Loading...
HomeMy WebLinkAboutContract - Mac Construction (1 (\ "'--~J ~ .~ AGREEMENT THIS AGREEMENT, made this 18th day of December ,2007, by and between Mac Construction & Excavatina. Inc. ,(a corporation organized and existing under the laws of the State of Indiana) hereinafter called the "C()ntractor", and the Jeffersonville Sewer Board, hereinafter called the "LPA". Whereas: The Contractor was the mo?t responsive and responsible bidder for the Longview Beach Pump Station, Upper River Road Pump Station, Sanitary Sewers & Force Main Improvements bid under Indiana State Common Construction Wage Scale, all of which are incorporated and made part of this Contract by reference herein, and as per the Contractor's Bid, dated June 20, 2007; all of which are attached hereto, now: WITNESSETH: That the Contractor and the LPA for the cqnsiderations stated herein mutually agree as follows: ARTICLE 1. Scope of Work. The Contractor agrees to commence and complete the Longview Beach Pump Station, Upper River Road Pump Station, Sanitary Sewers & Force Main Improvements, as embraced in this Scope of Work, and as per the plans and specifications for the Project as directed by the Engineer/Architect, including any supplemental work and addenda thereto. The work is specified as follows: LONGVIEW BEACH PUMP STA110N, UPPER RIVER ROAD PUMP STATION, SANITARY SEWERS & FORCE MAIN IMPROVEMENTS Construction of two (2) sewer pump stations including guide rails, controls, electrical, wet well; approximately 4700 LF of 12" gravity sewer, 3400 LF of 8" gravity sewer, 4700 LF of 6" For~e Main, 1100 LF of 2" Force Main, erosion control, road widening, fence relocation, and other related items. The Contractor agrees to furnish all of the supervision, technical personnel, labor, materials, machinery, tools, equipment and services, including utility and transportation services, and perform and complete all work required for the project described herein. The Contractor agrees to commence the work required in the Contract Documents on or before the date specified in the "Notice to Proceed" which is to be issued no later than February 15, 2008, and will complete the work prior to August 13, 2008, unless the period for completion is otherwise extended by the LPA. The Contractor agrees to perform the work described in the Contract Documents and comply with the terms therein for the price stated in the Contractor's Bid For Public Works, including the unit price proposed and addenda(s), if any. ARTICLE 2. The Contract Price. :The LPA agrees to pay the Contractor in the manner, and at such times, as set forth in the General Conditions, such amounts as required in the Contract Documents, as per the Contractor's bid dated June 20,2007. The Contract price is as follows: The Base Bid amount is $1,'279,393.50 (One Million Two Hundred Seventy Nine Thousand Three Hundred Ninety Three Dollars and fifty cents) in accordance with quantity estimates as shown on the Bid Worksheet. The Contractor shall invoice the LPA at lump sum and unit pricing as prescribed on the Bid Worksheet in accordance with actual quantities performed and measured during the work up to but not to exceed the totql Bid Amount ($1,279,393.50). Also see General Conditions C104, item 9.1. ARTICLE 3. Eaual Opportunity Clause. During the performance of this Contract, the Contractor agrees as follows: ' (1) The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, national origin, age or handicap. The Contractor will take affirmative action to el1sure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, national origin, age or handicap. Such action shall include, but not be limited to the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoffs or terminations; rates of payor other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees r and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. (2) The Contractor will, in all solicitation or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, national origin, age or handicap. (3) The Contractor will send to eac;;h labor union or representative of workers with which he/she has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer, advising the labor union or worker's representative of the contractor's commitments under Secti~n 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. (4) The Contractor shall comply with all provisions of Executive Order No. 11246 of September 24, 1965, and of the rules, regulations and relevant orders of the Secretary of Labor. (5) The Contractor shall furnish al,\ 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/her books, records, and accounts by the contracting agency 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'~ noncompliance with the nondiscrimination clauses of this contract or with any such rules, regulations, or orders, this contract may be canceled, terminated or suspended in whole or in part and the Contractor may be declared ineligible for further Government contracts in accordar)ce with procedures authorized in Executive Order No. 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order NQ. 11246 of September 24, 1965, or by rule, regulation or order of the Secretary of Labor, or as otherwise provided by law. (7) The Contractor will include the provisions of paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order No. 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as the contracting agency may direct as means of enforcing such provisions, including sanctions for non-compliance. Provided, however, that in the event the Contractor becomes involved in, or is threatened with litigation with a subcontractor or vendor as: a result of such direction by the contracting agency, the Contractor may request the United States to enter into such litigation to protect the interests of the United States. (a) The Contractor shall file, and shall cause each of his/her subcontractors to file, Compliance Reports with the contracting agency or the Secretary of Labor as may be directed. Compliance Reports shall be filed within such times and shall contain such information as to the practices, policies, programs, and employment policies, programs and employment statistics of the Contractor an.d each subcontractor, and shall be in such form, as the Secretary of Labor may prescribe. (b) Contractors or subcontractors may be required to state whether they have participated in any previous contracts subject to the provisions of this Order, or any preceding similar Executive Order, and in that event to submit, on behalf of themselves and their proposed "..--.\ subcontractors, Compliance Reports. (c) Whenever the Contractor or subcontractor has a collective bargaining agreement or other contract or understanding with a labor union or an agency referring to workers or providing or supervising apprenticeship or training for such workers, the Compliance Report shall include such information as t9 such labor union's or agency's practices and policies affecting compliance as the Secretary of Labor may prescribe. Provided, that to the extent such information is within the exclusive possession of a labor union or an agency referring workers or providing or supervising apprenticeship or training and such labor union or agency shall refuse to furnish such information to the Contractor, the Contractor shall so certify to the contracting agency as part of its Compliance Report and shall set forth what efforts he/she has made to obtain such information. ('\, (d) The contracting agency of the Secretary of Labor may direct the Contractor or subcontractor to submit, as part of his/her Compliance Report, a statement in writing, signed by an authorized officer or agent on behalf of any labor union or any agency referring workers or providing or supervising apprenticeship or other training, with which the Contractor or subcontractor deals, with supporting information, to the effect that the signer's practices and policies do not discriminate on the grounds of race, color, religion, sex, national origin, age or handicap, and that the signer either will affirmatively cooperate in the implementation of the policy and provisions of this order or that ,t consents and agrees that recruitment, employment, and the terms and conditions of employment under the contract shall be in accordance with the purposes and provisions of the order. In the event that the union or the agency shall refuse to execute such a statement, the Compliance Report shall so certify and set forth what efforts have been made to secure such a statement and such additional factual materials as the contracting agency or the Secretary of Labor may require. r (\ \ ~. ARTICLE 4. Restrictions on Public Buildinas and Public Works Proiects. During the performance of this Contract, the ContractcJr further agrees as follows: (a) Definitions. "Component" as used in this clause, means those articles, materials and supplies incorporated directly into the product. "Contractor or subcontractor of ~ foreign country" as used in this clause, means any Contractor or subcontractor that is a citize~ or national of a foreign country or is controlled directly or indirectly by citizens or nationals of a foreign country. A contractor or subcontractor shall be considered to be a citizen or natio,nal of a foreign country, or controlled directly or indirectly by citizens or nationals of a foreign country : (1) If 50 percent or more of the Contractor or subcontractor is owned by a citizen or national of the foreign country; (2) If the title to 50 percent or more of the stock of the Contractor or subcontractor is held subject to trust or fiduciary obligation in favor of citizens or nationals of the foreign country; (3) If 50 percent or more of the voting power in the Contractor or subcontractor is vested in or exercisable on behalf of a citizen or national of the foreign country; (4) In the case of a partnership, if any general partner is a citizen of the foreign country; (5) In the case of a corporation, if Its president or other chief executive officer or the chairman of its board of directors is a citizen of the foreign country or the majority of any number of its directors necessary to constitute a qUorum are citizens of the foreign country or the corporation is organized under the laws of the foreign country or any subdivision, territory, or possession thereof; or (6) In the case of a contractor or ~ubcontractor who is a joint venture, if any participant firm is a citizen or national of a foreign country or meets any of the criteria in subparagraphs (a) (1) through (5) of this clause. "Product", as used in this clause, means construction material, i.e. articles, materials, and supplies brought to the construction site fQr incorporation into the public works project, including permanently affixed equipment, instruments, utilities, electronic or other devices, but not including vehicles or construction equipment. In determining the origin of a product, the Department will consider a product as produced in a foreign country if it has been assembled or manufactured in the foreign country, or if the cost of the components mined, produced or manufactured in the foreign country exce~d 50 percent of the cost of all its components. (b) Restrictions. The Contractor ~hall not: (1) knowingly enter into any subcontract under this contract with a subcontractor of a foreign country included on the list of countries that discriminate against U. S. firms published by the United States Trade Representative (USTR) (see paragraph (c) of this clause), or (2) supply any product under this contract of a country included on the list of foreign countries that discriminate against U. S. firms published by the USTR. (c) USTR list. The USTR published an initial list in the Federal Register on December 30,1987 (53 FR 49244), which identified one country - Japan. The USTR can add other countries to the list, or remove countries from it, in accordance with section 109 (c) of Public Law 100-202. (d) Certification. The Contractor may rely upon the certification of a prospective subcontractor that is not a subcontractor OT a foreign country included on the list of countries that discriminate against U. S. firms published by the USTR and that products supplied by such subcontractor for use on the Federal public works project under this contract are not products of a foreign country included on the list of foreign countries that discriminate against U. S. firms published by the USTR, unless such Contractor has knowledge that the certification is erroneous. (e) Subcontracts. The Contractor ~hall incorporate this clause, modified only for the purpose of properly identifying the parties,: in all subcontracts. This paragraph ( e) shall also be incorporated in all subcontracts. ARTICLE 5. Common Construction Waae Rates. This project is covered by the Indiana Department of Labor, Chapter 319 of the Acts of the General Assembly of Indiana for 1935 and Common Construction Wage Rates apply. The Common Construction Wages fixed and determined by the committee, are fully a part of this contract, and shall be incorporated into all subcontracts, and are made part of this Contract and incorporated herein by reference. ARTICLE 6. Subcontracts. The Contractor shall provide the LPA with copies of all subcontracts. Each subcontract must contain the appropriate language and attachments, as provided for in this Agreement. ARTICLE 7. Contract. This Agreement, together with other documents enumerated herein and made part of this Agreement and incorporated herein by reference, are as fully a part of the Contract as if hereto attached or herein repeated, and form the Contract between the parties hereto. I The executed Contract Documents shall consist of the following, which shall be a part of this Agreement by reference. (\ ( 1) Invitation to Bid ( 2) Information for Bidders ( 3) Legal Status of Bidder ( 4) Bid Form (State Board of Accounts Form No. 96 (Rev. 1987) ( 5) Bid Bond (or Certified Check) (Bids of $25,000 or More) ( 6) Standard Questionnaires and Financial Statements for Bidders (State Board of Accounts Form No. 96-a) ( 7) Non-Collusion Affidavit of Subcontractor (if applicable) ( 8) Equal Employment Opportunity Compliance Certificate ( 9) This Agreement (10) Performance Bond (Contracts of $75,000 or More) (11) Payment Bond (Contracts of $75,000 or More) (12) Certificate of Insurance (13) Notice to Proceed (14) Addenda (if any) (15) General Conditions (16) DOL WH1321 Notice to Employees (Poster) (17) IN-DOL Safety and Health. Protection on the Job (Poster) (18) Indiana State Common Cqnstruction Wage (19) Executive Order 11246 (20) Contractor's Notification of Subcontracts Awarded (if applicable) (21) Form WH-347 (Certified Payroll Report) r'i (22) (23) (24) (25) (26) (27) (28) Office of Federal Contract tompliance Programs Subcontract Notification (if applicable) , Equal Employment Opportonity is THE LAW (Poster) Plans and Specifications prepared by Jacobi, Toombs and Lanz, Inc. Contractor's Written One-Year Guaranty on materials and labor. Certification Regarding Debarment, Suspension, and other Responsibility Matters (EPA Form 5700-47, 11-88) U.S.EPA Certification of Nonsegregated Facilities (OEE-1, 11/79) Notice to Labor Unions or other Organizations of Workers Nondiscrimination in Employment (OEE-2, 11/79) ARTICLE 12. Access to Records. The Secretary, the Comptroller General of the United States, the Indiana Department of Labor, or any of their duly authorized representatives, or the Jeffersonville Sewer Board shall have access to books, accounts, records, reports, files and other papers of the Contractors pertaining to funds provided under the Tax Increment Funding program, for the purposes of making surveys, audits, examinations, excerpts and transcripts for a period of three (3) years from the date of completion and the acceptance by the LPA of this Contract. IT WITNESS WHEREOF, the parties have caused this AGREEMENT to be executed in three (3) original copies on the day and year first above written. r r CONTRACTOR: MAC Construction & Excavatina. Inc. BY: STREET: 1908 Unruh Court CITY/STATE/ZIP CODE: New Albany, IN 47150 ATIEST: ~ LPA: BY: ATTEST: .' r\ 12.0 BID FORMS NOTE: INSERT AND ATTACH TO FORM 96, DO NOT USE THE CONTRACTOR'S ~ID SECTION ON FORM 96. BE SURE TO SIGN BID, NOTARIZE BID AND EXECUTE NON-COLLUSION AFFIDAVIT. CONTRACTOR'S BID FORM JEFFERSONVILLE SEWER BOARD CITI HALL 500 QUARTERMASTER COURT, JEFFERSONVILLE, INDIANA 47130 RE: LONG VIEW BEACH PUMP STATION, UPPER RIVER ROAD PUMP STATION, SANITARY SEWERS, AND FORCE MAIN IMPROVEMENTS JOB NO. 0642 Gendemen: We submit, herewith, our sealed proposal to furnish all necessary labor, material and equipment to construct the above captioned project, in accordance with the subject plans and specifications at the unit prices listed herein. . l\dd'eJ\d..~ ~ 1.. r- 0W'\€. \ '6 \ 'd--oof] A:\d eJ\.~ ~ - (f 4J\€.. \ ~ I :>'0 0 ~ rl A-205 S'5'ydne~'WFDOCS"06"o6+2'-$ection A2.dOC To: Mac Construction and ~xcavating ,rom: 'Lytm LirtaglLi~ D6L.UUUL.~UIl ... , ... 'r-o" I;'- '" (~ LONG VIEWI3EACH PUMP STATION, UPPER RIVER ROAD PUMP STATION, SANITARY SE'WER..") AND FORCE MAIN IMPROVEMENTS' ,i ---~~~~----"~~~~~~~"""-'~~~~!~~~J~-------'-UNll;~Ri(:E'-~:~~~~j= NO. QUANTITY IN WORDS NUMBERS. 'j){\f(~ ic ') N -;...- -- --- -- - - - - -- -- - ---- - -- - - ---- - -- --- - -.,.-- -------- - - - - - -- -- ---- - - - -- --- - -- --. - - ---- --- - - - - - -- --- --- --. ------- --- --. ._----------------------------------.----------------------------------------\--------------------------------------------------., 1 0 TONS Ctl.I.>heJ Li.mestone (Mise.. SizeSi . .. . L.17it:Al f"\ LL./fIl5 . tor. :2/~.; . . , ... . . . f.iQ. . . . . . . . .. . . . . . . , . . . . , , .l. . . .. . . . . DolLus Per Ton , $ !&.DD $ '-------2---------------6-;r~(5~s---------t3~ZfltUi-S;r;d-------------------------------------------------~--------------------. for ...~iA.T'ftJ:N...~S . . , . , , . . .. ' , . , . ' . .. . .. . D()llar~ Per'l'o[1 $ 1&.00 $ ,--- n_ T- - - - -------- ----a-au------- -F'(;r,-nc(fr:O-[;crc:l(:-No~:Rerr;r(;rce(f------ -- - ----- ---------- --- -------- ---------- - --, 6.. " f)JJiL) r or . r.uvL,.. /'f;J.& .......... .________________________________________ii;;~~~~i~)C~;~!~~~~~~~~~_____________~__~~~_______._____~___________--------. 4 0 CY NOl1.foomle(l Concrete Non- Reinforced for .Tf./lfi.-e.. . . .JlY.1.~~ . . .. . . . .. . . . . ... . . . . . . . . . Dollal,,:) Per Cubic Y:Olrd. $ '5 ()O $ .-------5----------------Cir=~s-~--------fZ~:o)Fo~~1[;i'~Cc~i----------~---------------------------------------------------------. [or. OiJ.E...: D.o.t,..!..-.~.\.?. .;:;-;:l~~.i.~~ .~'~~)ollars $ J. J 5 $ .-------6-----------------0-s-'(-----------So(I-----------------------------------------------------------------------------------. for. .FAA. .P?!-!:-;':r.~~ . .4.. .r:l.Frx.. .~rs.. . Dollars PerS~lJ;.lreyarci $ 4,ro $ - .- - -- - --:; - -------- -- -- - --- ()$ Y---- - - - -- ~SC:c d, - r~c riij l;~i: a;itj" ~1 tJ(]jing----- - -- -- ------ - - ----- - - - ----- - --- - - - -- -- -- - - - ---- - - --. for . .SN:vI:-:~n.. .F~ ~~... , . ~.O............Dollars 7S- ' Per Square Yard $' " . $ "', - .-------8---------------i~02C5~}7--------~"-St)JR:3~~;r.ut~Se~~-------.---------~----------------------------------------. for .SIX.rX...~/_............. . OQl...4,A,;;!!-,-s,. . . , . . . . . . Do liars . ,_ _ __ _____ _______ __. _____ _____~ ________.:_J~~L~:~~~~J52~)~~ ~-,,------- _ ________ ____ __!___~_tj:_C?9._______~__~~_~ KQ _m. 9 1,235 LF S" SDR 26 ~anit<lry Sewer r or .D.~C. ./lvMI)!J#>,... ... , .FNJt:... .O~. .Dolliu~ '0 _ __ _ _ __ __________ _ _____ ______ _ ___ ____ __R~!_!:~~~~~.E~~~___- _____~__ _______-- _____~)f!~_ - - - _______~___L~~l__~.Z!: 10 1,600 LF 12" SDR 3~ SanitarySe'IN'er for. TJII/!..J-X. .~J.GII."r. ... . . . . . . . . . . . . . . . . . . . . . . . . Dollars ,_________________________________________~~!_!:~~~:~_~_~9~~~-----~------------------~--~-~-~----------~---~~-~??-~---, ! JOB NO. 0642 ::;:.yLJI':-:Y\W;Jt'JOt:",;\C,IB\Oi!42\bid jte:'llf. A206 Revised 6/19/07 To: Mac Construction and Excavating From: Lynn Imaging Distribution 6-19-07 2:57pm p. 4 of 6 ('\ ., LONG VIEW BEACH PUMP STATION, UPPER RIVER r . ROAD PUMP ST ATlON, 5ANIT ARY Sf. WERS AND FORCE MAIN IMPROVEMENTS .---~~-~~--~m~;)~Z;~;~-~~~;,--~-----J!fJ~Ji~~:~~---------Ur~Tri;~Ri(-:Em-~~~~~~~~~~.~:.--. NO. QUANTITY IN WORDS . NUMBERS POR BID ITEM .------i-i-------------~i:o)1-T~r;--------ii;;s-f5Rri(;~~;~;n.;~)73;~~cr---------------------------------------------------------. [or. .fiULT.Y.... .7.4)P.. .. ... . f).o~5::......... .Dollar:; PCI' Lirlcar POQt $ Lfd. .OD $ 1'17,.30;;;'" ._________________________________________________________--------------------------------------------------_____J_~__~--------. 11 2,751 LF (;" f'on.:e Main r or . ntlA-I":Y:.. .tU1~~.. .. ... . . . . j)(;)!...\-.~ . . . . . . DoJ.h.rs Per Linear Foot $ "31.oD $ ~J 'g" I ._______________________________________~________________~__________________________________________________---------t-----------. 13 0 LY 2" Force M.u.n for. . 7J/l1?1Y. . .l)rY~ . . . . ... ................;........Dolbl"l:; Per Linear 1-'00\ $ SI,OO $ .------i~---------------9o~l~fi--------:g~-si)-Ft-3~S-c~cj.-an(f-6"-f1L;r~e-K6;1i1-----------------------------------____po_Po_Po in Joint TrCTll.'h for. !ZI 611. n .. .15 JG/1.7:' .. .f).o~S...... .DolL.m .________________________________________}:~!_!:~~~~!_~_~e}__________________________~__w~_~~_______~_____~_lr~-~-~~-~ 15 201 Ll-' 8" SDR 35 Sewer, 6" Force lvlain, and 2" [<oree Mall~ in .loim '('rtnch for. ./lJ.1. tV.7:'/... .f)p~~~ .., ........ ... .. " .. .... .T)olhr.; ._ _______ _ ______ _ _ ___ _w ___m____________E:!~!:~~~~! _~~~~L _____ _____ ________ _ ____.. _J.. ____C{I2:~~ _______~___Ltl2r..Q-m-. Ie) KH LF 6" Force M<iin <lnd 2" [<o.Ke :Main in Joint T11:'11(h for . .f(o~r'l. . . . Po.?-k-.It(!-> p~~i~~~.F~~;.....Dolla~ $ 0/0,00 $ 33 :)l/O .________________________________________________________,_______________w____________________________________________L___________. 17 19 F^ NLlnhole Type 'B' w/Boh On Lid for . mP...r.z.-f.:.. . rl.k,,*~1J ()NG..~.~...... . Do 11211-:; .________________________________________J~~!_~~~~~~____~-----------------------------~---~/-l-~-~-------~--_~~J_~~__. 18 . 9 EA Manhole Type 'C' w/Bol! On Lid for .TWo...rl.b.II.$.~.... N./.IVf:... .qtv.1k'4'.~.Dolj;.U'$ .__~______________________________________~~!_~~~~_____------w---------------------~---~J--l~--------J----~-~t~)l)l:)---. 19 3 E^ M.ll'lhole 'fype 'E' w/Boh On l.id < for . .~6I.f r 7Jto.v.$ftfJ!LJ ........... .... ......... .Do1.b..l'$ .________________________________________J~~~_~~~~!:_________________________________~_. ~/~~~-------~---j-:t~~~-~---. 20 2 EA CornbinationAir Release Valve, Vault, C.omplete for . .'fo.v.~. r:.ffoY.~~f? ... .e.I~Hr.. /itl~.~~.Dol1m Per Each $ '1 10D $ q (p DO ,------------------------------------------------------------------------------------------1-----------------------/-------------. JOB NO. 0642 s .syancy\wpM,.~\(1[;\OG42\Dla Items A-207 Revised 6/19/07 To: Mac Construction and Excavating crom: Lynn Imaging Distribution b-B-U/ c)/pm p. ~ or 0 r . LONG VIEWBE^CH PUMP STATION, UPPER RIVER JOB NO. 0642 ROAD PUMP STATION, SANITARY SE\VERS AND FORCE MAIN IMPROVEMENTS '---~;~~------~;~~~;~~~J~,~~----------Dfsaujj;nON-Wi;fH---------- ili~fIyi)Ri(JC---~~~~,~~~~;~-~~T.--. NO QU1\N'1'ITY UNIT PIllCE \VlUT1'EN IN "[tOR RID ITEM " XN \'Y'OlWS NUMBERS '------2-1---------------7~S-~-i\----------f)r()1;;-n,y-SC~;~K:e-(~~~~;~~~(~1:------------------------------------------------------. includ.ing wyt, 6" pipe, and cleanout, Type 1 Backfill [oJ" . OtVL.... 7i.h.l)~~A. . '" ~.bitJ.": ~~.. .DollJ.n; > Per Each . $ J IZ"DO $ )3s./. ouD ._________________________________________________________-_______________________________-L_________________-------- ------------ 22 4 EA Am:i-Seep Colhr for. $'iAJ,M!. . .J.f:VN.~.~P " :r~n...........Dol1al:> ._____________~___________________________r~~!_!:~~l:________________~________________~__~~~___________~___~_l_~_____. 23 70 l.1-< Concrt.T.c r: nC;l."cmcf\l. , fOf.. Tw~rY... .n.i/.~.. .... .Oo.".(~'::>.... .Dolla~ .________________________________________}~~~:~~~~~~~_[~~~}~_________________________~__~_~~~~_________!____~L_~_~~______. 24 1 LS l.ong View teach Pump Station, l-'umps, pipu1g, ele.ctrical, conduit, wrr. ~~1.l valve pit, emergency pamp-ouL l1U\lmo1e, drop in.\.et, telemetry, clearing, grul1binl:;, d(~W~lL(Tir\g, feflCC, ;lcces~ road. 1 rl'("~ ('r,,"'" L:.,,'r.> f () t' . { PNL:. J.ftu'> De.;i.J:> ~ t 19# 7-Y r-,t> . V\ !$}6t1Y .r~ollars .____ _ _ _ _ ___ ____ _______________ _ __n_ __ _ __I~~ !:!~~~~lE~~I!~ ~_______ n__ _ ____ ___ u _ _ ___t.l. r!i- ~~_? -'_______~__n~ Jr91-f?.~~2. 25' 1 LS Upper River Road Pl.Unp Station, pumps, rails, piping, de~U'ing, gnlbbing, dewatering, c~knric;ll, Complete . for .j0.Ih7:Y... .Au€". ;0t.\.6M/L> fjl/.~ ./~~~ .DolLr.> ._---------------------------------------}:~~_!~~~~~~~~~~~--------------------------~--~~~~~-------~----~~,1-~-----. 26 1,055 TONS HM^ Surf;1ce, Type 13' for ..(:./x.n................. ... ..0 Qk<...M-"').. . . Dollars . . ___ __ __ ___ _____ _.____ _________ _ ___ __ _ ____~~_I?:~ _____ _____ __ _______________ ____ n _!.__Je. Q!_l?.Q. ______~___k_'lI-J. ~---,. 27 256 'tONS HMAlmerrpedi,\Lc, Type 'B' rOle widening L~ng View BC<'lrh Ro~d lor. .A.Fh .?::o.v.~.... . . . .D~I:tI!-~ . . . . . Dollars ._~__ ______ _ _______ _________ ____ ____ _ __ __J~~::_}: ~~~___ _ ___ ________ _ _ _ ________________!..___g~0!________~__L~ I-F~~_____.' 28 775 TONS Dense Grade Aggregate, Size No. 53 fOI" v.~,dening Long View Be.\Ch Road for. ..rJiJA.r-:Y... .......... ....... .... .. . '... .. . . . . .Dollars ... .____________.____________________________~~!_~~!:__________________________________~___~~~_~____~--~---~-~~E?~_-.. (\ f" ":,,y<J,,"y\wp~OC"\06\OG47.\old Items 1\.- 208 Revised 6/19/07 To: Mac Construction and Excavating From: Lynn im~ging Distribution 5-19-07 2:57pm p, 5 of 5 r\ LONG VIEW BEACH PUMP STATION', UPPER RlVER JOB NO. 0642 , ROAD PUMP STATION, SANIT ARY SEWERS At"J'D FORCE MAIN IMPROVEMENTS .----;;~-~------:;~~;~~~t'~~---------y)f.~smrPTio~,rwffn----------UNiYPRIcr-----i~~~-m~"--' NO QUAN'rrrY Ul'HTPRlCE 'WRITTEN IN FORIHDITEM " IN WORDS NUM:BERS '------2(j--------------4~15(5i~f1--------7~I=ITgli-c;rii!n-fJilk-Fc~)c~-;ioilg---------------------------------.------------------, lo~"Vic'\.v Beach Dt"jvt/lDNR for '-.m j/l,raiJ.!. . ,()C??t.:~S ~t..Y.f':I. .~#~~/~[)ollal;; ,__________________~---------------------!:~!-~:~~~~~-~~(~?:~-------------------------~--.l;?;-~-~------~--J---~~t-~4?-~~ 30 1 EA Doubk 8' Wide Vdlide Gate for .aN.i:.:, ]l/t).&l?~~..rvJD !kJf'JD~... flJ ~~. ,~~~DoJ.brs , ._______________________________---------~~~~-~~~~:---~______________________________~_.!'1_~~~__________~__.l_L~_Jr~__~----, .31 1 EA C'..ons!nlc:tiol1 Entrance for .t?(I?f..:.. ., . .71.'/7?0.~(-?'.. f)lJ)e;..II.I?,~a~A.. . Dollars ,__ _ _ _ __ _ ___ _ _ _ __ _ __ ____ ______ _ _ _ __ __n _ __~~L ~ ~~1~ _ __1-..__ _ _ _ __ __ _ __ _ __ _ _ _____ _ _ _ _ __ ~ --) -1_19. _f? - -- - -- --- ~-- -- 4-}.o. 0_ ----, ,32 200 SY Slream Bank Rrs\Or.tt.ion for.. ~~.E;J.). ,.D~~ 7JlJfl:.TY. . ~~. . , , .Dollars . ______ ____ _ _ __.__ ____________ _____ _______l:~::_?_q ~1::r~~X~_~ _ _ ______ _.__ ____ ___ ___ _ __ _~__Ll:_~~__________J__.~L~~.~___m. 33 . 4,300 LF Silt Pence for. . TLPO. . . . p()J.,..4-.~':>'. I ,..0........0.'......... .DolLU'S ,_________________________________________I:~!_!:~~_~~~!__________________________~___~~_~_~_________!____~-le-l?_~____, 34\ IS CorisCI'Llcliol1 E l1ginccring (Slake ()ut) for ..~.~~.,.~.$~D . . ~.!:>.. . ..0. Dollar;; Pcr Lump Sum $ 7 ODD $ ~ ODD ,____________________.______________________________________________________________________l___________________________.________. 35 llS Removal aIl~ disposal of existing chain link fence along loD.,;,ooview Beach Drive for.. .$.IX.... 'Tlf.C>t..??/s:":-?~. . ?W~.. .lft../.'!:~~. Dolhu'S .___~___________________________._________I?~!_~:~~lJ~~~~~~___________________________~___~-~~-------~------~~_~~__. 3() lLS. Removal and di~po$al of existing pOWC1. poks along I .ongview Beach Drive (approx. 24) for. of) t!.~. .lM:>.~4 ffitWr:./A;<<.4,q.~. .Dollars ._________________________________________I:~!_!:~~~~_~~~___________________________~___~~-~.------~-----~~~--__, r-o,~ 1.0fAl. RIO PRICE FOR DIVISION A: 1te,m~ 1 thm36 = $ II d..7Q, 313,5t.> , , r' f\l < '<yd""ylWf'dClC:C.\Or,\i)I;4;1\OICl Item; A-209 lZevised 6/19/07 BID FOR: LONG VIEW BEACH PUMP STATION, UPPER RIVER ROAD PUMP STATION, SANITARY SEWERS, AND FORCE MAIN IMPROVEMENTS JOB NO. 0642 CITY OF JEFFERSONVILLE CLARK COUNTY, INDIANA RESPECTFULLY SUBMITTED, . ffi-ACCo.C\5\ tud.tDf.\. ~~CA-VClr+j'f8"Jj)C . NAME OF FIRM . ("',I j;iiil;;~~~~....................... Tr:~v) :>.0.... (Ar:\f.u.h.:-. V) .~~.9f~~~.d~~t PERSON ~~t?~ ATTii .. .................................................... ....... ."S[~e. '~')' ~OOl....................... DATE A-210 S'.S~dne~"WFDOCS'\P6'\p6+l",ection Al.doc f\! ~.. I ~ \; :~ C) ..-0 z ~ H C5 0. ~ ., '0 IV .. ~ -0 ~ C "0 Z 0 ~ H S Cf) E-t I- < 0 > W < C) -, 0- 0 <::> >< <::> IJ::I 0 n::: C'l "0 1.0 0.. IV LL ~ r-I ., 'S; 0 r-- a:: Cf) LL IV Z E-t fIE. "". 0 ~ to 0 0 0::: LL a:: 0 (J) H 0 Z 0 ro E-t 0 H 0 Z C) C) S E 0 .. 0 0::: tI: >f 0 u.. E-t 0 Z tI) 0::: < -l Z Z CO CO c 0 0 ...:l ~ OJ C) < ..:.:: CO 0.. 2 C) 0 s: c: < m IJ::I -0 .Q E r-I Z ~ 13 u: .-<( , I r \ Prescribed by State Board of Accounts Form No. 96 (Revised 2000) CONTRACTORS BID FOR PUBLIC WORK PART I (To be completed for all bids) (Please type or print) . Date: ;j UJ\ e ~O d-OOt"J . . 1. Governmental Unit (Owner): -Ie +ret~o()u'\ \ \e :to ~ ~--(Jpe r BOoJ'd ) 2. County: C"a t'\, 3. Bidder (Firm): MAC CONSTRUCTION & EXCAVATING, INC_ Address: 1908 UNRUH COURT City/State: NEW ALBANY, INDIANA 47150 4. Telephone Number: (812) 941-7895 r\ 5. Agent of Bidder (if applicable): Pursuant to notices given, the undersigned offers to furnish labor and/or material necessary to complete the public works project of \ O~ V'I-e&.U ~ea.c\"'\ P\~IY\~ 5-tfA--\!i>^. -\)We;-"R~u er- "Rd. 5-e.wt')"~ ~t'c.€ - un - h ih:t.r\ (Governmental Unit) in accordance with plans and specifications prepared by dtl C \ J \ 0 ('Ir{'\ ~ ~ Ltl1Yz.. ... . and dated ~ 30 I :J.f1)~ for the sum of ON/;- II'tja.-LlovJ rl40 ~J~~O_ 1..9:0' .. _ . ~ T. D.J' -6fV.JfA> 'r"T N IIYh: 77ft; c.J.I~tJ .i ':r'Y_ $ / Cl1 ~,?q $. S"'O rt!/lf;f.. /fvN.b/l..f:,() NJNf'j i-tiLGJ'. .,.. -, ...-z. .s::E . . / I The unaersigned further agrees to {U{j-Ij;!. a ().!-':::~J _! JOIl check with this bid for an amount specified in the notice ofthe letting. If alternative bids apply, the undersigned submits a proposal for each in accordance with the notice. Any addendums attached will be specifically referenced at the applicable page. If additional units of material included in the contract are needed, the cost of units must be the same as that shown in the original contract if accepted by the Governmental Unit. If the bid is to be awarded on a unit basis, the itemization of the units shall be shown on a separate attachment. . The Contractor and his subcontractors, if any, shall not discriminate against or intimidate any employee, or applicant for employment, to be employed in the performance of this contract, with respect to any matter directly or indirectly related to employment because of race, religion, color, sex, national origin or ancestry. Breach of this covenant may be regarded as a material breach of the contract. CERTIFICATION OF USE OF UNITED STATES STEEL PRODUCTS (If applicable) (\ I,the undersigned bidder or agent as a contractor on a public works project, understand my statutory obligation to use steel products made in the United States. I.C. 5-16-8-2. I hereby certify that I a>ld all subcontractors employed by me for this project will use U.S. steel products on this project if awarded. I understand that violations hereunder may result in forfeiture of contractual payments. " ACCEPTANCE The aboye bid is accepted this day of , subject to the . following conditions: Contracting Authority Members: PART II (Complete sections I, II, III, and IV for all state and local public works projects as required by statutes if project is one hundred thousand dollars ($100,000) or more. (IC 36-1-12-4) Governmental Unit: (3 e+fe~'" u.. \ \e 'Ill -S'"f~ei" "Bl')oJ'"Q I f' . Date: MAC CONSTRUCTION & EXCAVATING, INC. \fu C\ e.. ~.o I )..0 0 ~ Bidder (Firm) These statements to be submitted under oath by each bidder with and as a part of his bid. Attach additional pages for each section as needed. SECTION I EXPERIENCE QUESTIONNAIRE 1. V'Jhat public works projects has your organization completed for the period of one (1) year prior to the date of the current bid? V'Jhen Contract Amount Class of Work Completed Name and Address of OWner SEEATTACE ED - A 2. What public works projects are now in process of construction by your organization? Contract Amount Class of Work When to be Com leted Name and Address of Owner {\ , f f\ 3. Have you ever failed to complete any work awarded to you? NO If so, where and why? 4. lisf referenced from private firms for which you have performed work. PRESNELL ASSOCIATES, 717 W. MAIN STREET, LOUISVILLE, KY 40202 KOETTER CONSTRUCTION, 7393 PETE ANDRES ROAD, FLOYD KNOBS, IN 47119 PINNACLE PROPERTIES, P.O. BOX 43957, LOUISVILLE, KY 40253 SECTION II PLAN AND EQUIPMENT QUESTIONNAIRE 1. Explain your plan or layout for performing proposed work. (Examples could include a narrative of when you could begin work, completed the project, number of workers, etc. and any other infonnation which you believe would enable the governmental unit to consider your bid.) MOo }J,.-/2A-r7DIA.J - ->T7l"J~/N'o D~C>t...ITio.v ~ L, i,o€-~i:: I,P~M) 5r7A17D~ f2..($- $/'"v /U'\f7 o;,J .. r\ i 2. If you intend to sublet any portion of the work, state the name and address of each subcontractor, equipment to be used by the subcontractor, and whether you expect to require a bond. However, if you are unable to currently provide a listing, please understand a listing must be provided prior to contract approval. S €JC./) I vV l? ~~r1 Nb FI rJ HIT "r )l--A6 AttJ 3. What equipment do you have available to use for the proposed project? Any equipment to be used by subcontractors may also be required to be listed by the governmental unit. SEE ATTACHED-c. 4. Have you entered into contracts or receiveq offers for all materials which substantiate the prices used in preparing your proposal? Otherwise, please explain the rationale used which would corroborate the prices listed. . r\ YES . . . " ~ F\ t r\ r\ _" I SECTION III CONTRACTOR'S FINANCIAL STATEMENT Attachment of bidder's financial statement is mandatory, Any bid submitted without said financial statement as required by statute shall thereby be rendered invalid. The financial statement provided hereunder to the governing body awarding the contract must be specific enough in detail so that said governing body can make a proper determination of the bidder's capability for completing the project if awarded. SEE ATrACHED - j:) SECTION lV OATH AND AFFIRMATION I hereby affirm under the penalties of perjury that the facts and information contained in the foregoing bid for public works are true and correct to the best of my knowledge and belief. Dated at NEW ALBANY, IN this ~ day of 7f UJ\e , 'JJJ07 MAC CONSTRUCTION & EXCAVATING, INC. '--/? 4 / ~:::","'rn',"1 By ~ \(-0 \II";' D. t Xntlbh - V'I U!.. .pr~-'d et\ \ (Title of Person Signing) ACKNOWLEDGEMENT STATE OF :IrA, (U)q COUNlY OF 5' O'l ci ) ) ) Tr~\ :::> O.lAnru..h being duly swom, deposes and says that he is \J \ t,e fr~,deI\t of the above MAC CONSTRUCTION & EXCAVATING, INC. {Title) (Name of Organization) and that the answers to the questions in the foregoing questionnaires and all statements therein contained are true and correct. day of ~'H\~ ,~O~. .~R{.9p~ Subscribed and sworn to before me this ;;1.0h My Commission Expires:J"\OV.302013 . ' County of Residence: t= l~ A . .": "ir (' ~ r\ ~/ NON - COLLUSION AFFIDAVIT The undersigned bidder or agent, being duly sworn on oath, says that he has not, nor has any other member, representative, or agent of the firm, company, corporation or partnership represented by him, entered into any' combination, collusion or agreement with any person relative to the price to be bid by anyone at such letting nor to prevent any person from bidding nor to include anyone to refrain from bidding, and that this bid is made without reference to any other bid and without any agreement, understanding or combination with any other person in reference to such bidding. He further says that no person or persons, firms, or corporation has, have or will receive directly or indirectly, any rebate, fee, gift, commission or thing of value on account of such sale. OATH AND AFFIRMATION I affirm under the penalties of perjury that the foregoing facts and information are true and correct to the best of my knowledge and belief. Dated at NEW ALBANY, IN dD~ ao01. day of \f l.An e. this MAC CONSTRUCTION & EXCAVATING, INC. ~ (Name of Organization) By (_' 1!-f:. 0J? . . Trmn::> (). llAMA h - \J'i c-e_ <Pr-ebl deJ\t (Title of Person'Signing) ACKNOWlEDGEMENT STATE OF Tr\d\l1.J'\a . COUNTY OF F \ O~ c\. T('o. V'I ~ () .11A{'~ being duly sworn, deposes and says that he is. \l, r..,~ Pr~~\def"\t of the above MAC CONSTRUCTION & EXCAVATING, (Title) (Name of Organization) ) ) SS: ) INC. and that the statements contained in the foregoing bid, certification and affidavit are true and correct. d-&'"' day of 011J\€..... Subscribed and sworn to before me this , :loUr-; ~1Af1Q~~ My Commission Expires:-DO V . ,"10 J:)O J 3 County of Residence: .FJo~ ci- DEC.13.20074:47PM MAC CONSTRUCTION NO. 6254 p, 2 . ' Oecember 13, 2007 Re: Cran No. 07-0649 Jacolii) Toombs and Lanz 120 Bell Avenue ' ChU'ksville; Indiana 47129 ' . Attn~ Jprge.Lani Re: Longview Beach Pr~ject~ Jeffersonville, Indiana: " Dear Jorge, Per the MBE/WBE participation goal data required per the State Revolving Load Funds.Program, this letter is to inform you that MAC has achieved the 6% goals for both MBE ancf'WBE participation. Listed below a.re firms that MAC p~ans on working with. , . . 1. Finish-It1. . . wbe, perfo~ erosion control, final cleanup and resto,ration, seeding. 2. Advance Ready Mix... w;be, supply ready. mix ~o~crete. 3. . NotleffTrucking...mbe; hau1jng and trucking,' 4. Thompson Distribution. . .mbe, supply stone and aggtegates. Feel free to contact our office if additional information is needed, ~. rely,., /' l:. ' ~ Bry . Winslow, Chief Estimator . , 1908 Unruh Court P.O. Box 6787 New Albany, IN 47151-6187 'Phone 812-941-7895 Fax 812'941~0699 , . "Af'! Equa.l opportunity Employer MfFJON" :.. . . .. . . . . .... N ,~:- "": .'::! ': -,' . ... :.- " . :i , '" .. . '. . DEC. 13.2007 4:47PM MAC CONSTRUCTION NO. 6254 P. 3 ..; . " 'i ~ United states Environmental Protection Agency Washington, DC 20460 Certification Regarding Debarment, Suspension, and Other Responsibility Matters The prospective participant certifies to the best of its knowledge and belief that it and its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; (b) Have not within a three year period preceding this proposal been convicted of or had a civil judgement rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State~ or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not p1'esently indicted for or otherwise criminally or civilly charged by a government entity (Federal, State or local) with. commission of any of the offenses enumerated in paragraph (l)(b) of this certification; and (d) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State or local) terminated for cause or default. I understand that a false statement of this certification may be grounds for rejection of this proposal or termination of the award. In addition, under 18 use Sec. 1001, a false statement may result in a fine of up to $10,000 or imprisonment for up to 5 years, or both. ~tM-'VI" VA/lUll-/- - v'lee- ~/f)eN'-- Typed Name & Title of Authorized Representative Signature iutho~sen!!t. It. -t~ -f)7 Date I am unable to certify the above statements. My explanation is attached. EPA Form 5700-49 (11-88) c ,r\ ,'-- ' r\ . DEC. 13.2007 4:48PM MAC CONSTRUCTION NO, 6254 P. 4 ". .. ~ Instructions Under Executive Order 12549, an individual or organization debarred or excluded from participation in Federal assistance or benefit programs may not receive any assistance award under a Federal program or a subagreement thereunder for $25~OOO or more. Accordingly, each prospective recipient of an EP A grant, loan, or cooperative agreement and any contract or subagreement participant thereunder must complete the attached certification or provide an explanation why they cannot. For further details, see 40 CFR 32.510, Participants' responsibilities. Where to Submit The prospective EP A grant, loan, or cooperative agreement recipient must return the signed certification or explanation with its application to the appropriate EP A Headquarters or Regional office, as required in the application instructions. A prospective subcontractor must submit a completed certification or explanation to the prime contractor for the project. How to Obtain Forms: EP A included the certification form, instructions, and a copy of its implementing regulations (40 CFR Part 32) in each application kit. Applicants may reproduce these materials as needed and provide them to their prospective prime contractor, who, in turn, may reproduce and provide them to prospective subcontractors. Additional copies/assistance may be requested from: Compliance Branch Grants Administration Division (PM.. 216F) U .8. Environmental Protection Agency 401 M Street, SW Washington, DC 20460 (Telephone: 202/475-8025) DEC. 13. 2007 4:48PM . . , . . ~ !> MAC CONSTRUCTION NO. 6254 P. 6 :- { U.S. ENVIRONMENTAL PROTECTION AGENCY CERTIFICATION OF NONSEGREGATED FACILITIES (Applicable to federally assisted construction contracts and related subcontracts exceeding $10,000 which are not exempt from the Equal Opportunity clause.) r. The federally assisted construction contractor certifies that he does not maintain or provide for his employees any segregated facilities at any ofhis establishments~ and that he does not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The federally assisted construction contractor certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his employees to perform their services at any location~ under his contro~ where segregated facilities are maintained. The federally assisted construction contractor agrees tbat a breach of this certification is a violation of the Equal Opportunity clause in this contract. As used in this certification, the term Asegregated facilities@ means any waiting rooms, work areas, rest rooms and other storage or dressing areas, parking lots, drinking fountains~ recreation or entertainment areas, transportation~ and housing facilitielS provided for employees which are segregat0d by ex:plicit directive or are in fact segregated on the basis of race, creed, color~ or nation origin, because of habit, local oustom~ or otherwise. The federally assisted construction contractor agrees that (except where he has obtained identical certifiCatiOD!iI from proposed subcontractors for specific time periods) he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that he will retain such certification in his files. y ~~ t/~ Signature /t-/~ -u? Date '"77?A \/I!; VAlI2.J.4+ I vice iM' 11J.fiVl. + Name and Title of Signer (please type) ,4!f4c 4J1CI sf .; u C-. Finn Name NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. OEE..l (11n9) DEC, 13.2007 4:48PM ,t '..." t> MAC CONSTRUCTION NO, 6254 p, 5 :! NOTICE TO LABOR UNIONS OR O'fllER ORGANIZATIONS OF WORKERS NONDISCRIMINATION IN EMPLOYMENT TO: "'f1' W~AA. I r MIr1.( C.fJ1I.IC41~ (Name ofunion or organization of workers) The undersigned currently holds contract(s) with Ct1\f Dr:- veFP€ /Lse>A.lINe....u,;- (Name of Applicant) involving funds or credit of the U.S. Government or (a.) subcontraot{s) with a prime contractor holding such contract(s). You are advised that under the provisions of the above contract(s) or subcontract(s) and in accordance with Executive Order 11246, as amended, dated September 24~ 1965~ as amended, the undersigned is obliged not to discriminate against any employee or applicant for employment because ofraee, color, creed, or national origin. This obligation not to discriminate in employment includes, but is not limited to, the following: HIRING, PLACEMENT, UPGRADING, TRANSFER~ OR DEMOTION, RECRUITMENT, ADVERTISING, OR SOLICITATION FOR EMPLOYMENT, TRAINING DURING EMPLOY:MENT, RATES OF PAY OR OTHER FORMS OF COMPENSATION, SELECTION FOR TRAINING INCLUDING APPRENTICESHIP, LAYOFF OR TERMINATION. r' '" This notice is furnished you pursuant to the provisions of the above contract(s) or subcontract(s) and Executive Order 11246~ as amended. Copies of this notice will be posed by the undersigned in conspicuous pla.ces available to employees or applicants for employment. -r:: ~~t t/~ (Colltractor or Subcontractor) 1'2.. -/; -tJ7 (Date) OEE-2 (11/79)