Loading...
HomeMy WebLinkAbout20111284.tiffMEMORANDUM TO: Clerk to the Board DATE: April 2, 2013 FROM: Mike Bedell, P.E., Public Works Department SUBJECT: BOCC Consent Agenda RE: Doc #2011-1284, Bid No. B1100037 Change Order No. 1 with Muller Engineering Company, Inc. for the WCR 23/SH 392 intersection design project in the amount of $12,002.00. The BOCC verbally approved this item at the 4/2/2013 Work Session. Attached are two, duplicate original Change Order No. 1 documents. Please return one signed original to the Public Works Department. M Francie'AgendaMlkeBedell-I dock 6 «< r /) /O71(03 X2O1/- i2Py J& CC( el BOARD OF COUNTY COMMISSIONERS REVIEW/WORK SESSION REQUEST RE: Muller Engineering Change Order No.! for WCR 23/SH 392 Intersection Improvements DEPARTMENT: PUBLIC WORKS DATE: 3/22/13 PERSON REQUESTING: Wayne Howard, P.E. County Engineer Brief description of the problem/issue: Muller Engineering received the contract for the design of WCR 23/SH 392 Intersection Project. The original scope of services, as defined in the Agreement for Professional Services dated August 10, 2011, included a Section 4(f) research to determine if any potential 4(f) properties may be impacted by our project. ERO Resources is the sub -consultant that performed this work as a member of Muller's team. Anticipated research for 4(f) properties in and around the site included the existing irrigation ditches as the project did not impact any homes or other structures. The fee for this effort was $800. ERO Resources completed this work per CDOT requirements and submitted the report to CDOT for review. Normally, this report would be reviewed by the local CDOT historian, but CDOT Region 4 Historian had retired by the time the finished report was submitted; therefore, the report was sent to CDOT Headquarters Historian for review and approval. Review by CDOT Headquarters resulted in the request from CDOT to complete additional 4(f) historic research related to the connection of the farm fields and farm structures or houses. The cost of this additional effort was estimated to be $12,002.00 which will require a change order to the original contract. What options exist for the Board: Muller's contract for design is $330,100. This Change Order will increase that amount to $342,102. Weld County received a grant for $400,000 for the design; therefore, the grant has sufficient funds to cover this change order. Weld County's share of the match for this change order is 20% or $2,400. The Board can choose to sign or not to sign the attached Change Order No.1. The project cannot proceed without completion of the required environmental clearances. After the additional work is completed and submitted to CDOT, a final report will be submitted by CDOT to the State Historic Preservation Office. Recommendation to the Board: Public Works recommends approval of Muller Engineering Change Order No.l. William F. Garcia, Chair Douglas Rademacher Sean P. Conway Mike Freeman Barbara Kirkmeyer Approve Schedule Recommendation Work Session Comments P -v (Lc,CC Attachments: Muller Engineering proposed Change Order No. I. Agreements checklist for WCR 23/SH 392 Intersection Improvements. Project Manager: County Engineer. APPROVALS: Consultant: Owner. (/ CHANGE ORDER NO.1 Date: February 13.2013 Project: WCR 23/SH 392 INTERSECTION DESIGN SERVICES Owner: Weld Cowry. Colorado Consultant Muller 6ngmeering Cc1prinyjnc. The following change is hereby made to the Contract Documents: The original scope of services related to the Agreement for Professional Services dated August 10, 2011 included the work nuns necessary to complete environmental services typically required for this project Recent direction from CDOT has resulted in the need to complete additional environmental services related to historic farming complexes on which right-of-way and easement acquisition are proposed. Details of the scope of services are described in the attached documents provided by the consultant • Scope of Work prepared by ERO Resources Corporation • Fee Estimate and Hours Breakdown prepared by ERO Resources Corporation CHANGE TO CONTRACT PRICE: Original Contract Price 5330 100.00 Current Contract Price adjusted by previous Change Order. 5330.100.00 The Contract Price due to this Change Order will be increased by: $12.002.00 The new Contract Price. Including this Change Order, will be: 5342.102.00 CHANGE TO CONTRACT TIME: The Contract Time will be incensed by N/A months. The anticipated date for completion of all Work will be: December 31.2013 RECOMMENDED M William F. Garcia (BOCC Chair) Date: 7-`13(rs Datte: 4/0)/3 Date: 2/ 13/13 — APR 082013 Date:. ,_9t//- 72 7 m m E ° In 2 u a a 0 ^ S O -r Cl 2 • ce ce W • i Cost CO CO r 1A mN OI Ma el 69 0 0 M COO t0 r y 0 0 00r 6. 43 H MNN to r H Q con O O N a N O Ni- 00 moo N M in 0 pI N O Draft & Final Reports CO 50 Q 00 0r. aN 0 0 EA 0 0 g PI Fieldwork & Resource Doc O Q $3,400 j $3,400 H Archival Research m 0 00 000 ' CO N Coordination Q O 000 PI IA 200 e9 O 0 O t7 N N A IS O Y SO T L J 0 X $134.00 O wi In r $82.00 O O co s Rate 0 M � fA $0.30 O O ea $75.00 Labor C C a. ` 'Archeologist Graphics/GIS/CADD Specialist �p Wm N 5 "Labor Subtotal 1 Expenses co 2 'Photocopy (B&W) 0 O U T a O O `a W N a° GPS Unit (daily) 'Expense Subtotal Total Estimate ERQ ERO Resources Corp. January 30, 2013 Robert Feams Muller Engineering Company 777 S. Wadsworth Blvd. Lakewood, CO 80226 RE: Weld County Road 23 and State Highway 392 Intersection Improvement Project Dear Bob: In April 2012, Muller Engineering Company (hereinafter referred to as Client) contracted with ERO Resources Corporation (ERO) to conduct a cultural resources survey of the area of potential effect (APE) associated with the improvements to the intersection of Weld County Road 23 (WCR 23) and State Highway 392 (SH 392) (project). The APE encompassed the footprint of all of the proposed activities associated with this project. After review of our cultural resource survey results by the Colorado Department of Transportation (CDOT) Senior Staff Historian, it was determined that the potentially historic farm complexes surrounding the original APE would also need to be evaluated for their eligibility for listing on the National Register of Historic Places. While none of the structures associated with the farm complexes are within the original APE, right-of-way takes, as well as permanent and temporary easements, on the properties could affect the visual and historic integrity of the historic farm complex properties. This represents a new approach by CDOT and requires that the entirety of the historic farm and ranch landscapes be evaluated for significance even if the affected portion is simply associated agricultural fields. Denver 1842 Clarkson St Denver, CO 80218 303.8301188 Boise 3314 Grace St Boise, ID 83703 208.373 7983 Durango 1015 1 Main Avenue Durango, CO 81301 970 422 2136 Western Slope P.O. Box 932 161 South 2n° St. Hotchkiss, CO 81419 970 872 3020 In order to assess the effects of the current project on the farm complexes, ERO will conduct baseline documentation and evaluation of the five farm complex properties with right-of-way takes and permanent or temporary easements associated with the project. ERO will complete the additional fieldwork and documentation adhering to the enclosed Scope of Work and deliver draft and final reports to the Client according to the schedule outlined in the Scope of Work. ERO will complete the cultural resource tasks on a time -and -materials basis, estimated at a cost of $12,000. Please do not hesitate to contact me if you have any questions regarding this Scope of Work. I can be reached via email at jgabriel@eroresources.com or by phone at 303.830.1188. Sincerely, Jessica Gabriel Historical Archaeologist Consultants in Natural Resources and the Environment www.eroresources.com SCOPE OF WORK ERO RESOURCES CORPORATION CULTURAL RESOURCE SERVICES Prepared for: Muller Engineering Company ERO Resources Corporation (ERO) provides the following Scope of Work and cost estimate for the Weld County Road 23 and State Highway 392 Intersection Improvement Project (project) based on coordination with the Senior Staff Historian at the Colorado Department of Transportation (CDOT). The project area is in Sections 13, 14, and 23 of Township 6 South, Range 67 West of the 6th Principal Meridian in Weld County, Colorado (Figure 1). The following tasks will be conducted within an expanded area of potential effect (APE) defined as the legal boundaries of historic farming complexes on which right-of-way takes, as well as permanent and temporary easements, are required. Task 1— File and Literature Review ERO will expand the previous file search area to include the new APE. Archival sources will be consulted, including general land office (GLO) records, county assessor records, cadastral surveys, master plats, and historical records. Task 2 — Cultural Resource Documentation This task is limited to recording and documenting the five known historical farm complexes comprising the APE. Additional pedestrian survey will not be conducted. Each farm complex will be documented on relevant Colorado Office of Archaeology and Historic Preservation (OAHP) site forms, photographed using a high -resolution digital single lens reflex camera, and mapped using a submeter GeoExplorer global positioning system unit. Each identified complex will be assessed for its eligibility to be listed on the National Register of Historic Places (NRHP) per 36 CFR 60.4 of the National Historic Preservation Act of 1966, as amended. Structures and features will be assessed for their contribution to the overall eligibility of each complex. Modem structures and features will be included in maps and photographs and discussed in their relation to the historic resources of the complexes, but will not be recorded in depth. Task 3 — Report Preparation ERO will prepare a cultural resource survey report that conforms to OAHP (state) and Secretary of the Interior Standards for Documentation requirements. ERO will coordinate with the CDOT Senior Staff Historian prior to submission of the draft report to ensure the documentation and report meets the agency's expectations and to resolve eligibility issues. The report will include figures depicting the project area and tables listing documented cultural resources, their NRHP eligibility, and management recommendations. Separate appendices will include completed OAHP site forms and cultural resource site location maps (information exempted from the Freedom of Information Act and prohibited from disclosure to the public), as well as design plans provided by the Client. ERO frowns fmpaonon SCOPE OF WORK ERO RESOURCES CORPORATION CULTURAL RESOURCE SERVICES ERO suggests the following sections for the report to meet federal and state standards: ✓ Abstract Summary of undertaking, cultural resources identified, and their eligibility for the NRHP ✓ Introduction: Description of the project undertaking and location ✓ Environmental Overview: Description of the project area in relation to the natural environment ✓ Cultural Context: Summary of the Prehistoric and Historic context of the area ✓ File Search Results: Summary of previous cultural resource inventories and documented historic properties within the APE, including evaluation of NRHP status (Task 1) ✓ Methods: Details of the field and laboratory methods used ✓ Results: Description and eligibility recommendation of cultural resources documented during the project ✓ Project Recommendations: Actions recommended to avoid, minimize, or mitigate significant cultural properties within the APE ✓ References Cited ERO assumes that one draft report and up to three final report copies will be submitted to the Client. A compact disc (CD) will be provided to the Client with a .pdf version of the report and geographic information system files, if appropriate. ERO also assumes the Client or lead federal agency will conduct State Historic Preservation Office consultation; if requested, ERO will assist in this capacity. Total Cost Estimate for Tasks 1 through 3: $12,000 Schedule: A fieldwork and report schedule that meets the Client's needs will be negotiated following approval of the cost and Scope of Work. The fieldwork can be completed within 10 to 15 days after a notice to proceed is received and the file search (Task 1) has been completed. A draft inventory report can typically be completed within 45 to 60 days following completion of fieldwork. If requested, a letter report summarizing the documented cultural resources, their eligibility, and a site location map will be provided within 10 days of completion of fieldwork. Assumptions • ERO will contact property owners for permission to access the parcels within the APE. Work will not be conducted on parcels for which permission to access is not granted. • This Scope of Work applies only to the five known farm complexes within the APE. No new pedestrian survey will be conducted. 2 ERO Ramos MEMORANDUM '119€. COLORADO TO: Clerk to the Board DATE: August 3, 2011 FROM: Mike Bedell, Public Works SUBJECT: Agenda Item Agreement for Professional Services with Muller Engineering Company, Inc. to design WCR 23/State Highway 392 intersection improvements not to exceed $330,100.00. Attached are two original Agreements; please return one signed original to Public Works. Enclosures M.AFrancieAAgendaMikeBedell.doc CC I°IT?) ViCo ACC(' (114 2ail -/07Sy -1l-i I EGooC 1 AGREEMENT FOR PROFESSIONAL SERVICES THIS AGREEMENT is made and entered into this day of 2011 by and between the County of Weld, State of Colorado, by and on behalf of Public Works Department whose address is 1111 H St., P.O. Box 758, Greeley, Colorado 80632, hereinafter referred to as "County Department," and Muller Engineering Company, Inc., whose address is 777 S. Wadsworth Boulevard, Suite 4-100, Lakewood, CO 80226-4355, hereinafter referred to as "Contract Professional." WITNESSETH: WHEREAS, County Department is in need of hiring an independent Contract Professional to perform the following "Professional Services:" The design of WCR 23/SH 392 Intersection Improvements, as detailed in the Scope of Services attached hereto as ordered by County Department and WHEREAS, Contract Professional has the time available and is willing to perform the Professional Services, according to the terms of this Agreement. NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. TERM: The term of this Agreement shall be from date of execution shown above, through and until completion of the Professional Services as defined in the attached Scope of Work. The term may be extended by change order to this contract as agreed to by both parties, in writing. 2. 3. 4. SERVICES PROVIDED BY CONTRACT PROFESSIONAL: Contract Professional agrees to perform the Professional Services for the compensation provided below and as attached in the Scope of Work. COMPENSATION: County Department agrees to pay Contract Professional for all services performed hereunder as follows: The Professional Services shall be provided at the rates set forth in the Scope of Work and shall not exceed the maximum compensation of $330,100.00. This fee is compensation for Professional Services as described in the attached Scope of Work. All compensation amounts payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted, and otherwise made available. Any additional services completed beyond those described in the Scope of Work shall be authorized by the County Department at a fee negotiated between the County Department and Contract Professional using the established hourly rates. Invoices will be paid within 60 days of being received and accepted by the County Department. INDEPENDENT CONTRACTOR: Contract Professional agrees that he or she is an independent contractor and will not become an employee of County Department, nor is he or she entitled to any employee benefits from County Department as a result of the execution of this Agreement. INDEMNIFICATION, DESIGN AND INSURANCE: Contract Professional shall indemnify and hold harmless County Department and CDOT, its officers and employees, against liability for injury or damage and losses, damages and expenses to the extent caused by any negligent act or omission by Contract Professional or any person or organization for whom Contract Professional is legally liable in the performance of services under this Agreement. Contract Professional shall be responsible for the professional quality, technical accuracy, timely completion and the coordination of all services rendered by Contract Professional and shall, without additional compensation, promptly remedy and correct any negligent errors, omissions, or deficiencies. Contract Professional shall maintain commercial general liability insurance in the amount of $1,000,000 per occurrence and errors and omissions insurance in the amount of $1,000,000. 5. NON -ASSIGNMENT: Contract Professional may not assign or transfer this Agreement, any interest therein or claim there under, without the prior written approval of County Department. ��y� WCR 23 Intersection Page 1 of 3 6. 7. ACCESS TO RECORDS: County Department shall have access to Contract Professional's financial records for the purposes of audit. Such records shall be complete and available for audit 90 days after final payment hereunder and shall be retained and available for audit purposes for at least five years after final payment hereunder. TERMINATION: Either party may terminate this Agreement at any time by providing the other party with a 10 -day written notice thereof. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. In the event of termination, the Contract Professional shall supply the County Department with copies all work products completed to date, including but not limited to electronic files, reports, computations, etc. All work products completed on this project shall be owned by the County Department. 8. TIME OF THE ESSENCE: Time is of the essence in each and all of the provisions of this Agreement. 9. ENTIRE AGREEMENT/MODIFICATIONS: This Agreement constitutes the entire understanding between the parties with respect to the promises and covenants made therein. No modification of the terms of this Agreement shall be valid unless made in writing and agreed to by both parties. 10. NON -APPROPRIATION: No portion of this Agreement shall be deemed to create an obligation on the part of County Department to expend funds not otherwise appropriated in each succeeding year. 11. WAIVER OF IMMUNITIES/THIRD PARTY LIABILITY: No portion of this Agreement shall be deemed to constitute a waiver of any immunities of County Department or its officers or employees may possess, nor shall any portion of this Agreement be deemed to have created a duty of care with respect to any persons other than County Department and not a party to this Agreement. 12. COUNTY REPRESENTATIVE: County Department will designate, prior to commencement of work, its project representative ("County Representative") who shall make, within the scope of his or her authority all necessary and proper decisions with reference to the project. 13. MONTHLY REPORT: Commencing thirty (30) days after the date of execution of this Agreement and every thirty (30) days thereafter, Contract Professional is required to provide County Representative with a written report of the status of the work with respect to the Scope of Services, Work Schedule, and other material information. Failure to provide any required monthly report may, at the option of the County, suspend the processing of any partial payment request. 14. ACCEPTANCE NOT WAIVER: County Department's approval of drawings, designs, plans, specifications, reports, and incidental work or materials furnished hereunder shall not in any way relieve Contract Professional of responsibility for the quality or technical accuracy of the work. County Department's approval or acceptance of, or payment for, any of the services shall not be construed to operate as a waiver of any rights or benefits provided to County Department under this Agreement. 15. CDOT REQUIREMENTS: The design work under this contract shall be compatible with the requirements of a separate contract between the Local Agency and the State (which is incorporated herein by this reference) for the design of the project. The State is an intended third party beneficiary of this contract for that purpose. Upon advertisement of the project work for construction, the Contract Professional shall make available services as requested by the State to assist the State in the evaluation of construction and the resolution of construction problems that may arise during the construction of the project. The Contract Professional shall review the construction contractor's shop drawings for conformance with the contract documents and compliance with the provisions of the State's publication, "Standard Specifications for Road and Bridge Construction", in connection with this work. WCR 23 Intersection Page 2 of 3 IN WITNESS WHEREOF, the parties hereto have signed this Agreement this 2011. COUNTY DEPARTMENT: ATTEST: By:�JL (Depu Clerk to the B CONTRACT PROFESSIONAL: By: "r �l w lD - day of COUNTY OF WELD, STATE OF COLORADO, by and through the Board of County Commissioners of Weld County iykrd,0jfiii j i Barbara Kirkm er, Chair Date-)/;zi'l AUG 10 2011 Name: M;(1.4t.L)t c , T)pw13Gr, Title: iFPjTrsecis&,r'er SUBSCRIBED AND SWORN to before me this k — day of Ca41.-- 2011. WITNESS my hand and official seal. eceA 6/4-7,--, Notary Public My commission expires: 2/07/.2-e)/‘.1---• Attachments: Muller Engineering: Scope of Work Description Muller Engineering: Rates and Fee Breakdown Muller Engineering: Preliminary Project Schedule CDOT Required Contract Attachments (19 pages) WCR 23 Intersection Page 3 of 3 aO7i- i?J'y SCOPE OF WORK WELD COUNTY ROAD 23/STATE HIGHWAY 392 INTERSECTION DESIGN FEDERAL AID PROJECT NO. STU C030-043 CDOT PROJECT NO. SA 18121 JULY 25, 2011 PROJECT DESCRIPTION Weld County has received federal -aid funds for the design of Weld County Road (WCR 23) and State Highway (SH 392) Intersection Realignment. Windsor, Severance, and CDOT Region 4 are also partnering with Weld County on this project. The project is located approximately two miles east of Windsor, Colorado. The existing intersections of WCR 23 (north/south) and SH 392 (east/west) are offset by a distance of 1,300 feet. This offset results in turning movement issues and traffic congestion issues. Limited sight distance on the south leg of WCR 23 present additional safety concerns. The conceptual design prepared by Weld County involves a new alignment for the north leg of WCR 23 going through farmland, and abandoning the existing north leg. The widening and addition of turning lanes of both WCR 23 and SH 392 at the new intersection is proposed. SCOPE OF WORK To meet project goals and objectives, and to address the project critical issues, Muller proposes the following scope of work. All work shall be completed using the latest Weld County, AASHTO and CDOT design and construction standards or guidelines, practices, and procedures. Reference to stakeholders in the scope refers to staff members from Windsor and Severance, CDOT and utility/ditch companies. All work will be completed by Muller Engineering Company, except as noted. TASK 1 - DATA COLLECTION 1.1 - Engineering Research • Conduct a project kick-off site inspection to walk the project area and generate a photo log of the existing roadways and significant roadside features. Members of the engineer's design team and County staff will attend. Prepare minutes of this inspection. • Establish project design criteria. • Provide a preliminary schedule as an exhibit to the contract. • Obtain right -of -entry for survey, geotechnical and utility work, if not already in place for previous County work. 1.2 - Design Surveys and Mapping (Lund Partnership) Weld County has indicated in the RFP that, "the County has completed a conceptual design alignment and much of the field surveying of the project area". The scope of additional survey tasks will include: • Prepare "Permission to Enter Property" forms. It is assumed that up to approximately six (6) properties may require permission to enter. • Horizontal and vertical survey control for the surveying tasks described herein will be based on the existing Weld County project control network. July 25, 2011 Page 1 Scope of Work, Weld County Road 23 and SH 392 Intersection Improvements • Obtain, by field methods, existing, visible planimetric features and topography at one foot (1') contour interval as indicated as areas 1 and 2, and 5 on the attached exhibit maps (see Exhibit A). We do not anticipate any surveying within the travel lanes of SH 392. The two areas to be surveyed can be further described as follows: Area 1 Extending the existing survey 800 feet west along SH 392 for a width of 100 feet north of the center line of SH 392, including utility marks, potholes and test holes. (not including any areas already surveyed by the County or the travel lanes of SH 392) Area 2 Extending the existing survey 1000 feet south along Weld County Road 23 for a width of 100 feet east of the existing survey, including utility marks, potholes and test holes. (not including any areas already surveyed by the County) Area 5 Extending the existing survey 400 feet north along Weld County Road 23 for a width of 50 feet west of the existing survey, including utility marks, potholes and test holes. (not including any areas already surveyed by the County) The additional ground survey will be incorporated into the existing Weld County survey in order to create one overall base map and DTM. The existing Weld County survey will be converted by the Lund Partnership to Microstation/Inroads format for design purposes. • Once the utilities have been marked by Diversified Underground, survey the paint mark locations. Field personnel of the Lund Partnership are strictly forbidden to enter any manhole or subsurface access to obtain invert elevations, pipe diameters or direction of flow. Invert measurements must be obtained from outside of the manhole or inlet. • At the locations to be determined by the design team, survey approximately thirty (30) utility potholes within the survey mapping limits. Once the potholes have been excavated, survey the pothole locations. • Field survey approximately fifteen (15) geotechnical boreholes once they have been drilled by Rocksol. • Field data collection will be done in a TMOSS Microstation InRoads format. • The results of the field survey will be delivered in Microstation/Inroads. 1.3 — Utility/Ditch Company Research • Contact the Utility Notification Center of Colorado (UNCC) and request a list of utility owners registered with UNCC within the project limits. • Contact utility owners provided by UNCC and inquire whether these entities have utility facilities within the project corridor. Obtain available utility key maps from utility owners that reply that they indeed have facilities in the project limits. • Determine ownership of irrigation facilities impacted by the project and contact owner(s) to determine requirements of irrigation ditch crossings/modifications required to accommodate roadway improvements. • Mark underground utilities in the field. (Diversified Underground). • Correlate the information from the utility key maps with the visible utility features surveyed July 25, 2011 Page 2 Scope of Work, Weld County Road 23 and SH 392 Intersection Improvements i _ and plot approximate location of existing utility lines on project survey. • Prepare a "Memorandum of Design — Utilities." It will contain the names of known utilities in the project area and contacts at the utility companies. 1.4 - Environmental Services 1.4.1 - Noise Study (Deleted from Scope of Work July 25, 2011) 1.4.2 - Initial Site Assessment (ERO Resources) Consultant will conduct an initial site assessment (ISA) for hazardous materials for the subject project area. The assessment will generally conform to CDOT Initial Site Assessment requirements. To complete this task, conduct a visual site inspection of the subject property. The purpose of the inspection is to document recognized environmental conditions, and document the general site setting, such as current use(s) of the subject property and adjoining properties, and general hydrogeologic and topographic features. Provide a general description of structures and other improvements and identify the following site conditions, if they are visually or physically observed during the site inspection: • The quantity, type, and storage system for hazardous substances and petroleum products in connection with identified uses; • Tanks, containers, drums, barrels, and other systems used for storing hazardous substances and petroleum products not connected to identified uses; • Aboveground and underground storage tanks; • Pits, ponds, lagoons, and other features potentially used for storage and/or disposal of hazardous substances and petroleum products; • Odors, pools of liquids, stained soils and pavement, and stressed vegetation; • Presence of electrical equipment potentially containing polychlorinated biphenyls (PCBs); and • Presence of potential lead -based paint and potentially asbestos containing building materials. The following issues are specifically excluded from the limited site assessment: radon, and lead in drinking water. Conduct a search of records and files from a variety of sources and compile information pertaining to current and past environmental conditions. This search may include the following information: • Topographic, land use, and environmental resource maps • Aerial photographs • County and city records • State and federal databases Based on the information gathered during the above tasks, ERO will compile the information and findings in a detailed written report that includes the site description, records review, site reconnaissance, and conclusions. 1.4.3 - Site Visit for Wetlands and Threatened and Endangered Species (ERO Resources) • ERO will visit the project area and access the site for natural resources such as wetlands and potential T&E habitat. If jurisdictional waters of the U.S. are present, Task 1.4.6 will be completed. If jurisdictional waters of the U.S. are not present, Task 1.4.6 will not be necessary. July 25, 2011 Page 3 Scope of Work, Weld County Road 23 and SH 392 Intersection Improvements 1.4.4 - Paleontological Resources (ERO Resources) • ERO will also retain a qualified paleontologist to perform a records search and pedestrian survey of the project area. The findings will be documented in a report prepared to CDOT standards. 1.4.5 - 4 (f) Properties (ERO Resources) • The Department of Transportation Act (DOT Act) of 1966 included a special provision - Section 4(f) - that stipulated that the Federal Highway Administration (FHWA) and other DOT agencies cannot approve the use of land from publicly owned parks, recreational areas, wildlife and waterfowl refuges, or public and private historical sites unless the certain conditions apply. ERO will determine if 4(f) properties are present in or adjacent to the project area. If 4(f) properties are present and would be affected by the project, ERO assumes the effects would be addressed programmatically, and will coordinate with CDOT and Weld County to document the project would have a "de minimus" effect on the property. 1.4.6 - Section 404 Authorization (if needed) (ERO Resources) • If jurisdictional wetlands or other waters would be impacted by the proposed project, ERO assumes the impacts would meet the requirements of a Nationwide Permit. ERO will prepare a Preconstruction Notification (PCN) for this project and submit the PCN to the Corps for their review and written approval. As part of obtaining authorization, ERO would provide documentation that the project would have no effect on threatened or endangered species. The above Scope of Work assumes that: • This scope of work does not include completing a Modified Environmental Site Assessment ((M)ESA); S640 evaluation; Wetland Findings; Class III cultural survey; Noxious Weed Plan; or reports for cultural resources, air quality, noise, or farmland protection. • Wetland and other waters impacts from the proposed project meet the requirements of a Nationwide Permit and a Section 404 Individual Permit is not required. • ERO will not be required to attend any meetings with CDOT or other agencies. • Presence/absence surveys for T&E species are not required. 1.5 - Geotechnical Investigation (Rocksol Consulting Group) • Drill 15 test borings along the proposed roadway alignment on 500 -foot spacing. 7 will be drilled to an approximate depth of 15 feet below existing grade, and 8 will be drilled to an approximate depth of 10 feet. Obtain bulk and split barrel samples from the borings at selected intervals. • RockSol will obtain CDOT ROW permits for geotechnical drilling and will coordinate utility locate/clearance for the boreholes. • Perform laboratory tests on selected samples to determine soil classification, Atterberg limits, gradation analysis, swell/consolidation, natural moisture content & density, water soluble sulfates, pH, resistivity, chlorides, standard proctor, and R -value. • Prepare geotechnical report, including site vicinity plan, discussion of the subsurface conditions encountered, laboratory test results, slope stability concerns, and recommendations for asphalt pavement structural section, earthwork and roadway construction. • Plot boring locations on plans (Muller) July 25, 2011 Page 4 Scope of Work, Weld County Road 23 and SH 392 Intersection Improvements 1.6 - Traffic Data Collection (All Traffic Data Services) • Conduct AM and PM Turning Movement Counts at both existing WCR 23 and SH 392 intersection locations, including Stagecoach Road. Determine traffic volumes making the north -south 'Z' movements through the offset intersections. • Obtain ADT counts on all existing approaches to the existing intersections. • Determine vehicle classifications on the intersection approaches. • Collect available existing and projected traffic volume information from the North Front Range MPO, CDOT and Weld County. TASK 2 - PRELIMINARY DESIGN 2.1 - Preliminary Roadway Plans A status set of plans will be kept available to the County for review and submittal to the appropriate agencies, utility companies, and affected property owners as needed. • Based on the conceptual design completed by Weld County, establish the proposed roadway centerline and confirm the turning and auxiliary lane lengths and radius return geometry required at the new WCR 23 and SH 392 intersection (all four legs). • Provide preliminary roadway design alignments including cut and fill limits for use in determining R.O.W./Easement requirements and descriptions. • Preliminary roadway plans will include: Title Sheet, Standard Plans List, Typical Sections, Plan & Profile Sheets (1" = 100' at 11" x 17") and cross sections. If required for clarity, some areas may be shown in larger plan scales. • Preliminary pavement markings will be shown on the preliminary roadway plans. Signing and pavement marking plans will not be developed until final design. • Prepare an opinion of probable construction cost based on the preliminary design plans. 2.2 — Preliminary Traffic Engineering The realigned intersection at WCR 23 and SH 392 is anticipated to be an unsignalized intersection. However, as growth continues in the area, the intersection may end up within the town limits of Windsor or Severance. The geometric design of the intersection will look to the future possibility of being signalized. Consideration will be given to the large volumes of trucks in laying out the geometric design of the intersection. • From data collected in Task 1, determine the projected traffic volumes for the 2035 planning horizon to be used in determining the geometric design of the new intersection. • Based on data collected in Task 1, determine lengths of acceleration and deceleration lanes, right and left turn storage, lane tapers and redirect tapers for the new intersection alignment. • Conduct a non -signalized intersection capacity analysis. • Determine intersection radius return geometry and turning island requirements, if any. 2.3 - Preliminary Utility/Irrigation Ditch Coordination • Send copies of preliminary plans to utility companies to request verification of existing and proposed utility locations shown on the plans. • Identify utility conflicts and potential relocations. Also, determine where utilities are in exclusive easements. • Meet with irrigation ditch owners to review impacts and plans for accommodating the irrigation facilities in the design of the new intersection. July 25, 2011 Page 5 Scope of Work, Weld County Road 23 and SH 392 Intersection Improvements • At the start of the Preliminary Design Review meeting, discuss potential conflicts with utility company representatives to determine how the conflicts should be resolved, and discuss who is financially responsible for work required to resolve the conflict. • Based on the results of the Preliminary Design Review meeting, determine utility potholing locations. • Conduct non-destructive utility potholing (Diversified Underground). o This proposal includes budget for 30 non-destructive utility potholes anticipated to be within outside the limits of existing pavement. Potholing work includes the following: • Potholing excavation • Traffic control plans and permit acquisition • Traffic Control • Permit fees, if any. 2.4 - Preliminary Drainage & Irrigation Crossing Plans • Conduct field reconnaissance to verify drainage basin boundaries and inventory existing culverts. • Evaluate extension versus replacement of existing cross culverts with reinforced concrete pipe. Prepare structure cross sections for the crossing culverts. • Evaluate extension versus replacement of existing irrigation crossing structures. Coordinate parameters for irrigation structure changes with ditch owners and/or landowners. • Determine design discharges in cross drainages according to CDOT Drainage Manual and Weld County Storm Drainage Criteria Addendum to the Urban Storm Drainage Criteria Manuals Volumes 1, 2, and 3 current editions. Analyze existing and proposed cross culverts to determine required sizes. CDOT criteria will be used for SH 392 and Weld County criteria will be used for WCR 23. • Prepare a Preliminary Drainage Report in accordance with the requirements of CDOT and Weld County criteria as outlined above. • Prepare preliminary erosion control plans and Stormwater Management Plan (SWMP) for review at the FIR, in anticipation of a CDPS Permit application. • Include drainage and irrigation modification items in the opinion of probable cost. 2.5 - Field Inspection Review (FIR) • Provide the County with fifteen (15) 11"x17" sets of Field Inspection Review plans, related specifications (CDOT special provisions), and an Engineer's Opinion of Probable Construction Cost. Provide the County with drawings electronically (PDF format). • Attend a formal Field Inspection Review (FIR) meeting conducted by the County, and attended by CDOT staff, project stakeholders (Windsor, Severance) and utility companies. • Prepare FIR meeting minutes. July 25, 2011 Page 6 Scope of Work, Weld County Road 23 and SH 392 Intersection Improvements TASK 3 - FINAL DESIGN Following County review and approval of preliminary plans the following final design work will be completed. 3.1 - Final Roadway Plans • Revise preliminary roadway plans based on Preliminary Design Review Meeting comments. • Prepare Summary of Approximate Quantities. • Prepare quantity tabulations for individual items. Anticipated tabulations include construction surveying, removals/resets/adjust items, earthwork, guardrail, surfacing, fencing, and others listed in subsequent sections. • Prepare a tabulation of driveways indicating the limits, grades, surfacing material, and approximate quantities for each driveway and field approach. Prepare driveway profiles. • Prepare detail sheets for various miscellaneous project components. • Prepare specifications and contract documents for bidding purposes. CDOT Standard Specifications for Road and Bridge Construction, 2011 will be used as a basis for the specifications. • Prepare a final opinion of probable construction cost. • Submit fifteen sets of plans to the County for review. Attend a Final Design Review (i.e., F.O.R.) meeting (at a regular progress meeting) with County staff to review the final design plans. 3.2 - Final Utility/Ditch Coordination • Revise plans to reflect utility potholing and input from utility owners at the FIR Meeting. • Prepare Utility `Sign -off Agreements' listing specific utility work elements that the contractor shall perform, specific utility work elements that the utility owner shall perform, the duration or expected completion date of the utility work, and advance notification time requirements. • Submit the 'Sign -off Agreements' to the utility companies requesting their signature and return of the letters. • Prepare a utility specification listing the provisions of the 'Sign -off Agreements'. • Finalize irrigation ditch modification/relocation plans as agreed to with ditch owners. Prepare `sign -off agreements. 3.3 — Final Construction Traffic Control Plans • Prepare a construction traffic control and phasing plan for the project utilizing CDOT M & S Standards and the Uniform Manual of Traffic Control Devices as a basis for the design. • For areas to be kept open for local access, prepare traffic control typical sections and notes. • Prepare Tabulation of Suggested Traffic Control Devices and Tabulation of Traffic Control Pay Items. 3.4 - Final Drainage & Irrigation Crossing Plans • Prepare structure cross sections for irrigation crossings and cross -culverts. Driveway culverts will be addressed via tabulation or plan notes. • Prepare required details for irrigation system adjustments • Prepare tabulation of drainage items and irrigation items. • Prepare erosion control plans and a Stormwater Management Plan (SWMP) for use as a guideline for the County forces during construction. Application for CDPS Permit associated with construction activity will be completed by the County. July 25, 2011 Page 7 Scope of Work, Weld County Road 23 and SH 392 Intersection Improvements • Revise the Preliminary Drainage Report to reflect final drainage design and become the Final Drainage Report. 3.5 — Final Traffic Engineering - Signing and Pavement Marking Plans • Determine areas along the project where passing sight distance is provided, for the purpose of determining passing and no -passing zones. • Prepare signing and pavement marking plans for the project at 1"=100' (11" x 17" sheets). Plans will show pavement marking layout for permanent roadway pavement marking, existing and proposed sign locations, and proposed sign sizes and codes. • Prepare tabulation of signs and tabulation of pavement markings. 3.6 - Right -of -Way Plans and Descriptions (Weld County) The County will coordinate the identification and acquisition of rights -of -ways and easements, and complete the preparation of right-of-way/easement exhibits and plans. The County will arrange for appraisal services and perform the R.O.W. acquisition process. Support County Surveyor staff with the following tasks. • Provide final roadway design alignments including cut and fill limits for use in determining right-of-way and easement requirements and descriptions. 3.7 — Final Office Review (FOR) and Revisions • Provide the County with fifteen (15) 11"x17" sets of review plans, related specifications, and an Engineer's Opinion of Probable Construction Cost. The plans should be approximately 95% complete. • Provide the County with Final Drawings electronically (PDF format). • Attend a formal Final Office Review (FOR) meeting conducted by the County, and attended by CDOT staff, project stakeholders (Windsor, Severance) and utility companies. • Prepare FOR meeting minutes. • Incorporate FOR comments into the final set of bid documents, and submit one stamped and signed set by the Professional Engineer in charge. TASK 4 - PROJECT COORDINATION 4.1 — Project Administration • Attend progress meetings once per month with Weld County Public Works Department. A CDOT representative will be invited to attend. Submit meeting minutes. • Provide detailed written monthly progress reports throughout the duration of the design. The progress reports will be part of the billing submitted monthly. Note: Weld County staff will meet individually with affected property owners to inform them of the project and to review driveway design and property impacts that will result from the roadway construction, and then convey these details to the designers. No formal public meetings are anticipated at this time. July 25, 2011 Page 8 Scope of Work, Weld County Road 23 and SH 392 Intersection Improvements TASK 5 — Other Professional Services (OPSI Provide services if necessary related to currently unforeseen conditions or additional work items, as directed by Weld County. The extent of such services shall be negotiated and approved prior to commencing the OPS work. WORK NOT INCLUDED IN TASKS 1-4 • Environmental services other than those listed in section 1.4 above. • Land Surveying to locate section corners, existing right-of-way lines, property corners • Monumentation of right-of-way • General public meetings • Public Coordination • Right -of -Way plans and descriptions • Right -of -Way Ownership Map(s) • Control and Monumentation Sheets • Alternative roadway alignments to avoid historical properties July 25, 2011 Page 9 PROJECT FEE ESTIMATING SHEET Project: Weld County Road 23 / SH 392 Client: Weld County TIME (HOURS) Task Description Principal IX $154 Quality Control Engr $143 Project Manager VII $136 Project Manager VII $120 Project Engineer IV (Roadway) $104 Project Engineer IV (Drainage) $104 Design Engineer It $90 Design Engineer I $82 Designer $89 CAD Te III $78 Task I. Dab Collection IA Engineering Research 4 12 20 16 1.2 Design Surveys and Mapping (Weld County) 4 8 1.2 Design Surveys and Mapping (Lund Partnership) 1 e 1.3 Utility/Ditch Company Research 8 20 24 12 1.4.1 Noise Study (Deleted from scope of work 7/25/11) 1.4 ,2 ISA (ERO Resources) 1 2 1 d 3 Site Visit, Wetlands and T&E Species (ERO Resources) 14 4 Paleontological Resources (ERO Resources) 14.5 4(f) Properties (ERO Resources) 1 1 14.6 Section 404 Aullwmaton (ERO Resources) 1.5 Geotechnical Investigation (Rocksol Consulting) 1 1.6 Traffic Data Collection (All Traffic Data Services) Task 3 -Preliminary Design 2.1 Prelim Roadway Plans 4 16 75 240 40 40 120 2.2 Prelim Traffic Engineering 16 40 23 Prelim Utility/Imgation Ditch Coordination 12 14 30 32 24 Prelim Drainage & Irrigation Crossing Plans 8 a 80 80 40 2.5 Field Inspection Review (FIR) 10 20 10 8 Task 3. Mel Design 3.1 Final Roadway Plans 4 16 75 260 24 80 3.2 Final Utililty/Ditch Coord. 16 40 32 8 32 3.3 Final Cons'. Traffic Control Plans 16 12 32 16 36 34 Final Drainage & Irrigation Crossing Plans 8 8 8 48 72 16 44 3.5 Final Signing and Pavement Mating Plans 4 48 20 16 36 3.6 Right -of -Way Plans and Desc. (Weld County) 4 12 4 12 3.7 Fined Office Review (FOR) and Revisions 20 50 20 20 a Task 4 - Propel Coordlmton 4.1 Project Administration 16 a 106 91 91 Task 5 -Otis Professional Services 5.1 Other Processional Services Total Hours Fee, Billing Rate Total Expenses 28 $4,312 - 48 $6,864 - 40 $5,440 364 $46,592 - 911 $94,744 - 327 $34,008 - 152 $13,680 84 $6,888 - 188 $16,732 - 435 $33,9: - Totals $4,312 $6,864 $5,440 $46,592 $94,744 $34,008 $13,680 $6,888 $16,732 $33,9: Prepared by.. Clam. KSFIBJF RGC PROPOSAL.' NO.: DATE: 911.30 7/25/2011 PROPOSED TOTAL FEE 8330,100 Expenses TOTALS Subconsultanis Direct Costs Lund Partnership (DBE( All Traffic Data Services (DBE) Diversified Underground (DBE) Rocksol Consulting Group (DBE) ERO Resources Hankard Environmental Travel Delivery REPRO Hours Labor Cost Expenses +Subs Grand Total (Rounded) $65 54 $6,020 $65 $6,100 12 $1,040 $1,000 $11,500 9 $728 $11$00 $12,200 $2,100 64 $6,140 $2,100 $8,200 $2,600 3 $260 $2,600 $2,900 $500 1 $128 $500 $600 $2,000 $2,000 $2,000 $600 2 $232 $600 $800 $3,500 $3,500 $3,500 $18,971 2 $182 $18,971 $19,200 $2,000 $2,000 $2,000 $100 $300 535 $53,664 $400 $54,100 56 $6,336 $6,300 $10,090 92 $9,208 $10,090 $19,300 $65 216 $20,616 $65 $20,700 50 $5,148 $5,100 $100 $300 459 $47,920 $400 $48,300 132 $12,992 $13,000 112 $11,272 $11,300 204 $19,328 $19,300 124 811,376 $11,400 32 $3,052 $3,100 120 $12,368 $12,400 $750 320 $36,544 $750 $37,300 $10,000 $10,000 4 - - $11,500 - - $2,000 - - $12,190 - - $18,971 - - $9,200 - - - - $880 - - $200 - - $600 2,599 - - $274,554 - - - $55,541 - - id $11,500 $2,000 $12,190 $18,971 $9,200 $880 $200 $600 2599 $274,554 $55,541 $330,100 Weld County Road 23 and SH 392 Intersection Improvements Muller Engineering Company ID ask Name 2012 �,�@October November December Janua --. - March Aril 7/247/31 8/7 :/148/218/28 9/4 9/119/189/2510/210/9�E O/3®��® L. 1 Notice to Proceed 2 Task I - Data Collection IFINIIIIIIIIIIIIIIIIIMPI1 ._. _._ 3 1.1 Engineering Research !call 4 1.2 Design Surveys and Mapping (Weld County) a 5 1.2 Design Surveys and Mapping (Lund Partnership) 6 1.3 Utility/Ditch Company Research M 7 14.1 Noise Study (Hankard Environmental) SIIIIISIGNIMISIII 8 1.4.2 ISA (ERO Resources) MIININNES 9 1.4.3 Site Visit, Wetlands and T&E Species (ERO Resources) SIM 10 1.4.4 Paleontological Resources (ERO Resources) SIIIMIlla 11 1.4.5 4(f) Properties (ERO Resources) _SIII 12 1.4.6 Section 404 Authorization (ERO Resources) 13 1.5 Geotechnical Investigation (Rocksol Consulting) 14 1.6 Traffic Data Collection (All Traffic Data Services) MIME 15 Task 2- Preliminary Design • • 16 2.1 Prelim Roadway Plans .® ,.,. _ 1 1] - _' 2.2 Prelim Traffic Engineering "-- 18 2.3 Prelim Utility/Irrigation Ditch Coordination - -- "_____ ._ — -1-9— 19 2.4 Prelim Drainage & Irrigation Crossing Plans 20 2.5 Field Inspection Review (FIR) fa 21 Task 3- Final Design • • 22 3.1 Final Roadway Plans ---- 23 3.2 Final Utililty/Ditch Coord. ---- ---- - -- ---- 24 3.3 Final Const. Traffic Control Plans SIIII 26 3.4 Final Drainage & Irrigation Crossing Plans 26 3.5 Final Signing and Pavement Marking Plans Oa -- - 27 3.6 Right -of -Way Plans and Desc. (Weld County) 28 3.7 Final Office Review (FOR) and Revisions 4 29 Task 4- Project Coordination • • _ 3_ ._. __.. 30 4.1 Project Administration 31 Task 5- Other Professional Services • • 32 5.1 Other Professional Services --- 33 Start ROW Acqusiioin (Weld County) C. Task ^":^ Critical Task Milestone • Summary - a Project: Weld County Road 23 and SH 392 Intersection Improvements Date: Thu 7/21/11 ADDENDUM A: FEDERAL REQUIREMENTS Federal laws and regulations that may be applicable to the Work include: A. The "Uniform Administrative Requirements for Grants and Cooperative Agreements to State and Local Governments (Common Rule), at 49 Code of Federal Regulations, Part 18, except to the extent that other applicable federal requirements (including the provisions of 23 CFR Parts 172 or 633 or 635) are more specific than provisions of Part 18 and therefore supersede such Part 18 provisions. The requirements of 49 CFR 18 include, without limitation: 1. the Local Agency/Contractor shall follow applicable procurement procedures, as required by section 18.36(d); 2. the Local Agency/Contractor shall request and obtain prior CDOT approval of changes to any subcontracts in the manner, and to the extent required by, applicable provisions of section 18.30; 3. the Local Agency/Contractor shall comply with section 18.37 concerning any subgrants; 4. to expedite any CDOT approval, the Local Agency/Contractor's attorney, or other authorized representative, shall also submit a letter to CDOT certifying Local Agency/Contractor compliance with section 18.30 change order procedures, and with 18.36(d) procurement procedures, and with 18.37 subgrant procedures, as applicable; 5. the Local Agency/Contractor shall incorporate the specific contract provisions described in 18.360) (which are also deemed incorporated herein) into any subcontract(s) for such services as terms and conditions of those subcontracts. B. Executive Order 11246 of September 24, 1965 entitled "Equal Employment Opportunity," as amended by Executive Order 11375 of October 13, 1967 and as supplemented in Department of Labor regulations (41 CFR Chapter 60) (All construction contracts awarded in excess of $10,000 by grantees and their contractors or subgrantees). C. The Copeland "Anti -Kickback" Act (18 U.S.C. 874) as supplemented in Department of Labor regulations (29 CFR Part 3) (All contracts and subgrants for construction or repair). D. The Davis -Bacon Act (40 U.S.C. 276a to a-7) as supplemented by Department of Labor regulations (29 CFR Part 5) (Construction contracts in excess of $2,000 awarded by grantees and subgrantees when required by Federal grant program legislation. This act requires that all laborers and mechanics employed by contractors or sub -contractors to work on construction projects financed by federal assistance must be paid wages not less than those established for the locality of the project by the Secretary of Labor). E. Sections 103 and 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 327-330) as supplemented by Department of Labor regulations (29 CFR Part 5). (Construction contracts awarded by grantees and subgrantees in excess of $2,000, and in excess of $2,500 for other contracts which involve the employment of mechanics or laborers). F. Standards, orders, or requirements issued under section 306 of the Clear Air Act (42 U.S.C. 1857(h), section 508 of the Clean Water Act (33 U.S.C. 1368). Executive Order 11738, and Environmental Protection Agency regulations (40 CFR Part 15) (contracts, subcontracts, and subgrants of amounts in excess of $100,000). G. Mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (Pub. L. 94-163). H. Office of Management and Budget Circulars A-87, A-21 or A-122, and A-102 or A-110, whichever is applicable. I. The Hatch Act (5 USC 1501-1508) and Public Law 95-454 Section 4728. These statutes state that federal funds cannot be used for partisan political purposes of any kind by any person or organization involved in the administration of federally -assisted programs. J. 42 USC 6101 et seq. 42 USC 2000d, 29 USC 794, and implementing regulation, 45 C.F.R. Part 80 et. seq.. These acts require that no person shall, on the grounds of race, color, national origin, age, or handicap, be excluded from participation in or be subjected to discrimination in any program or activity funded, in whole or part, by federal funds; K. The Americans with Disabilities Act (Public Law 101-336; 42 USC 12101, 12102, 12111-12117, 12131- 12134, 12141-12150, 12161-12165, 12181-12189, 12201-12213 47 USC 225 and 47 USC 611. L. The Uniform Relocation Assistance and Real Property Acquisition Policies Act, as amended (Public Law 91-646, as amended and Public Law 100-17, 101 Stat. 246-256). (If the contractor is acquiring real property and displacing households or businesses in the performance of this contract.) M. The Drug -Free Workplace Act (Public Law 100-690 Title V, subtitle D, 41 USC 701 et seq.). N. The Age Discrimination Act of 1975, 42 U.S.C. Sections 6101 et. seq. and its implementing regulation, 45 C.F.R. Part 91; Section 504 of the Rehabilitation Act of 1973, 29 U.S.C. 794, as amended, and implementing regulation 45 C.F.R. Part 84. O. 23 C.F.R. Part 172, concerning "Administration of Engineering and Design Related Contracts". P. 23 C.F.R Part 633, concerning "Required Contract Provisions for Federal -Aid Construction Contracts". Q. 23 C.F.R. Part 635, concerning "Construction and Maintenance Provisions". R. Title VI of the Civil Rights Act of 1964 and 162(a) of the Federal Aid Highway Act of 1973. The requirements for which are shown in the Nondiscrimination Provisions, which are attached hereto and made a part hereof. APRIL 1980 Nondiscrimination Provisions: In compliance with Title VI of the Civil Rights Act of 1964 and with Section 162(a) of the Federal Aid Highway Act of 1973, the Contractor, for itself, its assignees and successors in interest, agree as follows: A. Compliance with Regulations. The Contractor will comply with the Regulations of the Department of Transportation relative to nondiscrimination in Federally assisted programs of the Department of Transportation (Title 49, Code of Federal Regulations, Part 21, hereinafter referred to as the "Regulations"), which are herein incorporated by reference and made a part of this contract. B. Nondiscrimination. The Contractor, with regard to the work performed by it after award and prior to completion of the contract work, will not discriminate on the ground of race, color, sex, mental or physical handicap or national origin in the selection and retention of Subcontractors, including procurement of materials and leases of equipment. The Contractor will not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix C of the Regulations. C. Solicitations for Subcontracts, Including Procurement of Materials and Equipment. In all solicitations either by competitive bidding or negotiation made by the Contractor for work to be performed under a subcontract, including procurement of materials or equipment, each potential Subcontractor or supplier shall be notified by the Contractor of the Contractor's obligations under this contract and the Regulations relative to nondiscrimination on the ground of race, color, sex, mental or physical handicap or national origin. D. Information and Reports. The Contractor will provide all information and reports required by the Regulations, or orders and instructions issued pursuant thereto and will permit access to its books, records, accounts, other sources of information and its facilities as may be determined by the State or the FHWA to be pertinent to ascertain compliance with such Regulations, orders and instructions. Where any information required of the Contractor is in the exclusive possession of another who fails or refuses to furnish this information, the Contractor shall so certify to the State, or the FHWA as appropriate and shall set forth what efforts have been made to obtain the information. E. Sanctions for Noncompliance. In the event of the Contractor's noncompliance with the nondiscrimination provisions of this contract, the State shall impose such contract sanctions as it or the FHWA may determine to be appropriate, including, but not limited to: 1. Withholding of payments to the Contractor under the contract until the Contractor complies, and/or; 2. Cancellation, termination or suspension of the contract, in whole or in part. F. Incorporation of Provisions. The Contractor will include the provisions of paragraphs A through F in every subcontract, including procurement of materials and leases of equipment, unless exempt by the Regulations, orders, or instructions issued pursuant thereto. The Contractor will take such action with respect to any subcontract or procurement as the State or the FHWA may direct as a means of enforcing such provisions including sanctions for noncompliance; provided, however, that, in the event the Contractor becomes involved in, or is threatened with, litigation with a Subcontractor or supplier as a result of such direction, the Contractor may request the State to enter into such litigation to protect the interest of the State and in addition, the Contractor may request the FHWA to enter into such litigation to protect the interests of the United States. ATTACHMENT LO Certification for Federal -Aid Contracts The contractor certifies, by signing this contract, to the best of its knowledge and belief, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf or the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The prospective participant also agree by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such subrecipients shall certify and disclose accordingly. Required by 23 CFR 635.112 ATTENTION CONSULTANTS - NOTICE In February, 1999 the U. S. Department of Transportation (USDOT) revised its Title 49, Code of Federal Regulations, Parts 23 and 26, concerning its continuing requirement that all States implement a Disadvantaged Business Enterprise (DBE) Program for all federally -funded contracts. That federal requirement applies to all section 24-30-1401, C.R.S., federally -funded professional services consultant agreements executed by CDOT. In response to that federal regulation, in June, 2001 the Colorado Transportation Commission adopted Resolution No. 966. Among other things, Resolution No. 966 established a new DBE goal setting process for professional services consultant contracts, in order to more narrowly tailor CDOT's DBE program to conform with the results of the 2000 Statewide Disparity Study. That Disparity Study found that all DBEs will be considered to be UDBEs. Accordingly, CDOT will now set individual project goals on consultant contracts for all UDBE professional services consultants/subconsultants, based upon the type of work included in each project and the availability of UDBEs capable of performing such work. CDOT will use a consultant's proposed use of UDBE participation in the project work as an evaluation criterion in the selection of a consultant for the project. Project specific DBE goals will be set by the appropriate Regional EEO Representative or Headquarters DBE Program Manager, using a process similar to the one currently used to establish DBE goals for UDBEs on highway construction projects. As a result, all CDOT professional services projects advertised after June, 2001 shall contain individual project UDBE goals conforming to Resolution No. 966, and each selected consultant shall be required by CDOT's project contract to provide the UDBE participation contained in its proposal. Please refer to the section in the Statement of Interest package that describes the new DBE goals and requirements. October 26, 1999 DISADVANTAGED BUSINESS ENTERPRISE DEFINITIONS AND REQUIREMENTS 1. Definitions and Procedures - For this project, the following terms are defined: A. Disadvantaged Business Enterprise (UDBE). A small business concern that is certified as being: 1. At least 51 percent owned by one or more socially and economically disadvantaged individuals or, in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more socially and economically disadvantaged individuals; and 2. Whose management and daily business operations are controlled by one or more of the socially and economically disadvantaged individuals who own it. 3. "Socially and Economically Disadvantaged individuals" means those individuals who are citizens or lawfully admitted permanent residents of the United States and who are: (a) Minorities or individuals found by the Small Business Administration pursuant to Section 8(a) of the Small Business Act to be disadvantaged. (b) Individuals found by the Office of Certification at the Department of Regulatory Agencies to be socially and economically disadvantaged. B. UDBE Joint Venture. An association of two or more businesses formed to carry out a single business enterprise for profit for which purposes they combine their property, capital, efforts, skills and knowledge. UDBE joint ventures must be certified as a joint venture. The UDBE percentage of the joint venture will be determined at the time of certification. C. Underutilized UDBE (UDBE). A firm which meets the definition of Underutilized Disadvantaged Business Enterprise (UDBE) based on the findings and recommendations of CDOT's Disparity Study concerning consultants on CDOT projects and is eligible to meet the contract goal as defined in the paragraph titled "Contract Goal." The Colorado Transportation Commission adopted Resolution No. 966 and set a 10.93% overall annual goal for the remainder of FFY 2001 and for FFY 2002. D. Contract Goal. The goal for UDBE participation that the Department determines should appropriately be met by the selected consultant, based on the type of work included in each project and the availability of UDBEs capable of performing such work. The Contract goal will be the percentage stated in the invitation for consultant services and in the project documents. E. Certification as a UDBE by the Department 1. Any small business may apply to the Department of Regulatory Agencies (DORA) for status as a UDBE. Application shall be made on forms provided by the DORA for certification of UDBEs. However, only work contracted or subcontracted to UDBEs that also qualify as UDBEs and independently performed by UDBEs shall be considered toward contract goals as established elsewhere in these specifications. 2. It shall be the UDBE applicant's responsibility to submit applications so that the DORA has sufficient time to render decisions. The DORA will review applications in a timely manner but is not committed to render decisions about a firm's UDBE status within any given period of time. 3. The Department will prepare, publish or make available from time to time a list of UDBE contractors, consultants, vendors and suppliers for the purpose of providing a reference source to assist any consultant in identifying UDBEs and UDBEs. Consultants will be solely responsible for verifying the Certification of UDBEs they intend to use prior to submitting a Statement of Interest (SOI.) The Business Programs Office in the Center for Equal Opportunity will maintain a current list of eligible UDBEs. The UDBE list is also available at: http://www.dot.state.co.us/business/design/consultantmat/ 2. Selection of UDBEs by Consultant: A. Consultants shall exercise their own judgments in selecting any subconsultant to perform any portion of the work. 3. Requirements A. The use of UDBEs is an evaluation factor for consultant selection under Section 24-30-1403 (2) CRS. All Consultants shall submit with their proposals a list of the names of their UDBE subconsultants to meet the contract goal. B. If the Consultant proposes to voluntarily use any non-UDBEs on the project, the Consultant shall also submit the names of those UDBEs. However, the non-UDBEs will not be used to meet the UDBE goal for the project. C. Evaluation points will be awarded for UDBE participation during the Statement of Interest (SOI) scoring. A maximum of 5 evaluation points will be awarded for UDBE participation during the SOI scoring. If the consultant doesn't submit sufficient UDBE participation to meet the project goal, they may be awarded from 0 to 4 points, based on the amount of UDBE participation they submit. D. The selected consultant must use the UDBE firms named (if any) in the Statement of Interest for the items of work described. The replacement of a named UDBE firm will be allowed only as provided for in (6) of the UDBE Definitions and Requirements. Failure to comply may constitute grounds for default and termination of the Contract. E. Consultant's UDBE Obligation. 1. The Consultant submitting a Statement of Interest and a Work Plan on consultant projects advertised by the Department agrees to ensure that UDBEs, as defined in this special provision, have the maximum opportunity to participate in the performance of contracts or subcontracts. The prime Consultant shall not discriminate on the basis of race, color, national origin, or sex in the selection and bidding process or the performance of contracts. 2. To ensure that UDBEs are offered maximum opportunity to participate in the performance of contracts, it is the responsibility of the prime Consultant to offer and to provide assistance to UDBEs related to the UDBE performance of the subcontract. However, the UDBE must independently perform a commercially useful function on the project, as described in F(4) below. F. Counting UDBE Participation Toward Goals 1. Once a firm has been certified as a UDBE, the total dollar amount of the contract awarded to the firm shall be counted toward the contract goal as explained below, and as modified for the project in the project special provisions titled "Contract Goal." 2. The actual dollar total of a proposed subcontract, supply or service contract with any UDBE firm shall be reported to the Department in the Consultant's Cost Proposal. 3. The eligibility of a proposed UDBE subconsultant will be finally established based on the firm's status at the time the contract is signed. If a firm becomes certified as a UDBE during performance under a fully executed contract with CDOT but prior to the UDBE performing any work, then 100% of the work performed by the firm under that contract may be claimed as eligible work. No work performed by a UDBE firm can be counted toward UDBE participation prior to the firm receiving certification as a UDBE. 4. The Consultant may count toward its contract goal only that percentage of expenditures to UDBEs which independently perform a commercially useful function in the work of a contract. A UDBE is considered to be performing a commercially useful function by actually performing, managing, and supervising the work involved. To determine whether a UDBE is performing a commercially useful function, the Department will evaluate the amount of work subcontracted, work performed solely by the UDBE, industry practices, and other relevant factors. 5. A UDBE may enter into subcontracts consistent with normal industry practices. If a UDBE subcontracts over 51% of the work of the Contract the UDBE shall be presumed not to be performing a commercially useful function. The UDBE may present evidence to rebut this presumption to the Department. 6. The Consultant may count toward its contract goal the percentage of expenditures for materials and supplies obtained from UDBE suppliers (regular dealers) and manufacturers specifically for use on the project, provided that the UDBEs assume the actual and contractual responsibility for and actually provide the materials and supplies. a. The Consultant may count 100 percent of its expenditures to an UDBE manufacturer if the purchased items are to be used on the project. A UDBE manufacturer is a certified firm that operates or maintains a factory or establishment that produces on the premises the materials or supplies obtained by the Consultant. b. The Consultant may count 60 percent of its expenditures to UDBE suppliers that are not manufacturers, provided that the UDBE supplier performs a commercially useful function in the supply process. A supplier is a certified firm that owns, operates, or maintains a store, warehouse, or other establishment in which the materials or supplies required for the performance of the Contract are bought, kept in stock, and regularly sold to the public in the usual course of business. To be a supplier the firm must engage in, as its principal business and in its own name, the purchase and sale of the products in question. A supplier in such bulk items as steel, cement, gravel, stone, and petroleum products need not keep such products in stock, if it owns or operates distribution equipment. Brokers and packagers shall not be regarded as manufacturers or suppliers within the meaning of this section. c. The Consultant may count toward its UDBE goal the following expenditures to UDBE firms that are not manufacturers or suppliers: 1. The fees or commissions charged for providing a bona fide service, such as professional, technical, consultant or managerial services and assistance in the procurement of essential personnel, facilities, equipment, materials or supplies required for performance of the Contract, provided that the fee or commission is determined by the Department to be reasonable and not excessive as compared with fees customarily allowed for similar services. 2. The fees charged for delivery of materials and supplies required to a job site (but not the cost of the materials and supplies themselves) when the hauler, trucker, or delivery service is not also the manufacturer of or a supplier of the materials and supplies, provided that the fee is determined by the Department to be reasonable and not excessive as compared with fees customarily allowed for similar services. 3. The fees or commissions charged for providing any bonds or insurance specifically required for the performance of the Contract, provided that the fee or commission is determined by the Department to be reasonable and not excessive as compared with fees customarily allowed for similar services. 4. Determination of goal achievement To determine the goals achieved under this Contract, the UDBE participation shall be divided by the original prime Contract amount and multiplied by 100 to determine the percentage of performance. The Consultant shall maintain records of payment that show amounts paid to all UDBEs and UDBEs. Upon completion of the project, the Consultant shall submit a list of all UDBEs (both UDBEs and other UDBEs) that participated in this Contract, the subcontract tier number of each, and the dollar amount paid to each. The Consultant shall certify the amount paid, which may be audited by the Department. When the participation by UDBEs is less than the Consultant committed to the Department, the Consultant shall submit a statement to CDOT that indicates the amount of participation and gives reasons why it was different from the Consultant's commitment. 5. Replacement of UDBEs used to meet the contract goal A. Based upon a showing of good cause the Consultant may request that a UDBE named in the Consultant's Statement of Interest be replaced with another UDBE pursuant to the terms and conditions of this special provision. Replacements will be allowed only with prior written approval of the Department. B. If a replacement is to be requested prior to the time that the named UDBE has begun to effectively prosecute the work under a fully executed subcontract, the Consultant shall furnish to the Department the following: 1. Written permission of the named UDBE. Written permission may be waived only if such permission cannot be obtained for reasons beyond the control of the Consultant. 2. A full written disclosure of the circumstances making it impossible for the Consultant to comply with the condition of award. 3. Documentation of the Consultant's assistance to the UDBE named in the Consultant's Statement of Interest. 4. Copies of any pertinent correspondence and documented verbal communications between the Consultant and the named UDBE. 5. Documentation of the Good Faith Efforts in finding a replacement UDBE and the results of the efforts. It is within the control of the Consultant to locate, prior to award, UDBEs that offer reasonable prices and that could reasonably be expected to perform the work. For this reason, increased cost shall not, by itself, be considered sufficient reason for not providing an in -kind replacement. C. In the event a UDBE begins to prosecute the work and is unable to satisfactorily complete performance of the work, the Consultant shall furnish to the Department the following: 1. Documentation that the subject UDBE did not perform in a satisfactory manner. 2. Documentation of the Consultant's assistance to the UDBE prior to finding the UDBE in default. 3. A copy of the certified letter finding the UDBE to be in default or a letter from the UDBE stating that it cannot complete the work and it is turning the work back to the Consultant. 4. Copy of the contract between the Consultant and the UDBE, plus any modifications thereto. 6. Sanctions A. It is the obligation of the Consultant to provide UDBE firms with the maximum opportunity to participate in the performance of the work. B. It is the responsibility of UDBE firms to perform their work in a responsible manner fully consistent with the intent of the UDBE program, and in substantial compliance with the terms and conditions of these UDBE definitions and requirements. C. UDBE firms which fail to perform a commercially useful function as described in subsection 4(E) of these UDBE definitions and requirements or operate in a manner which is not consistent with the intent of the UDBE program may be subject to revocation of certification. D. A finding by the Department that the Consultant has failed to comply with the terms and conditions of these UDBE definitions and requirements may constitute sufficient grounds for default and termination of the Contract. February 3, 2011 1 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS Attached is Form FHWA 1273 titled Required Contract Provisions Federal -Aid Construction Contracts. As described in Section I. General, the provisions of Form FHWA 1273 apply to all work performed under the Contract and are to be included in all subcontracts with the following modification: The weekly payrolls submitted by contractors and subcontractors in accordance with Part V., paragraph 2c shall not include full social security numbers and home addresses. Instead, the payrolls shall only need to include an individually identifying number for each employee (e.g. the last four digits of the employee's social security number). Contractors and subcontractors shall maintain the full social security number and current address of each covered worker, and shall provide them to the SHA upon request. February 3, 2011 2 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS FHWA-1273 Electronic version — March 10, 1994 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS 6. Selection of Labor: During the performance of this contract, Page the contractor shall not: I. General 1 II. Nondiscrimination 1 III. Nonsegrated Facilities 3 IV. Payment of Predetermined Minimum Wage 3 V. Statements and Payrolls 6 VI. Record of Materials, Supplies, and Labor 6 VII. GeneralSubletting or Assigning the Contract 7 VIII. Safety: Accident Prevention 7 IX. False Statements Concerning Highway Projects7 X. Implementation of Clean Air Act and Federal Water Pollution Control Act 8 XI. Certification Regarding Debarment, Suspension Ineligibility, and Voluntary Exclusion 8 XII. Certification Regarding Use of Contract Funds for... Lobbying 9 ATTACHMENTS A. Employment Preference for Appalachian Contracts (included in Appalachian contracts only) I. GENERAL 1. These contract provisions shall apply to all work performed on the contract by the contractor's own organization and with the assistance of workers under the contractor's immediate superin- tendence and to all work performed on the contract by piecework, station work, or by subcontract. 2. Except as otherwise provided for in each section, the contractor shall insert in each subcontract all of the stipulations contained in these Required Contract Provisions, and further require their inclusion in any lower tier subcontract or purchase order that may in turn be made. The Required Contract Provisions shall not be incorporated by reference in any case. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with these Required Contract Provisions. 3. A breach of any of the stipulations contained in these Required Contract Provisions shall be sufficient grounds for termination of the contract. 4. A breach of the following clauses of the Required Contract Provisions may also be grounds for debarment as provided in 29 CFR 5.12: Section I, paragraph 2; Section IV, paragraphs 1, 2, 3, 4, and 7; Section V, paragraphs 1 and 2a through 2g. 5. Disputes arising out of the labor standards provisions of Section IV (except paragraph 5) and Section V of these Required Contract Provisions shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the U.S. Department of Labor (DOL) as set forth in 29 CFR 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the DOL, or the contractor's employees or their representatives. a. discriminate against labor from any other State, possession, or territory of the United States (except for employment preference for Appalachian contracts, when applicable, as specified in Attachment A), or b. employ convict labor for any purpose within the limits of the project unless it is labor performed by convicts who are on parole, supervised release, or probation. II. NONDISCRIMINATION (Applicable to all Federal -aid construction contracts and to all related subcontracts of $10,000 or more.) 1. Equal Employment Opportunity: Equal employment opportu- nity (EEO) requirements not to discriminate and to take affirmative action to assure equal opportunity as set forth under laws, execu- tive orders, rules, regulations (28 CFR 35, 29 CFR 1630 and 41 CFR 60) and orders of the Secretary of Labor as modified by the provisions prescribed herein, and imposed pursuant to 23 U.S.C. 140 shall constitute the EEO and specific affirmative action standards for the contractor's project activities under this contract. The Equal Opportunity Construction Contract Specifications set forth under 41 CFR 60-4.3 and the provisions of the American Disabilities Act of 1990 (42 U.S.C. 12101 et semc.) set forth under 28 CFR 35 and 29 CFR 1630 are incorporated by reference in this contract. In the execution of this contract, the contractor agrees to comply with the following minimum specific requirement activities of EEO: a. The contractor will work with the State highway agency (SHA) and the Federal Government in carrying out EEO obligations and in their review of his/her activities under the contract. b. The contractor will accept as his operating policy the following statement: "It is the policy of this Company to assure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, sex, color, national origin, age or disability. Such action shall include: 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, preapprenticeship, and/or on-the-job training." 2. EEO Officer: The contractor will designate and make known to the SHA contracting officers an EEO Officer who will have the responsibility for and must be capable of effectively administering and promoting an active contractor program of EEO and who must be assigned adequate authority and responsibility to do so. 3. Dissemination of Policy: All members of the contractor's staff who are authorized to hire, supervise, promote, and discharge employees, or who recommend such action, or who are substantially involved in such action, will be made fully cognizant of, and will implement, the contractor's EEO policy and contractual responsibilities to provide EEO in each grade and classification of employment. To ensure that the above agreement will be met, the following actions will be taken as a minimum: a. Periodic meetings of supervisory and personnel office employees will be conducted before the start of work and then not less often than once every six months, at which time the contract- or's EEO policy and its implementation will be reviewed and explained. The meetings will be conducted by the EEO Officer. b. All new supervisory or personnel office employees will be given a thorough indoctrination by the EEO Officer, covering all major aspects of the contractor's EEO obligations within thirty days following their reporting for duty with the contractor. c. All personnel who are engaged in direct recruitment for the project will be instructed by the EEO Officer in the contractor's procedures for locating and hiring minority group employees. d. Notices and posters setting forth the contractor's EEO policy will be placed in areas readily accessible to employees, applicants for employment and potential employees. e. The contractor's EEO policy and the procedures to implement such policy will be brought to the attention of employees by means of meetings, employee handbooks, or other appropriate means. 4. Recruitment: When advertising for employees, the contractor will include in all advertisements for employees the notation: "An Equal Opportunity Employer." All such advertisements will be placed in publications having a large circulation among minority groups in the area from which the project work force would normally be derived. a. The contractor will, unless precluded by a valid bargaining agreement, conduct systematic and direct recruitment through public and private employee referral sources likely to yield qualified minority group applicants. To meet this requirement, the contractor will identify sources of potential minority group employees, and establish with such identified sources procedures whereby minority group applicants may be referred to the contractor for employment consideration. b. In the event the contractor has a valid bargaining agreement providing for exclusive hiring hall referrals, he is expected to observe the provisions of that agreement to the extent that the system permits the contractor's compliance with EEO contract provisions. (The DOL has held that where implementation of such agreements have the effect of discriminating against minorities or women, or obligates the contractor to do the same, such imple- mentation violates Executive Order 11246, as amended.) c. The contractor will encourage his present employees to refer minority group applicants for employment. Information and procedures with regard to referring minority group applicants will be discussed with employees. 5. Personnel Actions: Wages, working conditions, and employ- ee benefits shall be established and administered, and personnel actions of every type, including hiring, upgrading, promotion, transfer, demotion, layoff, and termination, shall be taken without regard to race, color, religion, sex, national origin, age or disability. The following procedures shall be followed: a. The contractor will conduct periodic inspections of project sites to insure that working conditions and employee facilities do not indicate discriminatory treatment of project site personnel. b. The contractor will periodically evaluate the spread of wages paid within each classification to determine any evidence of discriminatory wage practices. c. The contractor will periodically review selected personnel actions in depth to determine whether there is evidence of discrimi- nation. Where evidence is found, the contractor will promptly take corrective action. If the review indicates that the discrimination may extend beyond the actions reviewed, such corrective action shall include all affected persons. d. The contractor will promptly investigate all complaints of alleged discrimination made to the contractor in connection with his obligations under this contract, will attempt to resolve such com- plaints, and will take appropriate corrective action within a reason- able time. If the investigation indicates that the discrimination may affect persons other than the complainant, such corrective action shall include such other persons. Upon completion of each investigation, the contractor will inform every complainant of all of his avenues of appeal. 6. Training and Promotion: a. The contractor will assist in locating, qualifying, and increasing the skills of minority group and women employees, and applicants for employment. b. Consistent with the contractor's work force requirements and as permissible under Federal and State regulations, the contractor shall make full use of training programs, i.e., apprenticeship, and on-the-job training programs for the geographical area of contract performance. Where feasible, 25 percent of apprentices or trainees in each occupation shall be in their first year of appren- ticeship or training. In the event a special provision for training is provided under this contract, this subparagraph will be superseded as indicated in the special provision. c. The contractor will advise employees and applicants for employment of available training programs and entrance require- ments for each. d. The contractor will periodically review the training and promotion potential of minority group and women employees and will encourage eligible employees to apply for such training and promotion. 7. Unions: If the contractor relies in whole or in part upon unions as a source of employees, the contractor will use his/her best efforts to obtain the cooperation of such unions to increase opportunities for minority groups and women within the unions, and to effect referrals by such unions of minority and female employees. Actions by the contractor either directly or through a contractor's association acting as agent will include the procedures set forth below: a. The contractor will use best efforts to develop, in cooperation with the unions, joint training programs aimed toward qualifying more minority group members and women for membership in the unions and increasing the skills of minority group employees and women so that they may qualify for higher paying employment. b. The contractor will use best efforts to incorporate an EEO clause into each union agreement to the end that such union will be contractually bound to refer applicants without regard to their race, color, religion, sex, national origin, age or disability. c. The contractor is to obtain information as to the referral practices and policies of the labor union except that to the extent such information is within the exclusive possession of the labor union and such labor union refuses to furnish such information to the contractor, the contractor shall so certify to the SHA and shall set forth what efforts have been made to obtain such information. d. In the event the union is unable to provide the contractor with a reasonable flow of minority and women referrals within the time limit set forth in the collective bargaining agreement, the contractor will, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex, national origin, age or disability; making full efforts to obtain qualified and/or qualifiable minority group persons and women. (The DOL has held that it shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority employees.) In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246, as amended, and these special provisions, such contractor shall immediately notify the SHA. 8. Selection of Subcontractors, Procurement of Materials and Leasing of Equipment: The contractor shall not discriminate on the grounds of race, color, religion, sex, national origin, age or disability in the selection and retention of subcontractors, including procurement of materials and leases of equipment. a. The contractor shall notify all potential subcontractors and suppliers of his/her EEO obligations under this contract. b. Disadvantaged business enterprises (DBE), as defined in 49 CFR 23, shall have equal opportunity to compete for and perform subcontracts which the contractor enters into pursuant to this contract. The contractor will use his best efforts to solicit bids from and to utilize DBE subcontractors or subcontractors with meaningful minority group and female representation among their employees. Contractors shall obtain lists of DBE construction firms from SHA personnel. c. The contractor will use his best efforts to ensure subcon- tractor compliance with their EEO obligations. 9. Records and Reports: The contractor shall keep such records as necessary to document compliance with the EEO requirements. Such records shall be retained for a period of three years following completion of the contract work and shall be available at reason- able times and places for inspection by authorized representatives of the SHA and the FHWA. a. The records kept by the contractor shall document the following: (1) The number of minority and non -minority group members and women employed in each work classification on the project; (2) The progress and efforts being made in cooperation with unions, when applicable, to increase employment opportunities for minorities and women; (3) The progress and efforts being made in locating, hiring, training, qualifying, and upgrading minority and female employees; and (4) The progress and efforts being made in securing the services of DBE subcontractors or subcontractors with meaningful minority and female representation among their employees. b. The contractors will submit an annual report to the SHA each July for the duration of the project, indicating the number of minority, women, and non -minority group employees currently engaged in each work classification required by the contract work. This information is to be reported on Form FHWA-1391. If on -the - job training is being required by special provision, the contractor will be required to collect and report training data. III. NONSEGREGATED FACILITIES (Applicable to all Federal -aid construction contracts and to all related subcontracts of $10,000 or more.) a. By submission of this bid, the execution of this contract or subcontract, or the consummation of this material supply agree- ment or purchase order, as appropriate, the bidder, Federal -aid construction contractor, subcontractor, material supplier, or vendor, as appropriate, certifies that the firm does not maintain or provide for its employees any segregated facilities at any of its establish- ments, and that the firm does not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. The firm agrees that a breach of this certification is a violation of the EEO provisions of this contract. The firm further certifies that no employee will be denied access to adequate facilities on the basis of sex or disability. b. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, timeclocks, locker rooms, and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive, or are, in fact, segregated on the basis of race, color, religion, national origin, age or disability, because of habit, local custom, or otherwise. The only exception will be for the disabled when the demands for accessibility override (e.g. disabled parking). c. The contractor agrees that it has obtained or will obtain identical certification from proposed subcontractors or material suppliers prior to award of subcontracts or consummation of material supply agreements of $10,000 or more and that it will retain such certifications in its files. IV. PAYMENT OF PREDETERMINED MINIMUM WAGE (Applicable to all Federal -aid construction contracts exceeding $2,000 and to all related subcontracts, except for projects located on roadways classified as local roads or rural minor collectors, which are exempt.) 1. General: a. All mechanics and laborers employed or working upon the site of the work will be paid unconditionally and not less often than once a week and without subsequent deduction or rebate on any account [except such payroll deductions as are permitted by regulations (29 CFR 3) issued by the Secretary of Labor under the Copeland Act (40 U.S.C. 276c)] the full amounts of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment. The payment shall be computed at wage rates not less than those contained in the wage determination of the Secretary of Labor (hereinafter "the wage determination") which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor or its subcontractors and such laborers and mechanics. The wage determination (including any additional classifications and wage rates conformed under paragraph 2 of this Section IV and the DOL poster (WH-1321) or Form FHWA-1495) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. For the purpose of this Section, contributions made or costs reasonably anticipated for bona fide fringe benefits under Section 1(b)(2) of the Davis -Bacon Act (40 U.S.C. 276a) on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provi- sions of Section IV, paragraph 3b, hereof. Also, for the purpose of this Section, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs, which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in paragraphs 4 and 5 of this Section IV. b. Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein, provided, that the employer's payroll records accurately set forth the time spent in each classification in which work is performed. c. All rulings and interpretations of the Davis -Bacon Act and related acts contained in 29 CFR 1, 3, and 5 are herein incorpo- rated by reference in this contract. 2. Classification: a. The SHA contracting officer shall require that any class of laborers or mechanics employed under the contract, which is not listed in the wage determination, shall be classified in conformance with the wage determination. b. The contracting officer shall approve an additional classification, wage rate and fringe benefits only when the following criteria have been met: (1) the work to be performed by the additional classification requested is not performed by a classification in the wage determination; (2) the additional classification is utilized in the area by the construction industry; (3) the proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination; and (4) with respect to helpers, when such a classification prevails in the area in which the work is performed. c. If the contractor or subcontractors, as appropriate, the laborers and mechanics (if known) to be employed in the additional classification or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the DOL, Administrator of the Wage and Hour Division, Employment Stan- dards Administration, Washington, D.C. 20210. The Wage and Hour Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30 -day period that additional time is necessary. d. In the event the contractor or subcontractors, as appropriate, the laborers or mechanics to be employed in the additional classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Wage and Hour Administrator for determination. Said Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30 - day period that additional time is necessary e. The wage rate (including fringe benefits where appropriate) determined pursuant to paragraph 2c or 2d of this Section IV shall be paid to all workers performing work in the additional classification from the first day on which work is performed in the classification. 3. Payment of Fringe Benefits: a. Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor or subcontractors, as appropriate, shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly case equivalent thereof. b. If the contractor or subcontractor, as appropriate, does not make payments to a trustee or other third person, he/she may consider as a part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, provided, that the Secre- tary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis -Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. 4. Apprentices and Trainees (Programs of the U.S. DOL) and Helpers: a. Apprentices: (1) Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the DOL, 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/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. (2) The allowable ratio of apprentices to joumeyman-level employees on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any employee listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate listed in the wage determination for the classification of work actually performed. In addition, any appren- tice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor or subcontractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (ex- pressed in percentages of the journeyman -level hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. (3) Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the joumeyman-level hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator for the Wage and Hour Division determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. (4) In the event the Bureau of Apprenticeship and Training, or a State apprenticeship agency recognized by the Bureau, withdraws approval of an apprenticeship program, the contractor or subcontractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the comparable work performed by regular employees until an acceptable program is approved. b. Trainees: (1) Except as provided in 29 CFR 5.16, 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, evi- denced by formal certification by the DOL, Employment and Training Administration. (2) The ratio of trainees to journeyman -level employees on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Any employee listed on the payroll at a trainee rate who is not regis- tered and participating in a training plan approved by the Employ- ment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classifica- tion of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. (3) Every trainee must be paid at not less than the rate specified in the approved program for his/her level of progress, expressed as a percentage of the journeyman -level hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman -level wage rate on the wage determination which provides for less than full fringe benefits for apprentices, in which case such trainees shall receive the same fringe benefits as apprentices. (4) In the event the Employment and Training Administration withdraws approval of a training program, the contractor or subcontractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. c. Helpers: Helpers will be permitted to work on a project if the helper classification is specified and defined on the applicable wage determination or is approved pursuant to the conformance proce- dure set forth in Section IV.2. Any worker listed on a payroll at a helper wage rate, who is not a helper under a approved definition, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. 5. Apprentices and Trainees (Programs of the U.S. DOT): Apprentices and trainees working under apprenticeship and skill training programs which have been certified by the Secretary of Transportation as promoting EEO in connection with Federal - aid highway construction programs are not subject to the require- ments of paragraph 4 of this Section IV. The straight time hourly wage rates for apprentices and trainees under such programs will be established by the particular programs. The ratio of apprentices and trainees to journeymen shall not be greater than permitted by the terms of the particular program. 6. Withholding: The SHA shall upon its own action or upon written request of an authorized representative of the DOL withhold, or cause to be withheld, from the contractor or subcontractor under this contract or any other Federal contract with the same prime contractor, or any other Federally -assisted contract subject to Davis -Bacon prevailing wage requirements which is held by the same prime contractor, as much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the wages required by the contract, the SHA contracting officer may, after written notice to the contractor, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. 7. Overtime Requirements: No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers, mechanics, watchmen, or guards (including apprentices, trainees, and helpers described in paragraphs 4 and 5 above) shall require or permit any laborer, mechanic, watchman, or guard in any workweek in which he/she is employed on such work, to work in excess of 40 hours in such workweek unless such laborer, mechanic, watchman, or guard receives compensation at a rate not less than one -and -one-half times his/her basic rate of pay for all hours worked in excess of 40 hours in such workweek. 8. Violation: Liability for Unpaid Wages; Liquidated Damages: In the event of any violation of the clause set forth in paragraph 7 above, the contractor and any subcontractor responsible thereof shall be liable to the affected employee for his/her unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory) for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer, mechanic, watchman, or guard employed in violation of the clause set forth in paragraph 7, in the sum of $10 for each calendar day on which such employee was required or permitted to work in excess of the standard work week of 40 hours without payment of the overtime wages required by the clause set forth in paragraph 7. 9. Withholding for Unpaid Wages and Liquidated Damages: The SHA shall upon its own action or upon written request of any authorized representative of the DOL withhold, or cause to be withheld, from any monies payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other Federally -assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in para- graph 8 above. V. STATEMENTS AND PAYROLLS (Applicable to all Federal -aid construction contracts exceeding $2,000 and to all related subcontracts, except for projects located on roadways classified as local roads or rural collectors, which are exempt.) 1. Compliance with Copeland Regulations (29 CFR 3): The contractor shall comply with the Copeland Regulations of the Secretary of Labor which are herein incorporated by reference. 2. Payrolls and Payroll Records: a. Payrolls and basic records relating thereto shall be maintained by the contractor and each subcontractor during the course of the work and preserved for a period of 3 years from the date of completion of the contract for all laborers, mechanics, apprentices, trainees, watchmen, helpers, and guards working at the site of the work. b. The payroll records shall contain the name, social security number, and address of each such employee; his or her correct classification; hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalent thereof the types described in Section 1(b)(2)(B) of the Davis Bacon Act); daily and weekly number of hours worked; deductions made; and actual wages paid. In addition, for Appala- chian contracts, the payroll records shall contain a notation indicat- ing whether the employee does, or does not, normally reside in the labor area as defined in Attachment A, paragraph 1. Whenever the Secretary of Labor, pursuant to Section IV, paragraph 3b, has found that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in Section 1(b)(2)(B) of the Davis Bacon Act, the contractor and each subcontractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, that the plan or program has been communicated in writing to the laborers or mechanics affected, and show the cost anticipated or the actual cost incurred in providing benefits. Contractors or subcontractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprentices and trainees, and ratios and wage rates prescribed in the applicable programs. c. Each contractor and subcontractor shall furnish, each week in which any contract work is performed, to the SHA resident engineer a payroll of wages paid each of its employees (including apprentices, trainees, and helpers, described in Section IV, para- graphs 4 and 5, and watchmen and guards engaged on work during the preceding weekly payroll period). The payroll submitted shall set out accurately and completely all of the information required to be maintained under paragraph 2b of this Section V. 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 Documents (Federal stock number 029- 005-0014-1), U.S. Govemment Printing Office, Washington, D.C. 20402. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. d. Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or subcon- tractor or his/her agent who pays or supervises the payment of the persons employed under the contract and shall certify the follow- ing: (1) that the payroll for the payroll period contains the information required to be maintained under paragraph 2b of this Section V and that such information is correct and complete; (2) that such 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 indirectly from the full wages earned, other than permissible deductions as set forth in the Regulations, 29 CFR 3; (3) that each laborer or mechanic has been paid not less that the applicable wage rate and fringe benefits or cash equivalent for the classification of worked performed, as specified in the applicable wage determination incorporated into the contract. e. The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph 2d of this Section V. f. The falsification of any of the above certifications may subject the contractor to civil or criminal prosecution under 18 U.S.C. 1001 and 31 U.S.C. 231. g. The contractor or subcontractor shall make the records required under paragraph 2b of this Section V available for inspec- tion, copying, or transcription by authorized representatives of the SHA, the FHWA, or the DOL, and shall permit such repre- sentatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the SHA, the FHWA, the DOL, or all may, after written notice to the contractor, sponsor, applicant, or owner, take such actions as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. VI. RECORD OF MATERIALS, SUPPLIES, AND LABOR 1. On all Federal -aid contracts on the National Highway System, except those which provide solely for the installation of protective devices at railroad grade crossings, those which are constructed on a force account or direct labor basis, highway beautification contracts, and contracts for which the total final construction cost for roadway and bridge is less than $1,000,000 (23 CFR 635) the contractor shall: a. Become familiar with the list of specific materials and supplies contained in Form FHWA-47, "Statement of Materials and Labor Used by Contractor of Highway Construction Involving Federal Funds," prior to the commencement of work under this contract. b. Maintain a record of the total cost of all materials and supplies purchased for and incorporated in the work, and also of the quantities of those specific materials and supplies listed on Form FHWA-47, and in the units shown on Form FHWA-47. c. Fumish, upon the completion of the contract, to the SHA resident engineer on Form FHWA-47 together with the data required in paragraph lb relative to materials and supplies, a final labor summary of all contract work indicating the total hours worked and the total amount earned. 2. At the prime contractor's option, either a single report covering all contract work or separate reports for the contractor and for each subcontract shall be submitted. VII. SUBLETTING OR ASSIGNING THE CONTRACT 1. The contractor shall perform with its own organization contract work amounting to not less than 30 percent (or a greater percent- age if specified elsewhere in the contract) of the total original contract price, excluding any specialty items designated by the State. Specialty items may be performed by subcontract and the amount of any such specialty items performed may be deducted from the total original contract price before computing the amount of work required to be performed by the contractor's own organiza- tion (23 CFR 635). a. "Its own organization" shall be construed to include only workers employed and paid directly by the prime contractor and equipment owned or rented by the prime contractor, with or without operators. Such term does not include employees or equipment of a subcontractor, assignee, or agent of the prime contractor. b. "Specialty Items" shall be construed to be limited o work that requires highly specialized knowledge, abilities, or equipment not ordinarily available in the type of contracting organizations qualified and expected to bid on the contract as a whole and in general are to be limited to minor components of the overall contract. 2. The contract amount upon which the requirements set forth in paragraph 1 of Section VII is computed includes the cost of material and manufactured products which are to be purchased or produced by the contractor under the contract provisions. 3. The contractor shall fumish (a) a competent superintendent or supervisor who is employed by the firm, has full authority to direct performance of the work in accordance with the contract require- ments, and is in charge of all construction operations (regardless of who performs the work) and (b) such other of its own organizational resources (supervision, management, and engineer- ing services) as the SHA contracting officer determines is neces- sary to assure the performance of the contract. 4. No portion of the contract shall be sublet, assigned or otherwise disposed of except with the written consent of the SHA contracting officer, or authorized representative, and such consent when given shall not be construed to relieve the contractor of any responsibility for the fulfillment of the contract. Written consent will be given only after the SHA has assured that each subcontract is evidenced in writing and that it contains all pertinent provisions and requirements of the prime contract. VIII. SAFETY: ACCIDENT PREVENTION 1. In the performance of this contract the contractor shall comply with all applicable Federal, State, and local laws governing safety, health, and sanitation (23 CFR 635). The contractor shall provide all safeguards, safety devices and protective equipment and take any other needed actions as it determines, or as the SHA contract- ing officer may determine, to be reasonably necessary to protect the life and health of employees on the job and the safety of the public and to protect property in connection with the performance of the work covered by the contract. 2. It is a condition of this contract, and shall be made a condition of each subcontract, which the contractor enters into pursuant to this contract, that the contractor and any subcontractor shall not permit any employee, in performance of the contract, to work in surroundings or under conditions which are unsanitary, hazardous or dangerous to his/her health or safety, as determined under construction safety and health standards (29 CFR 1926) promulgated by the Secretary of Labor, in accordance with Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 333). 3. Pursuant to 29 CFR 1926.3, it is a condition of this contract that the Secretary of Labor or authorized representative thereof, shall have right of entry to any site of contract performance to inspect or investigate the matter of compliance with the construction safety and health standards and to carry out the duties of the Secretary under Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 333). IX. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS In order to assure high quality and durable construction in conformity with approved plans and specifications and a high degree of reliability on statements and representations made by engineers, contractors, suppliers, and workers on Federal -aid highway projects, it is essential that all persons concerned with the project perform their functions as carefully, thoroughly, and honestly as possible. Willful falsification, distortion, or misrepre- sentation with respect to any facts related to the project is a violation of Federal law. To prevent any misunderstanding regarding the seriousness of these and similar acts, the following notice shall be posted on each Federal -aid highway project (23 CFR 635) in one or more places where it is readily available to all persons concerned with the project: NOTICE TO ALL PERSONNEL ENGAGED ON FEDERAL -AID HIGHWAY PROJECTS 18 U.S.C. 1020 reads as follows: "Whoever, being an officer, agent, or employee of the United States, or of any State or Territory, or whoever, whether a person, association, firm, or corporation, knowingly makes any false statement, false representation, or false report as to the character, quality, quantity, or cost of the material used or to be used, or the quantity or quality of the work performed or to be performed, or the cost thereof in connection with the submission of plans, maps, specifications, contracts, or costs of construction on any highway or related project submitted for approval to the Secretary of Transportation; or Whoever knowingly makes any false statement, false represen- tation, false report or false claim with respect to the character, quality, quantity, or cost of any work performed or to be performed, or materials furnished or to be furnished, in connection with the construction of any highway or related project approved by the Secretary of Transportation; or Whoever knowingly makes any false statement or false repre- sentation as to material fact in any statement, certificate, or report submitted pursuant to provisions of the Federal -aid Roads Act approved July 21, 1916, (39 Stat. 355), as amended and supple- mented; Shall be fined not more that $10,000 or imprisoned not more than 5 years or both." X. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT (Applicable to all Federal -aid construction contracts and to all related subcontracts of $100,000 or more.) By submission of this bid or the execution of this contract, or subcontract, as appropriate, the bidder, Federal -aid construction contractor, or subcontractor, as appropriate, will be deemed to have stipulated as follows: 1. That any facility that is or will be utilized in the performance of this contract, unless such contract is exempt under the Clean Air Act, as amended (42 U.S.C. 1857 et seq., as amended by Pub.L. 91-604), and under the Federal Water Pollution Control Act, as amended (33 U.S.C. 1251 et seq., as amended by Pub.L. 92-500), Executive Order 11738, and regulations in implementation thereof (40 CFR 15) is not listed, on the date of contract award, on the U.S. Environmental Protection Agency (EPA) List of Violating Facilities pursuant to 40 CFR 15.20. 2. That the firm agrees to comply and remain in compliance with all the requirements of Section 114 of the Clean Air Act and Section 308 of the Federal Water Pollution Control Act and all regulations and guidelines listed thereunder. 3. That the firm shall promptly notify the SHA of the receipt of any communication from the Director, Office of Federal Activities, EPA, indicating that a facility that is or will be utilized for the contract is under consideration to be listed on the EPA List of Violating Facilities. 4. That the firm agrees to include or cause to be included the requirements of paragraph 1 through 4 of this Section X in every nonexempt subcontract, and further agrees to take such action as the government may direct as a means of enforcing such require- ments. XI. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION 1. Instructions for Certification - Primary Covered Transac- tions: (Applicable to all Federal -aid contracts - 49 CFR 29) a. By signing and submitting this proposal, the prospective primary participant is providing the certification set out below. b. The inability of a person to provide the certification set out below will not necessarily result in denial of participation in this covered transaction. The prospective participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction. However, failure of the prospective primary participant to furnish a certification or an explanation shall disquali- fy such a person from participation in this transaction. c. The certification in this clause is a material representation of fact upon which reliance was placed when the department or agency determined to enter into this transaction. If it is later determined that the prospective primary participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause of default. d. The prospective primary participant shall provide immediate written notice to the department or agency to whom this proposal is submitted if any time the prospective primary participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. e. The terms "covered transaction," "debarred," "suspended," "ineligible," "lower tier covered transaction," "participant," "person," "primary covered transaction," "principal," "proposal," and "volun- tarily excluded," as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the department or agency to which this proposal is submitted for assistance in obtaining a copy of those regulations. f. The prospective primary participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency entering into this transaction. g. The prospective primary participant further agrees by submitting this proposal that it will include the clause titled "Certifi- r cation Regarding Debarment, Suspension, Ineligibility and Volun- tary Exclusion -Lower Tier Covered Transaction," provided by the department or agency entering into this covered transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. h. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or volun- tarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the nonprocure- ment portion of the "Lists of Parties Excluded From Federal Procurement or Nonprocurement Programs" (Nonprocurement List) which is compiled by the General Services Administration. I. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. j. Except for transactions authorized under paragraph f of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Govemment, the department or agency may terminate this transaction for cause or default. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion --Primary Covered Transactions 1. The prospective primary 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 3 -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 presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph 1b of this certification; and d. Have not within a 3 -year period preceding this applica- tion/proposal had one or more public transactions (Federal, State or local) terminated for cause or default. 2. Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. 2. Instructions for Certification - Lower Tier Covered Transac- tions: (Applicable to all subcontracts, purchase orders and other lower tier transactions of $25,000 or more - 49 CFR 29) a. By signing and submitting this proposal, the prospective lower tier is providing the certification set out below. b. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department, or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. c. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous by reason of changed circumstances. d. The terms "covered transaction," "debarred," "suspended," "ineligible," "primary covered transaction" "participant," "person," "principal," "proposal," and "voluntarily excluded," as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the person to which this proposal is submitted for assis- tance in obtaining a copy of those regulations. e. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. f. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion -Lower Tier Covered Transaction," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. g. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or volun- tarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the Nonprocure- ment List. h. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. I. Except for transactions authorized under paragraph e of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion --Lower Tier Covered Transactions: 1. The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. 2. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. XII. CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING (Applicable to all Federal -aid construction contracts and to all related subcontracts which exceed $100,000 - 49 CFR 20) 1. The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: a. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influenc- ing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Con- gress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. b. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 2. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 U.S.C. 1352. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. 3. The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such recipients shall certify and disclose accordingly. u MEMORANDUM Date: August 3, 2011 To: Monica Mika, Director of Finance & Administration From: Michael Bedell, P.E., Senior Engineer RE: RFP Request No. B1100037 BOCC Approval Date August 10, 2011 The Public Works Department sent out a Request for Proposals for design services for WCR 23/SH 392 Intersection Improvements. Fourteen (14) proposals were received on May 19, 2011. Four individuals (two from Weld County, one from CDOT, and one from Windsor) reviewed and scored the proposals following the typical procedures of a qualifications -based selection process. Two consultants scored the highest and were selected for interviews. After the interview process, the selection committee agreed to enter into contract negotiations with Muller Engineering. The Public Works Department and Muller Engineering have arrived at a final scope of work and fee agreement, and the consultant has signed an Agreement for Professional Services. It is my recommendation to award the design contract to Muller Engineering for a total amount of $330,100.00. The Department has not worked with this consultant in the past, but they have completed similar work for several years in this area, including work on CDOT transportation projects. The total design budget for this project is $400,000.00 and the County committed cost -share portion is $50,000.00. ggot4 u WELD COUNTY PURCHASING 915 10TH St Room #334, Greeley CO 80631 E -Mail: mwalters(c,co.weld.co.us E-mail: reverettco.weld.co.us Phone: (970) 356-4000, Ext 4222 or 4223 Fax: (970) 336-7226 QBS PROPOSAL DATE OF BID: May 19`h, 2011 REQUEST FOR: WCR 23 & STATE HIGHWAY #392 INTERSECTION DESIGN DEPARTMENT: Public works BID NO: #61100037 PRESENT DATE: MAY 23RD, 2011 APPROVAL DATE: DATE UNKNOWN - AFTER SELECTION/QBS PROCESS VENDORS HUITT-ZOLLARS INC 4582 SOUTH ULSTER ST STE #240 DENVER CO 80237 KBN ENGINEERS LLC 820 8TH STREET GREELEY CO 80631 INTERWEST CONSULTING GROUP 1218 WEST ASH ST SUITE #C WINDSOR CO 80550 COLORADO CIVIL GROUP INC 1413 W 29TH STREET LOVELAND CO 80538 J -U -B ENGINEERS INC 3538 JFK PARKWAY SUITE #1 FT COLLINS CO 80525 SHORT ELLIOTT HENDRICKSON INC COLORADO CENTER TOWER ONE 2000 SOUTH COLO BLVD STE #6000 DENVER CO 80222-7938 BOHANNAN HUSTON MERIDIAN ONE 9785 MAROON CIRCLE SUITE #140 ENGLEWOOD CO 80112 AVI ENGINEERING PC 1103 OLD TOWN LANE SUITE #101 CHEYENNE WY 82009 ATKINS NORTH AMERICAN INC 4601 DTC BLVD SUITE #700 DENVER CO 80237 DREXEL BARRELL & CO 6513 W 4TH STREET GREELEY CO 80634 FELSBURG HOLT & ULLEVIG 6300 S SYRACUSE WAY STE #600 CENTENNIAL CO 80111 J -R ENGINEERING 7200 S ALTON WAY SUITE #C100 CENTENNIAL CO 80112 AYRES ASSOCIATES 214 W LINCOLNWAY STE #22 CHEYENNE WY 82001 MULLER ENGINEERING CO INC CONSULTING ENGINEERS 777 S WADSWORTH BLVD 4-100 LAKEWOOD CO 80226 "QBS PROPOSALS ARE BEING REVIEWED AT THIS TIME. AN AWARD WILL BE MADE AFTER THE SELECTION AND QBS PROCESS IS FINISHED** Ea col, 5/42/6Z0// 2011-1284 Hello