized representatives of the Secretary o. Development, the Local Public Agency or Publi, Department of Labor. Such representatives she interview employees of the Contractor or any working hours on the job. S. e . and Regulations ich relate, to. the esaid Anti -Kickback andards Act, (c) the ons issued . by the pursuant to said any other pertinent the Local Public Housing and Urban lepartment of Labor, .nterpretation which for the, purposes of ubcontractors epare his payrolls h;,instructions to be Public Body. The Public Agency or ls.of the Contractor that the Contractor les of payrolls of ontain the "Weekly 3.3 of Title 29, and basic ,payroll actor covering all k covered by this of the work and ,Such payrolls and nd address of each e of pay (including the types described daily and weekly actual wages paid. r has found under ederal Regulations, udes the .amount of benefits under a of the Davis -Bacon ntain records which its is enforceable, in writing to the ich show the costs in providing such or shall make his loyed by him upon for inspection by Housing and Urban Body, and the U.S. 11 be permitted to ubcontractor during 49 S. 64. 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 subcontrator, 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 work to which these Federal Labor Standards Provisions are applicable. 65. Ineligible Subcontractors The Contractor shall not subcontract any part of the work covered by this contract or permit subcontracted work to be further subcontracted 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 inelegible under the provisions of any applicable regulations issued by the Secretary of Labor, U.S. Department of Labor or the Secretary of Housing and Urban Development, to receive an award of such subcontract. 66. Provisions to be included in Certain Subcontracts The Contractor shall include or cause to be included In each subcontract covering any of the work covered by this contract, provisions which are consistent with the 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. 67. Employment Practices The Contractor shall (1) to the greatest extent practicable, follow hiring and employment practices for work on the project which will provide new job opportunities for the unemployed and the underemployed, and (2) insert or cause to be inserted the same provision in each construction subcontract. 68. Contract Termination; Debarment A breach of Section 45 and the Federal Labor Standards Provisions may be grounds for termination of the contract and for debarment as provided in 29 CFR 5.6. 50 J. S. DEPARTMENOF 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 6. Schedule of Minimum Hourly Wage Rates (See also pages 59 thru 63) ;, Builder's Risk Insurance 8. Special Equal Cppertunity Provisions 9. Certification of Compliance with Air and Water Acts 10. Special Conditions Pertaining to Hazards, Safety Standards and Accident Prevention nuar23a-n (R; '9-56; t II SEE PLANS AND SPECIFICATIONS ATTACHED 1. ENUMERATION OF PLANS, SPECIFICATIONS AND ADDENDA Following are the Plans, Specifications and Addenda which form a part of t) Paragraph 1 of the General Conditions, "Contract and Contract Documents! DRAWINGS General Construction: Heating and Ventilating: Plumbing: Electrical: Nos Is contract, as set forth in p. SPECIFICATIONS: General Construction: Page to ,. tact. Heating and Ventilating: to tact. , Plumbing: to , lad. Electrical: " to fncl to , Inc 1, to , Incl. ADDENDA: No. Date No. Da e No. Date No. Da e 2. STATED ALLOWANCES Pursuant to paragraph 36 of the General Conditions, the contractor shall in lode 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) 3. SPECIAL HAZARDS The Contractor's and his Subcontractor's Public Liability and Property Damage Insurance shall provide adequate protection against the following special hazards: Not Applicable ':a '.:is Project ¢• CONTRACTOR'S AND SUBCONTRACTOR'S PUBLIC LIABILITY, VEHICLE LIABILITY, AND PROPERTY DAMAGE INSURANCE As required under paragraph 28 of the General Conditions, the Contractor's Public Liability Insur- ance and Vehicle Liability Insurance shall be in an amount not less than i * for in- juries, including accidental death, to arty one person, and sub;ect to the same limit for each amount person, in an not less than i on account of one accident, and Contractor S Property Danage Insurance in an mount rot less than $ _ * *A7cunt cf Ccntract 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, or (2) insure the activities of his subcontractors in his own policy. 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: Not Appli::abLe Ic This Pro'ect 6. SCHEDULE OF OCCUPATIONAL CLASSIFICATIONS AND MINIMUM HOURLY PAGE RATES AS RE- QUIRED UNDER PARAGRAPH 52 OF THE GENERAL CONDITIONS Given on ?ages 6: _ and vvcx 7. BUILDER'S RISK INSURANCE As provided in the Genera] Conditions, paragraph 28(e), the Contractor )z]l/will note maintain 9rilder's Ilisl Insurance (fire and extended coverage) on a 100 percent completed value basis on the insurable portions of the project for the benefit of the O.ner, the Contractor, and all sub- contractors, as their interests may appear. strike out one. B. SPECIAL EQUAL OPPORTUNITY P°.CVISIONS A. Activities and Contracts Not Subject to Executive Order 1121.6, as Amended (Applicable to Federally assisted construction contracts and related subcontracts under $10,C00) During the performance of this contract, the contractor agrees as follows: (1) The Contractor shall rot discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The Contractor shall take affirmative action to ensnare 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 rot be limited to, the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertsirg; 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 cons'_dera- ticr. for employment without regard tc race, color, religion, sex, or national origin. (3) Contractors shall incorporate foregoing requirements in all subcontracts. 2. Contracts Subject to Executive Order 112;;6, as Amended (Applicable to Federally assisted ccnstructicr. contracts and related subcon- tracts exceeding $_0,000) During the performance of this contract, the contractor agrees as follows: (1) The Contractor will not d4scrirnnate 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 rot 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. 54 (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 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 employnert. (u) The Contractor will conply with all provisions of Executive Order 112146 of September 2L, 1965, and of the rules, regulations and relevant orders of the Secretary of Labor. (5) The Contractor will furnish all information and reperts required by Executive Order 112!46 of September 2t, 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 GOverrrient con- tracts or federally assisted construction contract procedures authorized in Executive Order 11216 of September 214, 1965, or by rule, regulation, or order of the Secretary of Labor, cr as otherwise provided by law. (?) "he 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 112146 of September 2i, 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 cr 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. Hone town or Imposed Plans In areas where a hometown plan cr imposed plan is operative, the Community Development Block Grant Recipient must contact the appropriate HUD Equal Opportunity Cffice for specific instructions. 55 J D. "Section a: in the Provision ant and Business During the performance cf this contract, the contractor agrees as follows: (1) The contractor egress to conply with the requirements of Section 3 of the Housing and Urban Development Act of 1968 ;12 USC 170(u), as amended, the HUt regulations issued pursuant thereto at 24 "FR Part 135, and any appli- cable rules and orders of :H issued thereunder. (2) The "Section 3 clause" set forth in 24 OF? 135.20(b) shall fora 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 21j CFR 135.20(b) A The work to be performed under this contract is on a project imitated un- der a program providing direct Federal financial assistance from the Depart- ment of Housing and Urban Develop- ment and is subject to the reg41remente of section 3 of the Housing and Urban Development Act of I9ee, aa amended. 17 U 8 C 1101u. Section 3 requires that to the greatest extent feasible oppo tuni- ties for training and employment be given lower Income residents of the project ant and contracts for work in connection with the project be awarded to business concerns which an located In. or owned in mubetit flat part by pe- smu teedi ng in the area of the project. B The nartia to this contract will Comply with the provt•lots of maid sec. Han 3 and the regulations Issued pursu. ant thereto by the Secretary of Housing end Urtyp Develorment set forth in 74 r'FR I , and all onpllrable rules and orders of the Department Issued then - under prior to the execution of this aon- •ract The partl•s t, this contract certify •oJ agree that they Pre under no con- tractual or other disabi lt7 which would _reve,t them from complying with thew requirements. C no eontr. ctor will send to each la- bor org'nintion rr repnmattative of workers with whlah he has a oollecUve bargaln•ne agreement or other contract or understanding if any, a notice advim- Ing the said la`or oreanlration or work - en' renresentarive of his commitments under this section 3 e:aun and &hall post copies of the notice In conspicuous place& available to employee& and applicants for em-Ioyment or trstning D. The contractor will include this section 3 clause In every subcontract for work to connection with the project and will, at the direction at the applicant for or recipient of Federal finanrelel aa- ststance. take appropriate action pursu- ant to the subcontract upon a finding that the subcontractor it in violation of regulations lesued by the Secretary y of Housln1d Urban Development,24 CFR �-� 7TP contractor will not sub- contract with any subcontractor where It has notl me or kn,eledge that the letter has been found in Tw1tlmt of nqusa- tlons under 24 CFR and will not let any subcontract unless the subcon- tractor has tint Provided It with a pre- limi.iary statement of ability to comply with the requirement& of these refu- iatiens E. Compliance with the provisions of aectlo>j?oeh- regulations set forth in 24 CFR — a -d sit anpllcsble rules and orders of the Department issued there. under prior to the execution of the con- tract, shall be a condition of the Federal financial asslatanee provided to the proj- ect, binding upon the applicant or reap. lent for rich salstence. Its sueeeeors, and assigns. Failure to fulfill thew re- quirements shall subject the applicant or recipient. 14 contractors and subcontrac- tan. Its successors. and assign to than sanctions specified by the grant or loan agreement or contract through which Federal assistance is provided. and to such •ap�tjons as ara specified by 34 CrR 56 q, CERTUFICA7ION OF COMPLIANCE WITH AIR AND WAR ACTS (Applicable to Federally assisted constructicn contracts and related subcontracts exceeding $100,000) Ccnpliance with Air and Water Acts During the perfcrmance of this contract, the contractor and all subcon- tractors shall conply with the require rents of the Glean Air Act, as amended, 1,2 USC 1857 at seq., the Federal Water Pollution Control Act, as amended, 33 USC 1251 et seq., and the regulations of thA Environmental Protection Agency with respect thereto, at 40 MFR 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 perfcrnance 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 4C CFR l>".20. (2) Agreement by the contractor to conply with all the requirements of Section 114 of the Clear. Air Act, as amended, (12 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 ha 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 3overnnent may direct as a sans of enforcing such provisions. 4 I 57 A. Lead -Based Paint Hazards (Applicable to contracts £cr construction or rehabilitation of residential structured) The construction or rehabilitation of residential structures is subject to the HUD Lead -Based Paint regulations, 21, CF?. Part 35. The Ccntractor and Subcontractors shall comply with the provisions for the elimination of lead -base paint hazards under sub -part B of said regulations. The Owner will be responsible for the inspections and certifications required under Section 35.1u(f) thereof. B. Use of Explosives (Modify as Required) 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 or 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. C. Danger Signals and Safety Devices (Modify as Required) The Contractor shall make 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 tc the Contractor. Such action by the Owner does not relieve the Contractor of any liability incurred 'under these specifications or contract. 58 l Federal Labor Standards Provisions Applicability The Project or Program to which the constn,ctio^ work covered by this contract pertains is being assisted by the Lofted States of America and the for owing racers' abor Standards Prov:Sion are incl..ded r this CortJaC1 curs,.art to the provisions acplicable Ic such Federal assistarce. A. 1. (I) Minimum Wages. Al laborers and mechanics emp.oyed or work- ng upon the site of the wo-k (or under the J^ ted States Hoairg Act of 1927 or under the Hous ng Act of 1949 n the ccrstructon or development cf the project). wil pe paid uncond,tiorally and not less often than once a week and without subsequent deduction or rebate on a^y account lexcep! such payroll deductions as are perm red oy regular ons issued by me Secretary of aocr uncle' me Copeland Act (29 CFP Part 3). the fu I amount o' wages and bona fide fr nge oerefis for cash equivalents thereof) due at t ne of payment conp,.ted at rates not less than those contaired r the wage dele-mination of We Secretary of Labc- whit` is atac"ed ne'eto a^d trade a part hereol. regardless o' any cont-acl•ral re atiors"•p which may be alleged to exist betweer to dc^tractcr and such aborers and necha^ cs Contributions made or costs reasonably anticipated for bona fide it nge benefits .r^cer Secac^ 11bit21 of the Day s -Saco^ Act on behalf of :abo•ers cr mec"anics are considered wages pad to sic" laborers or necnan Cs subject to the prov s ons o' 29 CF95 5,a)(1)(v): also. regular cone buttons made or costs rcurred 'or more than a week y period (but rot less often man Qua-tteriyl ,.rder cans, funds, or p-ograms. which cover the particular week y pencil are deened Ic be constructively made or incurred during such weekly period. Such aborers and mec^a^ics shall be paid L^e app-=- ate wage rate and fringe benefits on the wage determ nation 'or the ciassification of work actual y performed, without regard to sit II, except as provided ir 29 CFR Pail 5 5(a1(4). Laborers or mechanics performing wo-k in more than one c assi'Ical on may be compensated at the rate spec it ad 'or all classifica- :,c'h 1C' Ire t ne acLally worked "herein: P-ovided. That the employer's pay- -C I records accurate y set fort the time spent in each classification in which work s performed. The wage determination (ircludirg ary additional c•assi'icat on arc wage rates conformed under 29 CrR Part 55(aX1)(ii) and the Davis -Bacon poster (WH-1221) sna I be costec a: ad times by the con- tractor ard ts su ccctacicrs at the site of tre wcrK in a cmrert and access:blet place where it can be easi y seer by the workers. (ii) (a) Any class of laborers or nechanics wh ch :s not :.sited in the wage de:erniraticr a^c w^ oh s IC be encioyec .rider the ccrtracl shall ce class.f ec r. ccrfo-mance * t" L^e wage determination HUD shall approve an acditional class•l caticr and wage rate and fringe benefits terefo'e only when the tC low rg c' tena have been met (1) The work to be performed by the c assificaaon requested is not performed by a classifcatre^ in me wage de:erni^aticr. and (2) The class ficaion is util zed i^ to area byte corstruction dustry. and (3) The proposed wage -ate. nclud ng ary bona fide range bene- 'its, bears a reasonable relationship to the wage rates contained in We wage deternratic-. (b) f the contractor and the aborers and mec"arics to be employed •he c assi"cal on 9f knowr9. or their representatves, and HUD or its desig-ee agree on the classification and wage rate inc uding to amount desig-ated to- ln-ge benefits where appropriate). a report of the acton ake^ shall be se -'t by HUD a' :ts designee to t`e Adm nistrator at the Wage and Hour Civision, Emplcymert Stardards Adm.nrstration, U.S Depa-tnen! o''adcr Washrgton. J C. 20210. The Administrator. or an authorized representative. will apdreve. modify. or d sacprove every additions classifi- cation action within 30 days of receipt and so advise HUD or its designee or wil notify HLC o- its designee within the 30 -day period Nat additional I me is necessary (Approved by the Cf.ce at Management and Budget under OMB control number 215-&14C) (c) Ir the event the co^tractor the '.aborers or mechan as to be employed in Lie class% cater o- ter representatives and HUD or its des ynee do not agree on L^e proposed classifcatior and wage rare ;inc uding ire amount desig^ated for fri^ge benefits. where approorate). U.S. Department of Housing and Urban Development r HJD or is desigree shall refer the Questions •rcludirg they ewe of a I nterested parties and the reccmmerdaton of HUD or its designee. to the Administrator for detemi^ation Ire Administra:or, or an authorized repre- sentative, will ssue a determination within 30 days of receipt and so advise HUD or its designee or will notify HJO or its des gnee within Lie 30 -day period that additiona, time is necessary (Apc'cved by the Office of Man- agement and Budget under OMB Cortrol Number :215-0 ; 40; (d) The wage rate (ircluding 'range benef is where appropria:e) determired pursuant to subparagraphs (')(b) a' (c) of this paragraph. shall be paid to al workers performing work in me classircation ,.r..der this con- tract from We first day on which work is performed in the classification. (10) Wherever the mrmum wage 'ate prescribed ir he contact 'or a class or aborers or mechanics ncludes a fringe benefit wh ch is not expressed as an hourly rate, the cortractor shall either pay the berefit as sated l^ the wage determination or shall pay another Dona fide fringe benefit or ar "tidy cash equ valert thereof. (iv) 11 the contractor does not make payments to a trustee or of"er third person, the contractor may consider as pan of the wages or ary laborer c - mec`aric the amount of ary costs reasonably anticipated in providi^g bona flee 'range benefs .rder a plan or program, Provided. That the Secretary of Labor has tcurd, ,ipon the written request of t^e cortractor, tat the applicable standards of the Davis -Bacon Ac: have been met The Secretary of Labor may require the contractor to set aside in a separate account assets for the meetirg of obligations under the plan or program. (Approved by the Office of Managemert and Budget undo- OMB Cortrol Number 1215.9140.) 2. Withholding. HUD or its designee shall upon its own action or upon written request of an authorized representative of the Decartment of Labor withhold or cause to be withheld from the contractor under the contract or any other Federal contract with the same prime contractor or any other Federal.y-assisted contract subject to Davis -Bacon preva ling wage requirements, which is held by the same prime contractor so much a' the accrued payments or advances as may be considered necessary :o pay laborers ard mechanics. includ•ng apprentice% trainees and helpers. employed by the contractor or any subcontractor the full amount a' wages required by the contract In the event of failure to pay any laborer or mec"aric. including any apprentice, trainee or helper, employed or working on the s te of the work (or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project), all or part of the wages required by the contract HUD or its desig- nee may. after written notice to the contractor, sponsor. applicant of owner, take such action as may be necessary to cause the susperson of any further payment advance, or guarantee of funds until such violatons have ceased. HUD or its designee may. after w'itar notice to the contractor, dis- burse such amounts withheld for and on account of the contractor or sub- contractor to the respective employees to whom they are due. The Comp- troller General shall make such disbursements in the case of direct Davis -Bacon Act contracts. 3. (q Payrolls and basic records. Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work preserved for a period of three years thereafter for ail laborers and mectharics working at the site of the work or under the United States Housing Act oil937, or under the Housing Act of 1949, n the construction Cr development of the pr0jedt). Such records snail contain the name, address, and social security number of each such worker, his or her cor- rect classrficaton, hourly rates of wages paid (Including rates of contrbu- tons or costs anticipated for bona fide fringe benefit, or cash equivalents thereof of the types descrbed in Section 1)(2X8) of the Davis -b; con Act. daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary Cl Labor has found under 29 CFR 5.5 (aX1 Xiv) that the wages of any laborer or mechanic include the amount of any costs reasonably antcipaled in providing benafs under a plan or pro- gram described in Section 1(bX2XB) of the Davis- Bacon Act the contractor shall maintair records which show that the commitment to provide such Previous Edition is Cbsolets 59 HUD -010 (2-84) IHB 1344.1) 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 antici- pated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certifi- cation of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. (Approved by the Office of Management and Budget under OMB Control Numbers 1215-0140 and 1215.1017.) (ii) (a) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to HUD or its designee if the agency is a party to the contract but if the agency is not such a parry, the contractor will submit the payrolls to the applicant sponsor, or owner, as the case may be, for transmission to HUD or its designee. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR Part 5.5(a)(3)(i). This information may be submitted in any form desired. Optional Form WH-347 is available for this purpose and may be purchased from the Superintendent of Docu- ments (Federal Stock Number 029-005-00014-1), U.S. Government Printing Office, Washington, DC. 20402. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. (Approved by the Office of Management and Budget under OMB Control Number 1215-0149.) (b) Each payroll submitted shall be accompanied by a "Statement of Compliance." signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: e (1) That the payroll for the payroll period contains the information required to be maintained under 29 CFR Part 5.5 (a)(3)(i) and that such information is correct and complete: (2) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indi- rectlyfrom the full wages earned, other than permissable deductions as set forthin29 CFR Part 3; (3) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the clas- sication of work performed, as specified in the applicable wage determina- tion incorporated into the contract (c) The weekly submission of a property executed certification set forth on the reverse side of Optional Form WP -347 shall satisfy the requirement for submission of the "Statement of Compliance' required by paragraph A.3.(ii)(b) of this section. (d) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under Section 1001 of Title 18 and Section 231 of Title 31 of the United States Code. (iii) The contractor or subcontractor shall make the records required under paragraph A.3.(i) of this section available for inspection, copying, or transcription by authorized representatives of HUD or its designee or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcon- tractor fails to submit the required records or to make them available, HUD or its designee may, after written notice to the contractor, sponsor, appli- cant or owner, take such action as may be necessary to cause the sus- pension of any further payment advance, or guarantee of funds. Further- more, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR Part 5.12. 4. (i) Apprentices and Trainees. Apprentices. Apprentices will be per- mitted to work at less than the predetermined rate for the work they per- formed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State Apprenticeship Agency recognized by the Bureau, or if a person is employed in his or her 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 eligible for probationary employment as an apprentice. The allowable ratio of in any craft classification shall no contractor as to the entire work k worker listed on a payroll at an al or otherwise employed as stated applicable wage rate on the wag' work actually performed. In additi the job site in excess of the ratio shall be paid not less than the ap nation for the work actually perfo construction on a project in a loc registered, the ratios and wage re neyman's hourly rate) specified it tered program shall be observed. less than the rate specified in the level of progress, expressed as a specified in the applicable wage fringe benefits in accordance wit program. If the apprenticeship pr apprentices must be paid the full wage determination for the applic determines that a different practic classification, fringes shall be pai the event the Bureau of Apprenti' ticeship Agency recognized by U apprenticeship program, the con apprentices at less than the appl performed until an acceptable pr (ii) Trainees. Except as prov permitted to work at less than th' formed unless they are employe' a program which has received p cation by the U.S. Department of stration. The ratio of trainees to j, greater than permitted under the Training Administration. Every trn specified in the approved progra expressed as a percentage of th applicable wage determination.' accordance with the provisions gram does not mention fringe bii amount of fringe benefits listed c Administrator of the Wage and h apprenticeship program associa wage rate on the wage determir fringe benefits for apprentices. A trainee rate who is not registerei approved by the Employment ar less than the applicable wage ra actually performed. In addition, e in excess of the ratio permitted t not less than the applicable wag work actually performed. In the istration withdraws approval of e longer be permitted to utilize trai mined rate for the work perform' approved. (iii) Equal employment opp trainees and journeymen under equal employment opportunity r amended, and 29 CFR Part 30. 5. Compliance with Copelanc comply with the requirements o'l reference in this contract 6. Subcontracts. The contrac contracts the clauses contained other clauses as HUD or its des require, and also a clause requi clauses in any lower tier subcoi responsible for the compliance tractor with all the contract clau apprentices to journeymen on the job site be greater than the ratio permitted to the ce under the registered program. Any Drentice wage rate, who is not registered bove, shall be paid not less than the determination for the classification of n, any apprentice performing work on ermitted under the registered program fixable wage rate on the wage determi- ned. Where a contractor is performing lity other than that in which its program is es (expressed in percentages of the jour - the contractor's or subcontractor's regis- Every apprenctice must be paid at not egistered program for the apprentice's >ercentage of the journeymen hourly rate etermination. Apprentices shall be paid the provisions of the apprenticeship gram does not specify fringe benefits, amount of fringe benefits listed on the able classification. If the Administrator prevails for the applicable apprentice in accordance with that determination. In eship and Training, or a State Appren- 3 Bureau, withdraws approval of an actor will no longer be permitted to utilize able predetermined rate for the work gram is approved. led in 29 CFR 5.16, trainees will not be predetermined rate for the work per - pursuant to and individually registered in or approval, evidenced by formal certifi- abor, Employment and Training Admini- urneymen on the job site shall not be Nan approved by the Employment and nee must be paid at not less than the rate n for the trainee's level of progress, journeyman hourly rate specified in the rainees shall be paid fringe benefits in f the trainee program. If the trainee pro- iefits, trainees shall be paid the full i the wage determination unless the )ur Division determines that there is an ad with the corresponding journeyman ton which provides for less than full iy employee listed on the payroll at a and participating in a training plan I Training Administration shall be paid not a on the wage determination for the work iy trainee performing work on the job site ider the registered program shall be paid rate on the wage determination for the. rent the Employment and Training Admin- training program, the contractor will no lees at less than the applicable predeter- d until an acceptable program is thy. The utilization of apprentices. part shall be in conformity with the rements of Executive Order 11246, as t requirements. The contractor shall CFR Part3 which are incorporated by or subcontractor will insert in any sub - 29 CFR 5.5(axl) through (10) and such tee may by appropriate instructions g the subcontractors to include these icts. The prime contractor shall be any subcontractor or lower tier subcon- 3 in 29 CFR Pan 5.5. 60 7. Contract. larmInalion; debarment A treach of lire contract clauses in 29 :FP 5.5 may be grounds for terniration cf the c:rtracl and low debar - Meat as a contractor and a subcontractor as provided n 29 CFR 5 12 8. Compliance with Davie -Bacon and Related Act Requirements. Al ru,- ings and interpretations of the Cans -Saco- and Related Acts contained i- 29 CFR Darts 1. 3. and 5 are herein incorporated by reference n this contract. 9. Disputes concerning labor standards Disputes arising out othe labor standards provrslors of tors contract sha I rot be subject to the general d•sp..tes cause o' this ccrtract Such disputes shal be rest ved ih acco-- dance w th the procedures of the Department of Labor set forth in 29 CcR Para 5.6. and 7. Disputes with r the mean rg of this: a,.se incude cis- o.tes between re contractor or ary of is subcor.-ractors) arc HJD or is desyree, the U S. Department of tabor, or the erpl:yees c' the r re0resentatives. 10. Of Certification of Eligibility. By erte-irg rto thus contact :he con- :racto- certifies that neither R (no' he or she: nor ary persor I rn who has an nle-esl in tie contractor's firm s a person or 'in vie igib a to to awarded Government co -tracts ty virtue of Section 3(a; o' the Davis - Bacon Act or 29 CFR 5.- 2ia)111 or to be awarded HLC contracts or partci- oale n HUD programs pursuant 10 24 CFR Part 24 (Iii No part 01 :cis co -tract sha'I be supcortracted 1: any person or him irelig•ble for award of a Government cc^tract by virtue of Secao" 3(a) of 'he Davis -Bacon Act or 29 CFP 5 2;a)(t) or to be awarded HLC ce-tracts 0' pan cipale in MUD programs pursLanl t:24 CFR Pa^. 24 (1i The banally to macirc 'alse satemerts s press ,bet :he U S. Cnmra, Coce. • 8 L'S C 1001 Addil oval y U.S Cr meal Code. Sect on C T tie 18 J.S.C., "Federal Housing Admmsl-aton transactic^s , pro- vides in part'"N"oeve'. for 1"e pLrpose 0'. Int Lancing in any way the actor of such Admristratcr. makes. ..hers or pup istes any statemert Knowing vie sane t : be false.. shall be firec no: more than $5,000:r n0- scree not more the^ two years, or Dctf 11. Complaints, Proceedings. or Testimony by Employees. no aborer or mechan c to whom l' a wage salary, or other abor standards provisions of this Contact are appi cable shall tie d sc"arggec 0' it ary otrer manner discr n nated agars: :y the Contactor or any sudcprlracto- because such emp:oyee has riled any :cmpia nl or inst tu-eC caused 'o De rust tutee ary proceed rg or has testi'ied or s about to testi'y ,n any proceed ng ,urder or relating tc the abor sat,:arcs as icabe under this Ccr.Irac.!o "is employer B Contract Work Hours and Safety Standards Act As .;sed in t^.s para- graph, the terms "aborers and "mechan cs •'C Lde watchmer and guards. (1) Overtime requirements No contractor or subcontractor contracting for any part o! the cont-act w:r.c wh cr may -equ re or nvolve the emplcy- nent of laborers Cr mecranics shat require or oern t ary s..cr aborer or nec^aril n ary WOrkweeK in whrc'l he or she is employed on such work to via -K in excess of eight 'curs in any ca erdar day Cr in excess of icrty hours in sus'- workweek unless such laborer or mechanic receives com- pensaticr at a rate not less than one and one -ha? times the basic 'ate of pay for al, hours worked n excess of eight hours in any calendar day or in excess of forty hours in such workweek whichever is greater. (2) Violation; 'lability for unpaid wages: liquidated damages. In the event of any no atio- o' the clause set forth in subparagraph 11) of this paragraph ire contractor and any subcontractor responsible therefor shall be hatle 'or the unpaid wages In addition, s:.ch contractor and subcon- tractor shall be liable to the United States (ir the case o' work dore urder contract for the District of Cc umber or a territory. to such Distract or to such :err toryl lo' IigLidaled damages. Such liquidated damages shall be com- puted wit• respect to each individual laborer or nechan c, ncluding watchme- and guards. employed in violation of the clause set 'orth in sub- ca-agraph t• 1 of this paragraph. in the sum of $10 Ier each calendar day or wricn such ind•v dual was -equ red cr perm tied to work in excess of erg"t ndvrs or r excess of the standard wcrxwee'c of forty h0u's WII^dUl pay- ment of we overtime wages required by the clause set forty r subbara- graor ill of this paragraph. (3) Withholding for unpaid wages and liquidated damages. HUD or its designee shat uper :ts owr action or upon writer request o' an autho- r zed represertabve of the Department of Labor withhold o' cause to be wit' held, from any moneys payable on account of work performed by the contractor or subconi-actor under any such contract or any other Federal contract w th the same prime contract or any other Federally -assisted con- tract subject to :he Cortracl Work Hours and Safety Standards Act which is he d by the same prime contractor such sums as may be detern•red to be necessary Ic satisfy any I.abil ties of sucr contractor or subcortractor for unpaid wages and liquidated damages as provided :n me clause set Io'.h n subparagraph (2) of this paragraph (4) Subcontracts. The contractor or subcontractor sha Insert in any subcontracts the clauses set forth in subparagraph (1) through (4) of this paragraph and also a clause req,rring the subcontractors to .nclude these clauses r any lower tier subcontracts The prime contractor shall be responsible icr compliance by any subcontractor or lower be subcontrac- tor w th the clauses set tooth r. suboaragraors (1) through (4) of this paragrapn C. Health and Safety (1) No laborer or mechanic .hall be required to work n surrourdings or under working cond•tiors which are unsanitary, razardcus, or danger- ous to his health and safety as determined under construction safety and `eadh standards promu gated by the Secretary of Labor by regulabon. (2) The Contractor shall comply with all regulations issued by the Secretary of Labor pursuant to rite 29 Part 1926'Icrmerly cart 1518) and failure to comply may result in imposibon of sarchons pursuant to the Car - tract Work Hours and Safety Standards Act IPubl c Law 91-54, 83 Stat96) (3) The Contractor shat irclude the provisions o! this Article in every subcontract so that such provs,ons w 11 be binding on each subcontractor The Contractor shall take such action with respect tc any subcontract as the Secreary of Housing and Urban Development or the Secretary of Labor stall direct as a means of enforcirg such provisions 61 HUD -4010 (2-84) 1. a COUNTY(ies): WASHINGTON SUAR1020A 01/25/1990 Rates BRICKLAYERS 11.88 CARPENTERS 8.51 CEMENT MASONS 9.81 ELECTRICIANS 8.70 IRONWORKERS. 8.14 LABORERS (GENERAL) 5.90 PAINTERS 8.00 PLUMBERS & PIPEFITTERS 11.10 ROOFERS 11.91 SHEET METAL WORKERS (INCLUDING DUCT WORK) 7.94 TRUCK DRIVERS 6.00 POWER EQUIPMENT OPERATORS: Bulldozer Operators 8.40 Backhoe Operators 7.31 Tower Crane Operators 8.97 Loader Operators 8.19 Scrapers 8.46 -------------------------------------------------- WELDERS: Receive rate prescribed for craft perfor to which welding is incidental. -------------------------------------------------- Unlisted classifications needed for work not inclu scope of the classifications listed may be added a as provided in the labor standards contract clause 5.5(a) 1(ii)). END OF GENERAL DECISION C Fringes ng operation 3 within the =_r award only (29 CFR L AR930004 - 2 IMPORTANT NOTES 1. It is the intent of these specifications that all of the facilities would meet the requirements and guidelines of the American Disability Act (ADA). Parts of the ADA regulations are attached in section F of this document, however, all the regulations should be followed whenever applicable. 2. The concrete floor slab should be finished in such a way that it will drain adequately into the floor drains as outlined on the plans. 3. Extra care shall be taken to insure that all of the fixture heights and other dimensions shall comply with ADA guidelines. 4. colors of any paint or fixtures shall be approved by the parks department prior to application or installment. 5. The finished grade of the ground around the outside of the facilities shall be such that will prevent surface water from entering the building or create water accumulation. • • • • r � • • • • FAYETTEVILLE PARKS CITY RESTROOMS RIGHT SIDE I It 20io 4!1 3 PANELS @ la18 4 �o1,JT5 %2 = ZO 2- 1 �4 WPI !P1 ' n 1 n 1 x u 1 , 52 3o �c 5c 4o 1 A/ ImL � — 0 II = QY 0 a a 3 r v ti' n! 3 c S. __ ______ O 0: ___________ "C 4P d Yi'' 5 WPG vI� ` w'4 vJP B WF? pur_ _ _ _ _q: - I 3 e• T L I 3 - I V � 1 M ' IltI I c. ai i 3! ' i C 2 4 3. OI• ' e/ o° 4'0 •• z- k �\ WPI `NP 1 w?I LEFT scs +• 4-t'- ti-'. # .blj 'vSli` tli �i�id�lnC5 In Y� ern F I l 4 1 -I I. I. C Cu SYMMETRICAL ABOUT i if FAYETTEVILLE CITY PARKS RESTROOMS i BUILDING HALF -SECTION I 03 I • RIGHT SIDE 6_e1 •7'II _- _t A A•A I I I � I N • I : h m •of y ■ A /] - 4' 1/211 4 1. ' a a n aaI 55 # 3° 30" N' - NI ,D I .L1 rFD 0 _P ■ 9 ■ 8 II ' I r Q .Q � FJ Ni ? —I Z Lu- NI LL IM . a A ____ N (C c rD so Q I ' /I 55 3 o -� . FD ___ Q 51 9 4141/211 II :N �� N mi A to Q A A A 7 1 i 1.11 I LEFT SIDE FAYETTEVILLE CITY PARKS RESTROOMS WELD PLATE LOCATION P, 5X3X3/84X8'L3. . 1/2' 0 X 5" STUGS TYPE A WELD PLATE 6x8 X3/8 E I/2' a X 3" STUC TYPE 8 WELD PLATE TYPE C WELD PLATE 4X4X3/8 t N •6' 1/2" RESAR SENT AS SHOWN TYPE D WELD PLATE FAYETTEVILLE CITY PARKS RESTROOMS I WELD PLATE DETAILS I D5 PANEL *ID T4 CR wE GwT II LJJ a a • 7� Ii ° ° a -:' i a J� �m ° o. e 1I14 I. iI #3 RE3AR 15 12 C.C E -N. —C4 X 54 CHANNEL NE_D 'C ;,imANNELS (MITER CORNERS( TYPICAL N`ERIOR PANEL SECTION NP 4 7WRU NP 0 PAYE_ WIO�H OR HE GHT Jr ° A • o a • • • a. 4 C4 X S4 CHANNEL TEXTURED EXTERIOR FACE TYPICAL EXTERIOR PANEL SECTION NP I TMRU wP 3 CHANNEL FRAME SHOWN !N POSITION BEFORE CASTING CONCRETE RETAINER x4 RIPPEC W/4. 2 SLOPE , BLOCK I• I, jt 7/16 PRESSED NAROBOARO SIDING _J1 �___, N/w00D GRAN TExTJRf 1/2" CO -X PLYWOOD BACKER FORM LINER DETAIL FAYETTEVILLE CITY PARKS RESTROOMS I PANEL DETAILS I 06 I I. 8-0 It I i La Z II aQ N 30 2-9' I U J X I La _ W N a1 cD 01 Q LU I 04 fn z J N z I ~ W 3 v} I N I' `4 l.a. O- '' I. U O z r a U.' U W LU W N TYPE C ' '/ D: 11 WELD PLATES 3-8 a z 3 ~a I i U Wxx z �O W pl~ 2 1 i a 3 W3R �0CATI0 . , M1 a VI T a _n 2 C Ia- :n z O I Ill - W 3 w IC Lu z a a FAYETTEVILLE CITY PARKS RESTROOMS I WPI, WP2, a WP3 07 i i'- e" 1 ii i 'y m 1 V = r L.. C O s + - I l 1 - fl In '43 Ct ><JY z J aJ W C N z O t U - C w 3 W_ J a N J W z a �; a 1 Y .0 CO c • - I o+ a I t O 'lol �•� it to -J FAYETTEVILLE CITY PARKS RESTROOMS I WP4, WP5 a U eo 5 0 Q� a a x=Q - 7 N W F QC C e 6 W W J y W --ajlcW - HCW ��Jw N<O a z o s gym= h 0�m xCOWC UCzz N pJf— UWWO_ WWH '--op..uo3<u 3C 3 z J a W i C C W 3 a w w z C a W N l0 w 3 ~ ' FAYETTEVILLE CITY PARKS RESTROOMS we, Wp7 . )r t9 1y� N w 3 i • V Ij I I Z x l g- J fL w 0 2 f f O 1 z v S C L 3 U _45 CO Q N •t, S ' z URINAL - - —� � C W V'N m w a '^ Imo" . I'. R" . R". I'. 1" 3 H e = ( URINAL - 0 0 0 i II' -8" FAYETTEVILLE CITY PARKS RESTROOMS I WPB, WP4R 010 EXTER'OR FACE i— CONTINUOUS WELT 1 ' 0 a e a -BACKER ROO a CAULK VERT'CAL WALL PANEL CCNNECTION In fl • CONTINUOUS BACKER R WELD S CAULK i ' •. A / EXTERIOR e '.o.' FACE VERTICAL CORNER CONNECTION • •• 1 �liltt(. )''I'i!VIII y I II, o , e WELD 0. A D C.. EXTERIOR WALL PANEL TO FLOOR CONNECTION FAYETTEVILLE CITY PARKS RESTROOMS CONNECTION DETAILS 012 ii /2 x 9 REC'wCCC r4SC:l GRIP EDGE' r BUILDING a� r1r e -' - =qSp - SKYLIGHTS SNI,VGC _ — FAYETTEVILLE CITY PARKS RESTROOMS I ROOF PLAN I 013 i I /I . 9 v. V ... .,A.19 AD CTIM WCAMCR r-.rnhwuw Tr In.� NOTE -OUT TO OUT DIMENSION OF GATES TO BE 3'-4" X ELEVATION 2x2x!/4 IBS*//2' HCLE CUR PAOLOCX (2 REG�) 2X2X1/4 STEEL TUBE 4 ^ OUTSIDE d N r :I u NSIDE DOUBLE NEIGHFU1 %JAI P Y PRMME COATED AM Ex�A.r,ED METAL (CM EQUAL) SECTION s • I FAYETTEVILI E CITY PARKS RESTROOMS [ ENTRY GATE DETAIL I D14 • W �C -I - ~ <S \_ nW 'i xJ v. xx\i —W C' j z3 L a- t- Zo , I \/ __ a W! / = x. ' / N Q S Ca W y r II ;l_ m�F r r W r r x j"' :J X67 A / WyW� f r�SW I'_ f ass W4 sits I .. W 00 I I i= rz3 ma, san dam I J JI -- 33 JJJh �<6 I.J�a .r W Q V II WOO `--a` x s S W I f W O O m ❑ . xJ I n W xia vN ,.r EXTERICR WAIL PANEL FAYETTEVILLE CITY PARKS RESTROOMS STALL DOOR DETAIL I015 I / CONCRETE WA._ PANEL 4 ^. wEIJ :Ls r. .rte ,.ii 401 I -i2 SLACK PIPE w/2 ELBCws W '0 WALL PL PLATES Cl EL kAhOICAP SPAS BAR 0 BE MOUNDED OM TWO }WALLS IN -IANOICAP STA... BI 2'-9' A.F.F. GRAS BAR JAIL METAL D00P FRAME � r INELt _ nl WELC DOOR JAMB DETAIL I. 3/070 MOLE 13/4. 4 #3O MASTER LOCK S DE VIEW o x1.3/4 X 3/16 e r---_--? %I BENT PLA—E a. C_Onktact + b C e � L------= d one rte__ '7 a I�r_J TCP VIEW PAPER µCLDER DETAIL FAYETTEVILLE CITY PARKS RESTROOMS I MISC DETAILS D16 2X6 6 CuTRIGGE; 1/2" PLYWCCO DECK REDWOOD FACIA 3/9' RCLGH-SENN PLYWOCO SCFFiT- /2'•X 6ya EXPANCE: MVAL-STAPLE a 4"C.C 2X6 AFTER —j -3/8"AC 'LYWCCC CEILING TREATED 2x 4 OLATE TREADED 2X4 4 ST;, 0 2-0" CC. 3/9" BOLTS • SEE DERAIL BELOW • ° ..CONCRETE PANEL 10, , • SCREEN 8 SOFFIT DETAIL 3/8" X 2" BOLTS /t 3'-4" CC. NUT 8 WASHER WELDED TO TOP CHANNEL CF CONCRETE PANEL. (2 PER PANEL) TYP'CAL EXTERIOR PANELS 8 TREATED 2 X4 • PLUMBING CHASE WALL PANELS • O A CONCRETE PANEL • A 7 r NAILER PLATE DETAIL FAYETTEVILLE CITY PARKS RESTROOMS I MISC DETAILS I Di? I 1 I/ a I wC L 1. FAYETTEVILLE CITY PARKS RESTROCMS Ca.. 0 Uk SEWER RISER DIAGRAM DiS II (e I' I, ALL _ GHT - z -„DES C BE iENAL_ 374 wit -14 FLUORESCENT LAMP AA�L MCLN E ,I Q-SA.F.= AL.. F'XT. RES, SW:TChES, AND CONDUITS li BE -U.C ^'-'/ —is Mr panel 12c/24c V 1 04w ZooA M,S. wf , - zo A %P G S. MA I. FAYETTEVILLE CITY DARKS RESTROC%lS I ELECTRICAL PLAN 1 D 9 . Metcraft f39f0 Keaster Drive Grandview, Mis16)761.6x030 l 0I m nJL T•Isphon• f816) 761.3250 Stainless Steel Securityware TOI LET PRCDC P MAY SHOW SCN.E CPrICNS. nSrAI LA:ION A six point anchor sy,1tj .. is used to secure fixture to :.all. Anchors consist of 13 .^m ,:/2") diameter threaded steel rods, back- up plates and Nuts. rands are screwed into fixture, go through wall and are tightened up from chase side of wall. wall opeiings are to be provided by ct`,ers from rough -in drawings supplied by raanufactuxer. (See back side of page) SPECIFICATION Toilets Metcraft Model 101-SL.1.9.r.+ (14 ga.) Type 334 s.s.toilet with No.4 satin finish,*manu- factured by Metcraft, to CSA 845.4-1975, complete with blowout jet type trap. with wall outlet; six point anchor system. See options on back side of page. * Except trap with smooth texture. DESCRIPIcs A 24" deep toilet fabricated using heavy 1.9 :Rm (14 gauge) Type 304 stainless steel polished to a to, 4 satin finish! Al]. internal piping and fittings are stainless steel. Seamless, integral nstructicn is security, tamper -proof design. Supplied complete with fixture trim, and options U'SE Primarily designed for penal and other type installations where maximum protection against vandalism is required. Ideal for new work or renovation. s alowout jet type toilet with elongated bowl, self -draining flushing rim and :ntegral seat wntoured for comfort. • Six point anchor system for securing fixture to wall. • Structurally reinforced back or. each unit. •+3on-combustible, sound -'deadened interior. OPTIONS & ACCESSORIES Conforms to CSA 845.4-1975. Toilet trap will pass 67 am (2-5/8") ball and be fully aiclosed. Load testsi No deflec- tion with loadings up to 9^8 kq 12C00lbs). Pb persmnent damage with loadings up to 2270 kg (5000 lbs). D Z( 101•SL Toilet Optlom & Accessories Chart unit „q,t Willits.I fee ew1CITe Yt<feuCAflt11. sepal Tt IOTitet eseTNa M WA.tlI. ma 1/) it. elMewTy. 2O Security frame (protects against egress into pipe place in the event fixture is removed from wall). 54 Mirror finish on toilet seat. 55 Hinged Iblack)(white) past1c to:let seat. 58 Metal template. • 10 a111 MI?!' Top Inlet. 81 ecease tissue holder for. wall. 99 Toilet Tissue Hook. Nen Wee1W WALL •W161gtt «ELL nun ' p. n . ►... N :: • d � .vt'nn f NIWLIT to 14111' CONN<CTIOII P OTN1ee SIDE ELEVATION FRONT ELEVATION OF WALL SHOWING RLWItSLD OPENINGS I.NQSat Nr at a' S *4•.w,rWew+rwWrw. .d 01WWWwW.erl�f�rwW MWW.nweeWi.e�w II C. .�. 75 @544 AVIV �Nsr L 7HIC.�NEe55 T�oN %i --- ❑ PcUKEr ❑ OI' ii IF •1 \ Iv I WALL GEL:. S&0 N PLA I" lcl:WINC, Apps PASS �/ TrK4.1 �AM£ r° z- tars P0rwr AT c 'L ml'• -v • ae v a i f 4 I. IL — I —o I' "LOYD Q GHL O e 6 I_•e' I ITGp a8. PeoU7 IVY. IKM OW' atsJID 1 1468 aaq- ._ IIstsni el �. t♦. eN1• J7C s ;�-� nar rte. 3, 4. Metcraft Grencv�ew. M ssot.r1 6403C Terevhcre 8'E'"6'•3250 Stainless Steel Securi PROOCOT :tAY SHOW SO'•!E CPflONS. f.. Installation A 'our poir: ancrcr syste^r is used :o secure fxture t: wall. Arcrcrs consist of 13 rim "2") diameter tnreadec steel rods. back-up pia:es anc 'tuts. Rods are screwed tiro "xture, go through wall and are tightened .p from chase s;ce of wail. 'rVat Ccer;r.gs are to be provided by ct^ers'' n rough• n draw.rgs supplied by manutac: her. (See back s ce cf page 300-U RWB Urinal Description A biowcul ,et type wall r.eur!ed urra. facrca:ec using heavy 1 9 rim ;14 gauger Tice 2C4 star.ess stee pcnsred to a No.4 satin lin.sry Sea-rtess ;r:egrai ccr- slr,;;,ton S secur.ty, :amcer•orocf design. S..cci ed complete with lature :rim, vaive5 and ether cot ors .f desired. Use Primarily designed For penal and ether stm ar :yCe rstaila:'ons where maximum protection agar.st vandalism is •equ,red. Ideal for either new wcrK cr rencvaticn. Reccrrmended tar problem urinal areas (constantly Plugged drains, etc.), ' where greater, more positive flushing action is desired. Standard Features • See General Features in Selection Guide brochure. • Blowout ,etype flushing action with 360° flushing rim washdown. • 38 mm (1.1/2") IQs. back water supply fitirg. • Sicped bottom with 76 mm (3") diameter oper Crain. • 'cur point anchor system for securing fixture Ic wail • Structura:ly reinforced back on each unit • Nor*ccrr•bustible, sound.deadened interior. Options & Accessories See back side of page and check items required Standards & Approvals Trap wtl1 pass 67 mm (2.518*) ball and be fully enclosed. Specification Wall Mounted Urinals Melcraft Model 300•URWB 1.9 mm (14 ga.) Type 3C4 s.s. urinal with No. 4 satin finish manufactured oy Metcraft, complete with: blowout jet type itush;rg action: 360° flushing rim washdown; 38 mm (1 Ys") is s water supply fitting; 76 mm (3") diameter oper drain, four point anchor system. See Options page U•8. * Except trap with smooth taxtura. t. •. - •. ti. . Y 1lw. Y�'µn. - -.� v'{•V V�tlr IL :'I .. r .' w M' a S tY 4 e• rtl.•�IPiiy �� 11 p": It:sG t`i JY. a_.w r. • • mo.—em..ya.Mw.y � � 4 Jwy.-• fl-i vi .(.1- m r� i a.-a..uv....•. -.•4 S- ._.ca ,.4 p YRL! i• - . — —ran .__. .w.. •.4-.r•••. •— ry __ y ti :9 i•Ab.C.-. a :jar • .Jh: ..,. 1 .i 1 ;.F c• '4 t. " „' w A fit% .., e 1 r b T . _ \ f `A ... ...'C IFFY —• - a.�1�..F.. • r�, I a t. } f t � ! i jt t l 5 t�611'�l i ' w f 1 fs • rr '� 1 -.•+ r �1 Ej E r,.� N t� -. i .. T✓ � .3j 1}.. sT-JT'IIOM� K •••.1.� 4 i.•.•JV.. '--t << •.1�4j�'+Jfl. .1•.��� .", . I• • 1 . a �� 4.✓•Y•M r 4' ,P • .Y ..t :✓ . Yn ,__• YF. a • r } WI✓ n •y,. a• rH. .,r•Z q•vyr-cT•...rre' - -- _.. . .i ♦ IWer•w :.._ •f* •. t(.\ s ..' " ]L'-. ".M' C I. 2' IIe • GE 5ct rj`GGL. g./ r KPLIlMMEn JET UEIsiNi op U JNAL o� Je 2•Z" /F,ti151 �t! Fi.aa2 /I Z 291,r cE L Si r . 1I t -I d I .Y NCTES: Spedfy wall thickness-- 'r and constructicn ❑POURED ❑BLOCK ■e. I iaa.a I it. Iri Marc n.A►r -. uric. 13010inn 0M�! 010MOMRti1, Nomall •4W ue• earl. 5.2.83 Ill It -?O 5& uRiN FRaHE r nru X25 JL: :- .� LS 1O E :p .n 1 r J ��-'C�y r... ' w Metcraft Grandview. Missouri 64030 ! Y 6.220 Telephone (816) 761.3250 Stainless Steel Securityware LAVATORY CESCRIP':;-Dr IIIS .ALLAY: CN Ten 5/16" diameter holes are provided :n fixture and angle braces for anchor- ing fixture to wa11. Adequate backing, mounting screws and ancr,cr shields are f•:niched b; c%hers. 5PEC:e ICA T::,N Lavatories: Metcraft Mcde'. Pw8-32:�. 14 gauge (1.9nr) :ype 304 S.S. lavatcry with No. 4 satin finish, manufactured by Metcraft to CSA B4S.4-1975, complete with rectangular hand basis. with slow drain outlet, 4" i100 trail high backsplash, angle braces, ten point anchor system. See options cn back side or page. A Public ;;se .a atcr"Im fabricated :s:r.q heavy 14 gauge (1.9r, -m) Type 304 sta:^less, steel polished to a No, 4 satin •:nish. Al: stainless steel tailpiece sv:tae for connection o: P -trap, seamless :•:te- gral construction an supplied ccr^late with fixture trim ar,3 potions if desired. Smaller models PP'8-321C available. JSE Primarily designed for applications where durability and serviceability are required. Ideal for new work or renc- vat:on. STANDARD FEAtJRES . Rectangular shaped 65Cmm) deep nand basin with slow drain outlet. •l " o.d. tailpiece with 430 ball type air vent suitable for connection of optional P -trap, •4" (100mm) high bacKsplash. ',Angle braces. .Ten point anchor system. .structurally reinforced back. •Nor.-comoustible, sound deadened ir.rericr. •Self -draining soap tray. CPT;ONS & ACCESSORIES See back side of page and check items required. STANDARDS F APPROVALS Conforms to CSA B45.4-1975. I ...... ............ ......GAGA---.....--- • . n.. r�r r . .r _ _t544 PW0 3220 lavatory Options 9 Accessories Chart E.In r... 11.ulle/.l VGA cIS i'U V.C•I'C Af 10... O.f I to OffI"I Id I11.N ■IA.AL cuda / /d I/1 so. 111d101 an 14 p -trap wit:: ceanct, or 14" (38mm'o size. " w CC -ter ton. 49 4" centerset fa'.:.et w.tt wrist 51 Oval shaped rand :.as,:.. I ! 52 j Fast drain outlet. 53 Overflow (vent` in tras}. 59 1 tension release towel :cox. fill 60 (Solid S.S. towel bar, located ;e. .`left) (right) side. ,• use•aw. 'dO fK• 61 5.5. toothbrush holder, located eft (ri ht) ___ EM 68 'Paper)(Metal) template. f 95 ! Tra enclosure (wall mounted;. GaAs •p 39 Barrier -free lavatory waste with i[ grid stainer W. o I! 40 Non -removable stopper drain 1¼". l Grid strainer with tailpiece '! IV (law) (1½").M). Iii y0 1 .-GSA• AGOE/T 0.; M.UIW 12 G/IR b[.1 _ AM7T PLAN VIEW tarwlr rlGU OA .ALL a I GI trruuo. ( '•. LMCMGl. I\ . ' Lr _ •' YCT[•�• /Ill • (Jo) A.GMOG I a r LOCAIIen I• L • {WLOCA OKsu1I, ''a a TICU TASU I •' AMCLI l/at. tnnM ■AIT[IIR INI i � • rAIT[MI. SAC •� VIII. I.CU.l.l TI r t •Arl•G.T, • a S - w GQirl I. L1[WCT[ rllTtw[ IVfa.r ON R[[L 1 IALL PLAT[/, ASI saslsMI fAlNM[ Na? K •N1'S[I II IT/[p. •.I r.IIMC IL ■ S:OE ELEVATION FRONT ELEVATION r ALL OWING IJZ% F. C:<20 .LIT HUNG LA7.: 'V — -frn-mi, •.r!. nrr�n� da^Mu DNS • ��r A._bJ Lw • A w I.. Ate. .w E or UNIT OU'LINT OF UN'* i f ' Id (IC) ANCHOR ; - - a I— I I �r j LOCiC N� If C WALL OP[NINS. Ii • LOCATION YARIL! 4 Ii ii I WITH WAIT[ FITTIMa Lf APPROVE) FCR MAKrACTI,ThNG CCMPAMY TITLM -A-E • Lei -008 i 'I{vt f FYI ♦ ao �s •. -? YYi"i C. y {� ••3fo.: '. r 0 b �1 u-. �``�i �.h� ? '. • �'♦ t VY F 'ZS' Gt a ' i.'. ~r'tL. =X.M' i m • Ti. . Yf •Yi Y Ie1w v«'5t • I y rQc:snn k. I1 $� 1�c JwU � 1 .. .•KI x._. - ..Yllllh fi"{t Ills t.:i y( 'VT) �vp `� .yi/ yi;1 �Y} .•1�,3 2-- 3•}r')fl t�4Q f'� .;ttnr' •. pli'F L AVID``: !..n•r: Ya. .q A.') .1 •1 ..HMI �. a�'i1L4�v'�'• i. .. �,K S.A Wit` L Y_ LC"Y .. f.-.� �, yl,•,,.:,'} V rt_ 1 • :T' cF-1{• ,33 . w:.. JF _ .•1!�la$"V."i1, A { P P.�x % +t' ? M ... rr,-e f_. :2 -. �# `3a t '.:� L..-.,� ) C.: .71T.T ti4 : '",:.v ( lik7 f`": 6 C'3t � �( •..M fl. ,•1..T.\!I ... •I�vi 4!*�s"�; I�b }AI:.V.tN•1,�J t'tL '::: , .14 i�.tM.• n�![. MS{i. Ss.,3ni�y F 't ,y •.I uJ�' •N A'b'N �14Jr 'FI G'4• ^ .ti f�( il'3�� ,ILj iii� t.i �ri�a li:.v.i % A 7 Mar_ •,=!ctxi,s,. vzo7ai t;a.:zfk • .1118 C.)7. bteyO ¢-'a •64:a11u -r.w. h.rl r b . . y _ • i:LCTSLx rl3j /\ � -ni4W t'rY V.,Y .{.S®1 i,.'•i r.. p. .tr 'j.�3 �'s• .ts�s,: ,..tEt : qq" ��usyJ P -r\pF yy } 4'+� Lv•�lIAI }3 St'T'6FF • ,.j •. !' •y xr t k ;a 13 ;i- :Iwix' Evil 4'.:«t: hwstc:w, r; a •4 e -,Si �E4 lcRt Q. •V• fl.� '� i4,�i' �i Jr ��i YVM 2e±eq r �`iZ"V•a'1"'n12d a U I i YJW[: n..i „ F - .- • i Y S� 6:I.Yn �i t 73;_ � i4'i7A. 'ni nC .°t� n W Y w (+rfxA(tt rl. • i-J V.? e. .i. L j i ♦ .I ..'I , • ',.-.td eat,� tt " WALL THICKNESS I. Anchor rod connection openings, ------------------------------------- TECHNICAL DATA Security sleeves are lnsta:ed in the forms to provide wall openings for instal'_ation of fixtures, Security sleeves should always be used for sprayed ccrcrete walls and are suitable for poured ccacrete walls. Security sleeves are normally removed with the fortes leaving individual wall openings for inlets, wastes, ardor anchors to the fixture and provide security against egression :rto chase side of wall. -------a-e------------------------ INSTALLATION Security sleeves are fabricated from galvanized sheet metal -20 ga, for the wall flange end 24 ga, for the individual sleeves. Security sleeves are Installed with the flange on the chase side of the wall, Note: When security sleeves, use nails for wood forms and sheet metal screws for metal forms (supplied by others), Installer must maintain sleeves dimensions on each side of wall, OPE •o. I I TOC. ra .T(Cu1 /[[t[1/TIM Cu/Ty1b MAL M •M [T. [.T[ .[,. /T• Ii 'ii 10.• .TT: D, R.2-6-84 mM 047•S' J/. MY[. METCFPAs:T sc. 1810 rosin turvr aAt ww. Isgol 1 T T3 SECURITY SLEEVE ( For 800 series, Do Not use the above dimensions for fixture connections ..: I I • I I I Options & Accessories Chart (chock hems CQt.Irea 800-M Mirror 9=1 comokte scec:`r ao'S relic to Oohons sea:cr of ma/wal. Chla ordrl oaunonen M1 Id4 :L.ck alet. asa wror MZ 14 ga I y Ge 304 smr a" S:" —"c' •H.m No. 8'nu'or fuse. FM : FLM moduv; , .a.r.p ^vrwrx wow -cws WO i0. I-1/ Ilel.l wool w.%. • V8641 au. w .IN1W. Iw'l.s+rc+"w•.'•tull Sl J,.\. �ICIR IT. .f"ruq QG MM Iw. mluoA Oac -Id ;,0 0 IIUl.•:IRUTTI Nlleoe 4.r11Y.0 c i ti aul..M..NW ]Y VMI CU IIN\ £11w1Y SLOW -UP SECTION ann. r �aluaawlw r- - x__11 10 O1 S. '3. ,?I3&I 1 .wDCIY �a O rat I I 1 O 1 I FRONT ELEVATION OF WALL SNOWING AEOUA!O OPENINGS 510E ELEVATION p31 1 Mempht• Omee PSone 901/8645974 • F•z 901/8645975 R'r. 2. sox 980 • SELMER TE\"VESSEE 38375 Ph®e 901'6468056 • Fez 901,6469251 a. EXCEL DRYER CORPORATION '5- :"? _' St2n, ,--• 5, -.__, . 3J,.+4 V" •' o cz A c- -. J 1. • ' -- - .:o. ,, n Y IL .. ..-� V 3-VL-•1 VIV \ J - 53. _c^;. JY- -�J- .- •.Y. 2a ;'. _-°- Ha0nds "6-N/ Surf.zce .Mow,fed Cast Cant, W`.. to Epoxy Pont I w a --=1 • - Y... -. N—...- .. as WC 1• •: 1. - J .�.-:�'-:. • The side mounted hec!- ing element is ::.access: ble uhcugh the no4:e which protects cgs: cm.. ■ Any Excel 'Holds Cr•.a- ncz'1e can be faxed into a stationary downwc d position by meats of a simple on -site cd; st- ment 'Hands On•" mode's L e available with a white kdnt baked epoxy porn: cr c:^some plated i.nsh Custom colors to rncch or complement any wall or flxttues are also av -.a X32 f ra ; I. 1 � dn y })lY } l 1 't •l Bflyr r ry4 f� � r I 1 • a. ( la f r- i I₹₹ + t a 1 t 4 .- a r Ai f J 1 V. j♦p, Z aIj'•1.�_•..r.IT - '•k --•..- 1 s f a 1 M I a r A ,Y4 3 } % A 4• 4s F . !r4 41 he 1• 7M P j i t•+ 0- Y I i[! { k t f'•i •` ii GS-. 1 S ( .�_"9•!-. P ; Z �l i• _ O GC N O m 7p W ,.z g ae inaf U 2 sa -- .a.•ei mu.. .; and 3? •'t'!.' i'.. t .- C S W X < z 3 v Z - ~ _ ` � 4 cc C- ICJ I - .- • 1 a10 v - .� y \ \ y Lr � • V r V C Ti C f1i. d \ y t — r w Q\ w r Z 5 r { It r + __ Z �` _ c r` \ C= t w n TrwOW .Vq� .aufleo -.- .111 r101. ex- M^nC r •. C ti w.n y.T.Clwr• ,Y(Ral .Y:nICi.p' I IC .C 1 e•.pi wn• wnve ^te:.wm,: or I Alt a . C- - -e. co T .• . . .ems -1 , . rr7-,� , : . • _ r J7J. ►T.--, l y man L/ .C^ wawa Smr ,'7 S., 1 � ware • qM ACusw. �+ 'v • Ann esf wi.n k -T..• Mr'c' 'r aa^ Yo.C o row's on n ry viive •.,o. w. lyve Slits. k t• : I I e.in 0. rat ware' re•g^t ICA• _•. . woe n Q+� 'air win Sc-r c ' ti Stew SOof McCEL 'rC A5C NU nlu isM vat.. Ojos w •- ri•e •n4 P..gSfi -.. r•lIl 30w- - 7•anC 117 Y0" Qs-so- ,w.awry .aafl •�Itii bius w - p t.ey •.o. n PyvteC/ Win Snwrnr S 4 ! - _--• - T�- - - •� 1 u.7 t to r. vr'Mvt no.c.a wrr s mr ,r! zf 4.0W ketan ( =,,, )'LOW L/N£ OF CR££,Y 7 r -. ',.jl at TarK Sy2t'bt+d MLn _P£E EYCOS£N£.Yr 1W �� E I �e I wJ V oe 4 J + A. eooa bi �I e e Boa E1 E 4 l F-- I Orom*l*r I Of Pip,1 Minimum 0/mans/on 9 Poy Lin* ENCASEMENT DETAIL .; CREEK CROSSINGS _" •'er S na • lot .:k - I „ett Zoe • -�`oC t •G oN,r C�71�J 'wit s 6r' or 5QZ Or J'Ck rp II ,ra4er.'n I QS Qf+r .1d Watt.' cScrdi,ct Lines D r =50 S?h/!r- C ne rotmer Pd. o____ — — L- . max, s?. vlH 13 1' vJa't. . I L V poPose4 4" SGwev Sra t Wlnt. J4II I I . 1 � / A/OPr,•Jja,fI. j S<G CIG�oj • Park,'ng � i C rropC sea '1,,� IC r A Finger Palo IG Rest rc a ms TECHNICAL SPECIFICATIONS FAYETTEVILLE CITY PARKS RESTROOM FACILITIES SECT:ON I - SCOPE OF WORK ------------------------- SCOPE OF WC? K - This project consists of the construction of two restroon facilities, one located at Gulley Park and one at Walker Park. The contractor will be asked to finish the Walker Park restroon first. The intent of these plans and specifications is to construct facilities which are as vandal resistant as possible. The basic construction is precast concrete wall panels with conventional timber framed roof. The concrete wan panels may be cast on -site or cast off -site and delivered to the site. All work, including precasting of wall panels, w::; be subject to inspection and direction of the Public Works Department of the city of Fayetteville, :n particular the Parks and Recreation Department and the Engineering and Maintenance Department. The exact location and orientation of the buildings shall be as directed by the Director of the Parks and Recreation Department. Any questions ccncerning fixtures, finishes, color, etc, shall be addressed to said director. Materials and methods of construction will be subject to the approval of the Engineering & Maintenance Department and/or the Building :nspecticn Department. SPECIFICATIONS S: TECHNICAL SPECIFICATIONS FAYETTEVILLE C:TY PARKS RESTROOM FACILITIES SECT:0N :I - ITEMS OF CONSTRUCTION :. SITE WORK - See Section IV 2. F=Z)A::CNS shall be of reinforced concrete placed on undisturbed earth or we:: compacted select fill capable of suporting 2500 pounds per square foot. Expansive clay soil or other pernicious soils shall be recved to a depth of at least 3 feet below the bottom cf a:: footings and replaced with stable r.ateriai cc.,pacted into place. Re�nfcrced concrete shall be in accordance with Section III of these specifications. 3. FLCCR SLABS shall be of 4" non -reinforced concrete placed on 6 ::il vapor barrier over 4 inches of sand or fine gravel. Floor slabs shall be placed ,onclitnically with the reinforced stem wall as indicated on the plans. Floor slabs shall be trowel finished. Numerous weld plates are to be inserted in the concrete floor slab for the purpose of attaching interior and exterior wall panels. Weld plates sal be placed within 1/2 inch of location snown. All weld prates shall be set to within 1/8 inch of the same elevation (level throughout the building). Concrete and weld plates shall be in accordance with Section II: of these Specifications. 4. PRECAST CONCRETE WALL PANELS may be cast on site or off -site. All panels are to be cast within a 4 inch channel frame (C4 x 5.4). Exterior wall panels are to be cast against a form liner consisting of wood grain textured pressed hardboard siding with a 3/4" reveal. The inside or top side shall be trowel finished. Interior partition panes shall be cast against a smooth surface such as visqueen or smooth Masonite with the topside or opposite side trowel finished. It is the intent of these specifications to produce a very smooth interior finish and a wood grain textured exterior finish. A non -staining release agent shall be applied to the form liner to insure removal. SPECIFICATICNS 52 Some panels require weld plates and cther inserts for attachment; the location of these weld plates are critical and should be adhered to very cicsely (= 1/211). Block outs are required for plu-cing fixtures and a door. Small dimension holes tay oe drilled after panel erection or may be blccKed-cut during placement. The exact dimensiofl of fixture aar.ufacturer's data to insure a correct fit. if small diameter holes are block out, it is suggested a template be used. :.:fting devices of the ccr.tractor's choice nay be used. Lifting lugs may be welded to the perimeter channel. Planes shall be erected plumb and square and welded to the respective floor and wall weld plates. Interior panels shall be welded fu fl height. At weld plates fillet welds both sides of panel shall extend full length of weld plate. :;8" x 2" bolts are to be welded to the top channel cf all exterior panels and all plumbing chase panels for attachment of a treated 2x4 nailer. Concrete and structural steel shall be in acccrdance with Section III of these specifications. ROOF CONSTRCC:_CN. The roof structure shall consist of 2x6 rafters at 16" o.c., 1/2 plywood decking and asphalt shingles. interior ceiling shall be 3/8 AC plywood and exterior soffits shall be 3/8 rough sawn plywood. construction shall be ccr.ventionai wood framing of good workmanship. Gable ends of the building are to be enclosed with 1/2"x16 guage expanded metal. Metal screen shall be securely attached with 1" wire staples at 4" All materials of roof construction shall be in accordance with Section III of these specifications. 6. ENTRY GATE shall be fabricated fo 2x2x1/4" tubular steel frame covered with 1/2" x 16 guage expanced metal. Gates shall be of size and dimension as indicated on the drawings. Gates shall be mounted with double weight full surface wrought steel hinges with welded pins such as stanley No.BB855 1/4 or equal. Hinges shall be welded to gate and =amb. SPEC:FICAT:CNS S3 I S. Each gate snail be equipped with two sets of locking lugs as indicated on the drawings. Contractor shall provide 2 No. 3 Master Padlocks for each gate; all locks to be keyed alike. 7. STALL DOORS shall be fabricated of 1"xl"1/8" tutu.ar steel and covered with 0.040" thickness steel plate. All connections shall be welded. Stall door shall be mounted with double weight full surface nir.ges the same as entry gates. ENTRY DCCR into plumbing chase shall be Republic steel door and frame in accordance with Section f: of these specifications. Note door frame is drywall) type and is to be mounted around steel channel frame and welded in place. Door to be equipped with deadbolt only, no handle set required. PLUMBING fixtures are to be as specified herein; substitution will be permitted only by written cer-ission of the Parks and Recreation Director. All plumbing fixtures are to be installed in accordance with the manufacturer's instructions and in compliance with state and city plumbing codes. Only cold water will be supplied; no water heater is required. Water pipes shall be plumbed with a positive slope to a common low point with drain valve (hose bib) to enable draining of the pipes before double check valve shall be installed on the service line. All above ground water piping shall be type M hard drawn copper tubing with solder joint wrought copper tube fittings. All below ground water piping to be type L soft drawn copper tubing with solder joint wrought copper tube fittings -no joints allowed under concrete slab. Above ground soil, waste, and vent piping shall be standard weight no -hub cast iron pipe and fittings. Below ground soil, waste and vent piping shall be service weight cast iron hub and spigot neoprene joints. Plumbing fixtures shall be as follows: Toilets - Metcalf Model 101 SL rivals - Metcalf Model 300 URWB Sinks - Super Secur Model CS -1010 Mirrors - Metcalf 800-M Stainless steel Drinking Fountain - M.D.F. Model 450 Wall Hung SPECIFICATIONS 54 Hand Dryers - Excel Dryer Mode: 76C Cast cover, Chrome plated, surface mounted electric (115V, 15A). 10. ELECTRICAL - all electrical work shall comply with the latest editions of state and local building codes and ordinances. All above grade conduit snall be Rigid Metal Conduit (RMC) or Intermediate Metal Conduit (IMC). Fittings shall be steel or :malleable iron. Box connectors shall have insulated bushings and "bitting" type locknuts. Underground conduit shall be Schedule 40 PVC Rigid Non-Metalic Conduit (RNC). Conduit and boxes shall be securely surface mounted. Connections to equipment, fixtures and devices shall be in accordance with the manufacturer's recommendations. 11. Painting - All exposed steel including channel iron franes of wall panels, expanded metal screen, metal doors and gates and fabricated steel hardware shall be shop primed and field painted with two coats of High Gloss Oil Base Enamel such as PPG Exterior - Interior Alkyd Glass Enamel 54 lines, or equal. Al: exposed wood shall have one coat of oil -base prime (PPG Speedhide Exterior Wood Primer 6-9) and finished with two coats of PPG Sun -Proof Alkyd Enamel :rim Paint 1 line. The exterior wood textured surfaces of concrete wall panels shall be thoroughly cleaned by scrubbing with muratic acid and painted with two coats of PPG Cementhide Latex Mascnry Paint 37 line. Interior concrete walls and floors are not sealed with a silicone -based sealer. Paint colors to be selected by the Parks and Recreation Director. 12. CLEANUP - ::pon cempletion of all construction the buildings and work areas are to be thoroughly cleaned. All debris, trash and surplus materials are to be removed from the site. Disturbed earth shall be fine grated, covered with topsoil and seeded, fertilized and mulched. Grass seed shall be as approved by the Parks and Recreation Director and shall be maintained by the Contractor until a good stand of grass is established. SPECIFICATIONS 55 TECHNICAL SPECIFICATICNS FAYETTEJILLE CITY PARKS RESTRCCM FACILITIES SECTION III - MATER:ALS OF CCNSTRUCTICN SELECT FILL MATERIAL for this project shall be native clay or cherty-clay soil with a plasticity index (weighted average) cf less than 15 and shall be free of roots, organic matter, or otner deleterious material. 2. SLAB C:.'SH:CN for this prc;ect shall consist of a fine grained cohens:cnless material such as sand, limestone screenings, cr wasned creek gravel. 3. CONCRETE shall be ready nixed, conforming to Part 2 of ACE Standard 313-77. Concrete for foundations and floor slab shall have a .;.ini-..-m compressive strength of 33CC psi at 28 days with a zinimum cenent content of 5.0 bags per cubic yard. Concrete for precast wall panels shall have a n:n:mun compressive strength of 4000 psi at 28 days, a :n:n::gum cement content of 6.0 bags per cubic yard, and shall have 5% - 2% entrained air. The use of a super plasticizer such as MELMENT as manufactured by the American Ad^:xtures and Chemical Corporation is strongly recommended. Concrete for floor slabs and panels shall be proportioned, taxed, placed, and cured in conformance with ACI Standard 3C2-69. An excessive water content will not be allowed. Before the addition of a super plasticizer, the concrete mix shall have a maximum slump of 4" with super plast:c:zer a slump of 6 to 8 inches will be accepted. Three standard test cylinders shall be made for each 50 cubic yards of concrete placed or for each day's pour. One cylinder shall be tested at seven days and two cylinders tested at 28 days by an approved testing lanoratory. Payment for concrete testing will be made by the Owner. 4. REINFCRCING STEEL shall be deformed steel bars conforming to ASTM A615 'rade 60. 5. STRUCTURAL STEEL and STEEL PLAT shall conform to ASTM A26. Small d:mensicr. tubular steel shall be hot rolled and welded. Metal studs for embedment connections shall be standard Nelson Studs by TRW Nelson Division of the length and diameter shown. Welded "L" shaped rebar anchors of same diameter will be accepted. SPECIFICATIONS $6 6. WOOD FRAMING shall be No. 3 Douglas Fir, Facia boards and trim boards shall be clear grade Redwood. Nailer plate at tcp of precast panels shall be pressure treated pine. 7. PLYWOOD decking, soffit, and ceiling shall conform to APA specifications. Roof decking shall be 1/2 inch CD Grade with Exterior Glue. Ceiling shall be 3/8 inch AC Grade and Scffit shall be 3/8 inch 303 EXT-APA Rough sawn. 8. ROCFING shall be Asphalt shingles of not less than 235 pounds per square applied over 15 pound felt. Roof shingles shall be installed in accordance with the Reccma,ended Specificat=ons of the Asphalt Roofing Manufacturers Association with galvanized sheet meta. edging. 9. EXPANDED METAL SCREEN shall be 1/2 inch 16 gauge standard carbon steel expanded metal as manufactured by tr.e McNichols Co. or equal. Metal screen shall be securely nailed in place with 1 inch wire staples at 4 inch on center. :0. HARDWARE Entry Gate and Stall Door Hinges - Double Weight Full Surface Wrcught Steel with welded pine. Stanley BB855 1/4 or equal. Barrel Bolts (Stall Doors) - Heavy Duty Steel Barrel Bolt with 13!32 Bdt. Stanley 1084 or equal. Metal :cor (Plumbing Chase) Republic 1-3/4" DE Series full flush 16 ga. steel door with FH Series 5" Drywall Frame to be welded in place - (See Detail) Door to be equipped with double cylinder deadbolt ONLY -handle set NOT required. Padlccks—CQQ Padlocks per bu and 2 require be ike. ractor shall prow /n e�4�M�T Master for each entry gate ). All padlocks to SPEC:F:CATIONS S7 Ii 4,20 Bathtubs IAADAAG l I/ used the faucet shall remain open for at :east 10 seconds. 4.19.6• ittirroet. Mirrors shall be mounted with the bottom edge of the reflecting surface no higher than 40 in (1015 mm) above the finish floor (see Fig. 311. 4.20 Bathtub!. 4.20.1 General. Accessible bathtubs shall comply with 4.20. 4.20.2 Floor Space. Clear floor space in front of bathtubs shall be as shown In Fig. 33. 4.20.3 Seat. An In -tub seat or a seat at the head end of the tub shall be provided as shown In Fig. 33 and 34. The structural strength of seats and their attachments shall comply with 4.26.3. Seats shall be mounted securely and shall not slip during use. 4.20.4 Grab Ban. Grab bars complying with 4.26 shall be provided as shown in Fig. 33 and 34. 4.20.5 Controls. Faucets and other controls complying with 4.27.4 shall be located as shown in Fig. 34. 4.20.6 Shower Unit. A shower spray unit with a hose at least 60 in (1525 mml long that can be used both as a died shower head and as a hand-held shower shall be provided. 4.20.7 Bathtub Enclosures. If provided. enclosures for bathtubs shall not obstruct controls or transfer from wheelchairs onto bathtub seats or trtto tubs. Enclosures on bathtubs shall not have tracks mounted on their Pros. 4.21 Shower Stalls. 4.21.1• General. Accessible shower stalls shall comply with 4.21. 4.21.2 Size and Clearances. Except as specified in 9.1.2. shower stall size nd d cclear ar floor space shall comply rig. The shower stall in Fig. 35(aI shall be 36 In by 36 in (915 mm by 915 mm. Shower stalls required by 9.1.2 shall comply with rig. 57131 or (b). The shower stall In Fig. 35(b) will fit into the space required for a bathtub. 4.21.3 Seat. A seat shall e p shower stalls 36 in byha m95 mm by 915 mm) and shall be as shown in Fig. 36. The scat shall be mounted 17 in to 19 in (430 mm to 485 mm1 from the bathroom floor and shall extend the full depth of the stall. In a 36 in by 36 in 1915 rnm by 915 mm) shower stall, the seat shall be on the wall opposite the controls. Where a f ized seat is provided in a 30 in by 60 Ut mrimurn (760 mm by 1525rIVTU shall shower stall. it shall be afddingtijpe and aoa to the controls be mounted an the wall a4l as shown in Pv, 57. The structural strength of seats and their attachments shall comply with 4.28.3. 4.21.4 Grab Bars. Crab bars complying with 4.26 shall be provided as shown m Fig. 37. 4.21.5 Control& Faucets and other controls complytrt4 with 4.27.4 shall be located as sh36 IInn 1915 mm by 915 naa)• all! n in FIg. 37. In shown stalls 36 ontrois. faucets, and the shower unit shall be mounted on the side wall opposite the seat 4.21.6 Shower Unit. A shower spray unit with a hone at least 60 in (1525 mud nth t can be used both as a tbted shower dad. as a handheld shower shall provided. 4.21.7 Curbs. If provided, curbs Smm) stalls 36 in by 36 In 1915 mm by shall be no hither than 1/2 bt (13 mml. Shower stalls that are 30 in by 60 m 1760 mmby 1525 mm) murtmura shall not have curbs. 4.21.8 Shower Enclosures. If provided. eor coonntrrols osures for transfer from wheelchairs onto shower seats. 4.22 Toilet Rooms. 4.22.1 Mlalmum Number. rod cc fo.al tin required to be accessible by I 4,19 L Ivataries and Mirrors stall and any obstruction may be reduced to a mtntmum of 42 Ui (1065 miry (Fig. 30)- 4.17.6 Grab lltars. Grab bans complying with the length and posttloning shown in Fig. 30(a). (bl. (c), and (d) shall be provided. Grab bars may be mounted with any destred method as long as they have a gripping surface at the locations shown and do not obstruct the re- quired clear floor area. Grab ban shall comply with 4.26. 4.18 Urinals. 4.18.1 GeneraL Accessible urinals shall comply with 4.18. 4.18.2 Height. Urinals shall be stall -type or wall -hung with an elongated rim at a maidmum of 17 In (430 mail above the finish floor. 4.18.3 Clear Floor Space. A clear floor space 30 In by 48 In (760 rnm by 1220 mm) shall be provided in front of urinals to allow forward approach. This clear space shall adjoin or overlap an accessible route and shall comply with 4.2.4. Urinal shields that do not extend beyond the f ant edge of the unrid rtln may be provided watt 29 in (735 mm) clearance between than. 4.18.4 Flush Controls. Flush controls shall be hand operated or automatic. and shall com- ply with 4.27.4. and shall be mounted no more than 44 in (1120 mm) above the finish floor. 4.19 Lavatories and Mirrors. 4.19.1 General. The requirements of 4.19 shall apply to lavatory fixtures, vanities, and built-in lavatories. 4.19.2 Height and Clearances. tavatonea shall be mounted with the rim or counter sur- face no htpher than 34 Pt (8i8 5 mad above the f1n(shJloar. Provide a clearance of at least 29 in (735 mm) above the finish floor to the bottom of the apron. Knee and toe clearance shall comply with Fig. 31. 4.19.3 Clear Floor Space. A clear floor space 30 in by 48 In (760 mm by 1220 mail complying with 4.2.4 shall be provided in front of a lavatory to allow forward approach. Such Appodis s clear floor space shall adjoin or overlap an accessible route and shall attend a maximum of 19 in (485 mm) underneath the lavatory (see Flg. 321. 4.19.4 Exposed Pipes and Surfaces. Hot water and drain pipes under lavatories shall be insulated or otherwise mrlfgured Co protect against contact There shall be no sharp or abrasive surfaces under lavatories. 4,19.5 Faucets. Faucets shall comply with 4.27.4. Lever -operated. push -type, and elec- tronically controlled mechanisms are examples of acceptable designs. If set -closing valves are Fig31 Lavatory Clearances r-. IIMI Ili near Floor S ace at Lantoris 44 AQA Ntafbst A S. i' . oust ital.S ,....., . a Site alle•Nu I .} dee. lecal'On I ^ : N c el Q -rt'a Caw �J` r • —�' I _____________________________________________________________________ p^T 12 I 14w 1J I I 42 min raici approach only, l UM - other approacAa (a) 48 min Standard Stall 36 min y 41! I , Iw I w I C i CIA I, 1O1 l� I Hoof I Hoof IwOnn I u I 4 � (a•!) Standard S" (end of mu) 42...' 12-.. Ion :a own I `C I :w A r;,. —,s" 12.'... 4 i 54_I, (c) 42 mM1 66-- w wall r,ounhld w e. Rear Wall of 3taidald Stall .os e w fir wlaGnve we 4.a elee<e — —� ma■ 4Qk __ iota iCSS C tV i•� I II I 600 —10llel pacer 42 nln late 1 S �� 7 approach eaiWppmI 1 ^+. R �'• other aacha I 48 min 54—a. uro (4) I e) Sts Wags Altemate sits Fig. 30 Toilet Stalls ADA Ilandhn* 'QJ 4.17 ,Toilet Stalls .�s. 36 tails 36 g11w 16 ern 'Ii .r .r 16 42 •rn 16 _ i"' •ere 1•u ..� 411. • = 2 m 2 ; Chu ;to e1Nr • steel4,0 yr •aeae ; now • 4eaa ; 11�� w•e• 48 .....`��..... 60 ewni 1 „„ 'In NO28 Clear Floor Space at water Closets 36 Miss 12 ern 12 ern "'a fl 12 42wr - >M 1.r Sbjvl!1 4.17.3• Size and Armageaent, The size and arrangement of the standard toilet stag shall comply with 74 30(al, Standard Smg. Standard toilet stalls with a mlntum depth of 56 In (1420 mm) (see Fig. 30(a() shag !Cafe wall -mounted water closets It the depth of a standard toilet stag Is tepaed at least 3 In (15 mm). then a flooeemotmted water closet may be used. Armnrwnta shown for stan- dard toilet stalls may be reversed to allow either a left- or right-hand approach. Addl- ticnal stalls shall be provided In conformance with 4.22.4. y • .. . • . A w ., I - I UI I I • 42 AM Mn* • 4.17 Todet Staid shall be mounted on the wide side of toilet areas no mote than 44 to (1120 mnt) above the floor. apdpnwu powwow in shades Ma Spout KS9M and Kea CManncs • • (C) Free-standMg Fountain or Cooler 4.17 Toilet Stalls. ;ADAAG,, 4.17.1 Location. Accessible toilet stalls shad be an an accnstble route and shall meet the requirements 0( 4.11. 4.17.2 Water Closets. water closets to accessible stalls shall comply with 4.16. Cs ass Fla Spa (4 sttat-ta Farrah or Cn S F127 Drinking Fountaien and Water Coolers .0 r.n" aw — 4t 4.14 Enaaoces ;.13.12• Automatic Doors and Power. Assisted Doors. Man automatic door is used. then It Shall comply with ANSI/BHMA A156.10,199 '3,lI Sowfy openlag, low -powered, automatic doors Shall contp(y ioWt ANSI A 156119.199!4. Suck doors shay not open to back check fasts thm 3 seconds and shall require no more than 15 lb( (68.6N) to stop door movement- ifs power-asatstted door is used, its door -opening force shall comply with 4.13.11 and its closing shall conform to the require nenlS In ANSA136.19.19914. 4.14 Entrances. 4.14.1 3[intmum Number. Ehour cen required to be ac essibfe by 4.1 shall be part of an accessible route complying with 4.3. Such entrances shall be connected by an accessible route to public transportation stops, to aecp- sible parking and passenger loading soap, and to public streets or sidewalks If available (see 4.3.2(1)). They shall also be Connected by an accessible route to all accessible spaces or elements within the building or facility. 4.14.2 Service Enhance. A savice entrance shay not be the sole accessible entrance unless it Is the only entrance to a building or facility (for Sample. to a factory or garage). 4.15 Drlaklg POuntaini and Water Coolers, 4.13.1 Minimum Number- Drinktrig faun. iaUu or hw� coo ers ►equo-ed to be as nsfbte by 4.1 shall comply with 4.15. 4.15.2• Spout Hel5ht. Spouts shay be no higher than 36 in (913 mm). measured from the floor or ground surfaces to the Spout outlet (see Fig. 271ay. 4.15.3 Spout Loeat(et♦• The spouts of drinking fountains and wow coolers shall be at the front of the unit and shay direct the water flow in a trajectory that Is parallel or nearly Parallel to the front of the unit. The spout shall provide a flow of water at least 4 In (100 mm) high so as to allow the insertion of a cup or glass under the flow of water. on an accessible dr'Vtk&V fountain with a round or oual bawl, the spout must be postibned so lira flow of tsar is wd hul 3 h (75 sin) of fhe f ont edge of the fountaht 4.15.4 Controls. Controls shall comply with 4.27.4. Unit conbois shall be f ors haunted or side mounted near thefont edge. 4.15.5 Cleanaces. (1) Wall• and post -mounted cantilevered units shall have a dear later space between the bottom of the apron and the door or ground at least 27 in (685 mm) high, 30 in (760 mm) wide, and 17 In to 19 In (430 min to 485 mm) deep (see rig. 27(a) and (b)). Such units shall also have a mtntmraa clear floor space 30 In by 48 In (760 am by 1220 mm) to allow a person in a wheelchair to approach the unit facing forward. 11! . 1 . .1. .. 1. 1. 1 .1 4.16 Water Closets. • .• 1 J ,1 _ •i. 11 . • • YI 4.193.4• Gab Sm. Cab ban kr water closets not located in star shag camper with 4.26 and Fig. 29. The grub be be SS Uw ware Sect shalt be 38 to (913 err'raraiam I L AM sm r A- cii 4.26 landrWs. Grab Ban. and Tub and SbOWtt Seat/ (v Handrail (a eandrar (C, dab ear "39 Size and Spsdrtp of Hsndraffs and Gw6 Sara 4.26.4 Lllminatind Hamarda. A handrail or grab bar and any wail or other surface adjacent to it shall be free of any sharp or abrasive ele- ments. Edges shall have a minimum radius of 1/8 in 13.2 mm). •