Loading...
HomeMy WebLinkAbout20131538.tiffMEMORANDUM TO: Board of County Commissioners DATE: July 18, 2013 FROM: Elizabeth Relford, Transportation Planner SUBJECT: Contract Approval for Centennial Highway Signs On June 14, 2013 Weld County Public Works received two bids for CDOT Project STE C030-050 (18765) for the purchase of ten 9' x 3' marquee signs and fifty 2' x 2' Centennial Highway logo signs. The CDOT contract for this project is in the amount of $31,250. In accordance with local procurement procedures, the Board of County Commissioners reviewed the bids for fairness and accuracy and recommend awarding low bid to Concept Signs & Graphics for $16,950. Weld County received concurrence of award from CDOT on July 8, 2013. Therefore, staff recommends entering into a contract with Concept Signs & Graphics. The project is anticipated to take a few months. The signs are intended to be delivered directly to CDOT for installation. This project is federally funded with Upper Front Range Transportation Planning Region (UFR TPR) Transportation Enhancement (TE) funds. The matching ratio for the federal TE funds is 80% at $25,000 to Weld County's 20% local match at $6,250 for a total project cost of $31,250. This effort began in December of 2011, when Weld County announced a logo contest for the Centennial Highway, which was renamed by all the Weld County communities along the US 85 Corridor. One hundred and five entries were submitted for consideration and on March 8, 2012 the Highway 85 Coalition selected the following logo: Weld County is implementing this project on behalf of the Highway 85 Coalition. Please do not hesitate to contact me if you have any questions about this project. ov /a/a' zg ''° /,3 YI/z�I► (SA 64) 42613-153g LG6o68 BID REQUEST NO. B1300070 WELD COUNTY DEPARTMENT OF PUBLIC WORKS CONTRACT BID DOCUMENTS FOR MANUFACTURING OF CENTENNIAL HIGHWAY SIGNS FEDERAL AID PROJECT NO. STE C030-050, 18765 July 8, 2013 Weld County Public Works P.O. Box 758 1111 H Street Greeley, Colorado 80632 970-304-6496 TABLE OF CONTENTS The following provisions take precedence over Specifications or Plans and supplement the 2012 edition of the Colorado Department of Transportation "Standard Specifications for Road and Bridge Construction" (Standard Specifications) which is to be used to control construction of this project. WELD COUNTY CONTRACT FORMS: *Low Bidder must submit these forms prior to Contract Award. *Notice of Award 3 *Agreement 4-5 *Performance Bond 6-7 *Labor and Materials Payment Bond 8-9 Notice to Proceed 10 Change Order 11 Certificate of Substantial Completion 12 Lien Waiver 13 Final Lien Waiver 14 Notice of Acceptance 15 FHWA Form 1273 16 COLORADO NOTICE OF AWARD MANUFACTURING OF CENTENNIAL HIGHWAY SIGNS To: Concept Signs & Graphics Date: July 8, 2013 1805 E. Lincoln Avenue #A1 Ft. Collins, CO 80524 Project Description: The project in general consists of the manufacture of approximately ten (10) 9' x 3' marquee signs and fifty (50) 2' x 2' Centennial Highway logo signs. This is a Federal -Aid Project administered through CDOT Region 4. The Owner has considered the Bid submitted by you for the above described Work in response to its Invitation for Bids and Instructions to Bidders. You are hereby notified that your Bid has been accepted in the amount of $16,950 or as shown in the Bid Schedule. You are required by the Instructions to Bidders to execute the Agreement and furnish the required Performance Bond, Payment Bond and Certificates of Insurance within ten (10) calendar days from the date of this Notice to you. If you fail to execute said Agreement and to furnish said Bonds within ten (10) days from the date of this Notice, said Owner will be entitled to consider all your rights arising out of the Owner's acceptance of your bid as abandoned. The Owner will be entitled to such other rights as may be granted by law. You are required to return an acknowledged copy of this Notice of Award to the Owner. Dated this 8th day of July , 2013. Weld County, Ask, eaCo��lorado, Owner ABy iv& � Elizabeford, Transportatif 4 Planner ACCEPTANCE OF NOTICE Receipt of the above Notice of Award is hereby acknowledged by el anrce,'G$' (Contractor) Dated this (6' day of tell-c.(� BY: /Y" �o�s J� / L Q"i,/S.-ter Gi4h7 2013 Title: /-.TeSiciebc-71 AGREEMENT MANUFACTURING OF CENTENNIAL HIGHWAY SIGNS THIS AGREEMENT, made this day of ...re-cir 2013, by and between Weld County, Colorado, hereinafter called "Owner" and Concept Signs & Graphics doing business as (an individual,) or (a partnership,) or (a corporation) hereinafter called "Contractor". WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned: 1. The Contractor will commence and complete the following: MANUFACTURE OF APPROXIMATELY TEN (10) 9' X 3' MARQUEE SIGNS AND FIFTY (50) 2' X 2' CENTENNIAL HIGHWAY LOGO SIGNS described in the Invitation for Bids, Bid No. B1300070. 2. The Contractor will furnish all of the material, supplies, tools, equipment, labor and other services necessary for the construction and completion of the Project described herein. 3. The Contractor will commence the work required by the Contract Documents within ten (10) calendar days after the Notice to Proceed and will complete the MANUFACTURE OF APPROXIMATELY TEN (10) 9' X 3' MARQUEE SIGNS AND FIFTY (50) 2' X 2' CENTENNIAL HIGHWAY LOGO SIGNS within 365 calendar days unless the period for completion is extended otherwise by the Contract Documents. 4. The Contractor agrees to perform all of the Work described in the Contract Documents and comply with the terms therein for the sum of $ 16,950 or as shown in the Bid Schedule. 5. The term "Contract Documents" means and includes the following: (A) Invitation for Bids (B) Instructions to Bidders (C) Bid Proposal (D) Bid Bond (E) Statement of Qualifications and Subcontractors (F) Required Project Forms (G) Agreement (H) Labor and Materials Payment Bond (I) Performance Bond (I) Notice of Award (K) Notice to Proceed (L) Change Order (M) Certificate of Substantial Completion (N) Lien Waiver (O) Notice of Acceptance (P) Contract, Specifications, and Drawings issued by the Weld County Public Works Department. (Q) Colorado Department of Transportation "Standard Specifications for Road and Bridge Construction" (R) Colorado Department of Transportation Standard Plans "M & S Standards" 6. The Owner will pay to the Contractor in the manner and at such times as set forth by the Contract Documents, or otherwise agreed upon in writing. 7. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors, and assigns. 8. Contract Appropriations: The Owner hereby states and affirms that the amount of money appropriated for this Contract is equal to or in excess of the Contract amount. No change order to this Contract requiring additional compensable work to be performed, which work causes the aggregate amount payable under the Contract to exceed the amount appropriated for the original Contract shall be issued by the Owner unless the Owner assures the Contractor, in writing, that lawful appropriations to cover the costs of the additional work has been made or unless such work is covered under a remedy -granting provision contained in the Contract. IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by their duly authorized officials, this Agreement in two (2) copies each of which shall be deemed an original on the date first above written. ORDERED BY: ACCEP 1ED BY: THE BOARD OF WELD COUNTY COMMISSIONERS CONTRACTOR NAME William F. Garcia TITLE Date Chair (SEAL) ATTEST: JUL 222013 Weld County Clerk to the Board BY NAME /4/6 SirerLtr TITLE pc_(Pleas Type) ADDRESS /(J .C-1) ‘)El G'd/iVA 1/i (SEAL) AI LEST: BY X, mrsinil .3• t=vel-hCtsir (Please Type) q TITLE / LD BONNY J. EVERHART NOTARY PUBLIC STATE OF COLORADO NOTARY ID 20124056654 MY COMMISSION EXPIRES AUGUST 29, 2016 ow3 1538 PERFORMANCE BOND MANUFACTURING OF CENTENNIAL HIGHWAY SIGNS KNOW ALL MEN BY THE PRESENTS; that EVERSIGN LLC DBA CONCEPT SIGNS AND GRAPHICS (Name of Contractor) 1805 E LINCOLN AVE Al FORT COLLINS CO 80524 (Address of Contractor) nor poi ' ' 71 oil (z G C) _, hereinafter called Contractor, and a (Corporation, PIrtnership, or Individual) WESTERN SURETY COMPANY (Name of Surety) PO BOX 5077 SIOUX FALLS SD 57117-5077 (Address of Surety) hereinafter called surety, are held and firmly bound unto Weld County, Colorado (Name of Owner) P.O. Box 758, 1111 H Street, Greeley, Colorado 80632 (Address of Owner) hereinafter called Owner, in the penal sum of SIXTEEN THOUSAND NINE FINI s, ($ 1 6 , 9 50 ), in lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, successors and assigns, jointly and severally firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas, the Contractor entered into a certain Contract with the Owner, dated the 1 7 day of JULY , 2013, a copy of which is hereto attached and made a part hereof for the construction of: MANUFACTURE OF APPROXIMATELY TEN (10) 9' X 3' MARQUEE SIGNS AND FIFTY (50) 2' X 2' CENTENNIAL HIGHWAY LOGO SIGNS described in the Invitation for Bids, Bid No. B 1300070. NOW THEREFORE, if the Contractor shall well, truly and faithfully perform its duties, all of the undertakings, covenants, terms, conditions, and agreements of said contract during the original term thereof, and any extensions thereof which may be granted by the Owner, with or without notice to the Surety and during the one year guaranty period, and if he shall satisfy all claims and demands incurred under such contract, and shall fully indemnify and save harmless the Owner from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the Owner all outlay and expense which the Owner may incur in making good any default, then this obligation shall be void; otherwise to remain in force and effect. PROVIDED, FURTHER, that the said Surety for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the Work to be performed thereunder of the Specifications accompanying the same shall in any way affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the Work or to the Specifications. PROVIDED, FURTHER, that no final settlement between the Owner and the Contractor shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. -6- PERFORMANCE BOND MANUFACTURING OF CENTENNIAL HIGHWAY SIGNS IN WITNESS WHEREOF, this instrument is executed in five (5) counterparts, each one of which shall be deemed an original, this 1 7th day of July , 2013. � enn Pt S hs rw / Contractor te,//e5Ne (SEAL) (WimesE as tContractor) (Address) l �d� tiAc nrA Ate.4,4) (Address) c4- Coitcty, Co- K Say ATTEST: (Surety) Secretary ie Wit ess as to Surety (Address) r•e_e 1,y Co r/76 3/ By Attorney -in -F J. !17 4€;iv e r Acie (Address) Cd PQS3> NOTE: Date of Bond must not be prior to date of Contract. If Contractor is Partnership, all partners should execute Bond. IMPORTANT: Surety companies executing Bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the State where the Project is located. Western Surety Company PERFORMANCE BOND Bond Number: 61748166 KNOW ALL PERSONS BY THESE PRESENTS, That we Eversign, LLC dba Concept Signs and Graphics of 1805 E. Lincoln Ave., Al, Fort Collins, CO 80524 referred to as the Principal, and Western Surety Company , hereinafter as Surety, are held and firmly bound unto County of Weld Of 1111 H Street, Greeley, CO 80632 , hereinafter referred to as the Obligee, in the sum of Sixteen Thousand Nine Hundred Fifty and 00/100 Dollars ($ 16, 950.00 ), for the payment of which we bind ourselves, our legal representatives, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has entered into a contract with Obligee, dated the 15th day of July 2013 ,forMannfacturing of Centennial Highway Signs NOW, THEREFORE, if the Principal shall faithfully perform such contract or shall indemnify and save harmless the Obligee from all cost and damage by reason of Principal's failure so to do, then this obligation shall be null and void; otherwise it shall remain in full force and effect. ANY PROCEEDING, legal or equitable, under this Bond may be instituted in any court of competent jurisdiction in the location in which the work or part of the work is located and shall be instituted within two years after Contractor Default or within two years after the Contractor ceased working or within two years after the Surety refuses or fails to perform its obligations under this Bond, whichever occurs first. If the provisions of this Paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. NO RIGHT OF ACTION shall accrue on this Bond to or for the use of any person or corporation other than the Obligee named herein or the heirs, executors, administrators or successors of the Obligee. SIGNED, SEALED AND DATED this 17th day of - July Form F4597 2013 Eversign, LLC dba Concept Signs and Graphics Western Surety Company (Surety) By DUANE E A (Seal) BRECHT JR Attorney -in -Fact STATE OF COUNTY OF Colorado Larimer SS ACKNOWLEDGMENT OF SURETY (Attorney -in -Fact) Bond No. 61748166 On this day of , before me, a notary public in and for said County, personally appeared DUANE E ALBRECHT JR to me personally known and being by me duly sworn, did say, that he is the Attorney -in -Fact of WESTERN SURETY COMPANY, a corporation of Sioux Falls, South Dakota, created, organized and existing under and by virtue of the laws of the State of South Dakota, that the said instrument was executed on behalf of the said corporation by authority of its Board of Directors and that the said DUANE E ALBRECHT JR acknowledges said instrument to be the free act and deed of said corporation and that he has authority to sign said instrument without affixing the corporate seal of said corporation. IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my official seal at Loveland Colorado the day and year last above written. My commission expires Form 106-4-2000 Notary Public Western Surety Company POWER OF ATTORNEY - CERTIFIED COPY Bond No. 61748166 Know All Men By These Presents, that WESTERN SURETY COMPANY, a corporation duly organized and existing under the laws of the State of South Dakota, and having its principal office in Sioux Falls, South Dakota (the "Company"), does by these presents make, constitute and appoint DUANE E ALBRECHT JR its true and lawful attorney(s)-in-fact, with full power and authority hereby conferred, to execute, acknowledge and deliver for and on its behalf as Surety, bonds for: Principal: Eversign, LLC dba Concept Signs and Graphics Obligee: County o£ Weld Amount: $500,000.00 and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the Senior Vice President, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said attorney(s)-in-fact may do within the above stated limitations. Said appointment is made under and by authority of the following bylaw of Western Surety Company which remains in full force and effect. "Section 7. All bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile." All authority hereby conferred shall expire and terminate, without notice, unlessused before midnight of 2 014 , but until such time shall be irrevocable and in full force and effect. January 15 In Witness Whereof, Western Surety Company has caused thesepresents to be signed by its Vice President, Paul T. Bruflat, and its corporate sr. elite affixed this 17th day of July 2013 WEST: Rh SURE COMPANY Paul T.$ruflat, Vice President �F OUTI€ I 9P9 ) ss COUN1`'yfl''$mr.N cT#Ta Hd :._ n3llEYa. +P ST On this 17th day of July , in the year 2013 before me, a notary public, personally appeared Paul T. Bruflat, who being to me duly sworn, acknowledged that he signed the above Power of Attorney as the aforesaid officer of WESTERN SURETY COMPANY and acknowledged said instrument to be the voluntary act and deep£ said coo at}on +aaaaaaaaaaaaaaaaaaaasaaa + S. PETRIK NOTARY PUBLIC 'si'L/VJSOUTH DAKOTA a a 8 otary Public - South Dakota My Commission Expires August 11, 2016 I the undersigned officer of Western Surety Company, a stock corporation of the State of South Dakota, do hereby certify that the attached Power of Attorney is in full force and effect and is irrevocable, and furthermore, that Section 7 of the bylaws of the Company as set forth in the Power of Attorney is now in force. In testimony whereof, I have hereunto set my hand and seal of Western Surety Company this 17th day of July , 2013 WEST`RH SURET..,Y COMPANY Paul T. uflat, Vice President Form F5306-8-2012 LABOR & MATERIALS PAYMENT BOND MANUFACTURING OF CENTENNIAL HIGHWAY SIGNS KNOW ALL MEN BY THE PRESENTS; that EVERSIGN, LLC DBA CONCEPT SIGNS AND GRAPHICS (Name of Contractor) 1805 E LINCOLN AVE FORT COLLINS CO 80524 (Address of Contractor) hereinafter called Contractor, and a (Corporation, Partnership, or Individual) WESTERN SURETY COMPANY (Name of Surety) PO BOX 5077 SIOUX FALLS SD 57117-5077 (Address of Surety) hereinafter called surety, are held and firmly bound unto Weld County, Colorado (Name of Owner) P.O. Box 758. 1111 H Street, Greeley. Colorado 80632 (Address of Owner) hereinafter called Owner, inthe penal sum of SIXTEEN THOUSAND NINE HUNDRED FIFTY" lacpollars, ($ 1 t;, q 50 _on ), in lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, successors and assigns, jointly and severally firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas, the Contractor entered into a certain Contract with the Owner, dated the 1 5th day of July 2013, a copy of which is hereto attached and made a part hereof for the construction of: MANUFACTURE OF APPROXIMATELY TEN (10) 9' X 3' MARQUEE SIGNS AND FIFTY (50) 2' X 2' CENTENNIAL HIGHWAY LOGO SIGNS described in the Invitation for Bids, Bid No. B 1300070. NOW, THEREFORE, if the Contractor shall promptly make payment to all persons, firms, Subcontractors, and corporations furnishing materials for or performing labor in the prosecution of the Work provided for in such contract, and any authorized extension or modification thereof, including all amounts due for materials, lubricants, oil, gasoline, repairs on machinery, equipment and tools, consumed or used in connection with the construction of such Work, and all insurance premiums on said Work, and for all labor, performed in such Work whether by Subcontractor or otherwise, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, FURTHER, that the said Surety for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the Work to be performed thereunder of the Specifications accompanying the same shall in any way affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract or to the. Work or to the Specifications. PROVIDED, FURTHER, that no final settlement between the Owner and the Contractor shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. -8- LABOR & MATERIALS PAYMENT BOND MANUFACTURING OF CENTENNIAL HIGHWAY SIGNS IN WITNESS WHEREOF, this instrument is executed in five (5) counterparts, each one of which shall be deemed an original, this 1 7th day of July , 2013. (SEAL) (Contr ctor) ecretary (Witne as to Contractor) 1 g05 . 1_i /wear\ AuC (Address) 1O,v V C.o it ��� Co 805 cg ATTEST: (Surety) Secretary Witness as to Surety v S /1- frr Z� �c► (Address) Ca. '' i3/ /yips 9 (5--.4-72/r1/rS Contractor /11-e4 .\ By 96jw 0 stry (Address) v C d. '5'0131 cas cOe4a.Ue. (Address) 1,-.-o,)< l Cc, ?0.37 NOTE: Date of Bond must not be prior to date of Contract. If Contractor is Partnership, all partners should execute Bond. IMPORTANT: Surety companies executing Bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the State where the Project is located. -9- Western Surety Company PAYMENT BOND Bond Number: 61748166 KNOW ALL PERSONS BY THESE PRESENTS, That we Eversion, LLC dba Concept Sians and Graphics 1805 E. Lincoln Ave., Al, Fort Collins, CO 80524 referred to as the Principal, and Western Surety Company as Surety, are held and firmly bound unto County of 1111 H Street, Greeley, CO 80632 , hereinafter referred to as the Obligee, in the sum of Sixteen Thousand Nine Hundred Fifty and 00/100 Dollars ($16, 950 . 00 ), for the payment of which we bind ourselves, our legal representatives, successors and assigns, jointly and severally, firmly by these presents. of , hereinafter of Weld WHEREAS, Principal has entered into a contract with Obligee, dated 15th day of July 2013 for Manufacturing of Centennial Highway Signs copy of which contract is by reference made a part hereof. NOW, THEREFORE, if Principal shall, in accordance with applicable Statutes, promptly make payment to all persons supplying labor and material in the prosecution of the work provided for in said contract, and any and all duly authorized modifications of said contract that may hereafter be made, notice of which modifications to Surety being waived, then this obligation to be void; otherwise to remain in full force and effect. No suit or action shall be commenced hereunder (a) After the expiration of one (1) year following the date on which Principal ceased work on said contract it being understood, however, that if any limitation embodied in this bond is prohibited by any law controlling the construction hereof such limitation shall be deemed to be amended so as to be equal to the minimum period of limitation permitted by such law. (b) Other than in a state court of competent jurisdiction in and for the county or other political subdivision of the state in which the project, or any part thereof, is situated, or in the United States District Court for the district in which the project, or any part thereof, is situated, and not elsewhere. The amount of this bond shall be reduced by and to the extent of any payment or payments made in good faith hereunder. SIGNED, SEALED AND DATED this 17th day of July 2013 Eversign, LLC dba Concept Signs and Graphics By % ✓ pal) /-Lin� (Seal) Western Surety Company (Surety) By 7 /�` � ' // (Seal) DUANE E ALBRECHT Attorney -in -Fact NOTICE TO PROCEED MANUFACTURING OF CENTENNIAL HIGHWAY SIGNS To: Concept Signs & Graphics Date: July 8, 2013 1805 E. Lincoln Avenue #A1 Ft. Collins, CO 80524 Name of Project: MANUFACTURE OF APPROXIMATELY TEN (10) 9' X 3' MARQUEE SIGNS AND FIFTY (50) 2' X 2' CENTENNIAL HIGHWAY LOGO SIGNS described in the Invitation for Bids, Bid No. B1300070. You are hereby notified to commence Work in accordance with the Agreement dated July 8, 2013. The Contract Time allowed in the Agreement is 365 calendar days. The substantial completion date for all Work is therefore July 8, 2014. Weld County, Colorado, Owner By: Elizabeth Relford, Transportation Planner ACCEPTANCE OF NOTICE Receipt of the above Notice to Proceed is hereby acknowledged by: (Contractor) Dated this /a day of 564. 2013. Title % /'9Vei' A - 10 - CHANGE ORDER NO. (EXAMPLE) MANUFACTURING OF CENTENNIAL HIGHWAY SIGNS Date: Project: MANUFACTURE OF APPROXIMATELY TEN (10) 9' X 3' MARQUEE SIGNS AND FIFTY (50) 2' X 2' CENTENNIAL HIGHWAY LOGO SIGNS described in the Invitation for Bids, Bid No. B 1300070. Owner: Weld County. Colorado Contractor: The following change is hereby made to the Contract Documents: CHANGE TO CONTRACT PRICE: Original Contract Price: Current Contract Price adjusted by previous Change Order: The Contract Price due to this Change Order will be increased by: The new Contract Price, including this Change Order, will be: CHANGE TO CONTRACT TIME: The Contract Time will be increased by calendar days. The date for completion of all Work will be: RECOMMENDED: Owner Representative: Date: Sean P. Conway (Chair) Engineer: Date: APPROVALS: Contractor: Date: Owner: Date: .._ CDOT Representative: Date: - 11 - CERTIFICATE OF SUBSTANTIAL COMPLETION MANUFACTURING OF CENTENNIAL HIGHWAY SIGNS Owner's Project No: Engineer's Project No: Project: MANUFACTURE OF APPROXIMATELY TEN (10) 9' X 3' MARQUEE SIGNS AND FIFTY (50) 2' X 2' CENTENNIAL HIGHWAY LOGO SIGNS described in the Invitation for Bids, Bid No. B1300070. Contractor Contract For Contract Date This Certificate of Substantial Completion applies to all Work under the Contract Documents except for the following specified parts thereof: The Work to which this Certificate applies has been inspected by authorized representatives of the Owner, Contractor and Engineer, and that Work is hereby declared to be substantially complete in accordance with the Contract Documents on Date of Substantial Completion A list of items to be completed or corrected may be attached hereto. This list may not be all-inclusive, and the failure to include an item in it does not alter the responsibility of the Contractor to complete all the Work in accordance with the Contract Documents. The items in the list shall be completed or corrected by the Contractor within 5 days of the above date of Substantial Completion. During completion of the punchlist work items, the Contractor will be responsible for the traffic control costs. To be effective, this form must be signed by the Owner, the Engineer, and the Contractor. Owner: Date: Engineer: Date: Contractor: Date: - 12 - LIEN WAIVER (GENERAL CONTRACTOR) MANUFACTURING OF CENTENNIAL HIGHWAY SIGNS TO: Weld County Public Works Attn: Elizabeth Relford, Transportation Planner P.O. Box 758 Greeley, Colorado 80632 To Whom It May Concern: For a valuable consideration paid by the Board of County Commissioners of Weld County, the receipt and sufficiency of which is hereby acknowledged, the undersigned hereby, releases unto Weld County and to its heirs, executors, administrators or assigns, all rights of the undersigned to claim a mechanic's lien for material heretofore furnished for use in and for labor heretofore performed upon the construction, alteration, addition to or repair of the structures or improvements described in the Contract Documents as: Project: MANUFACTURE OF APPROXIMATELY TEN (10) 9' X 3' MARQUEE SIGNS AND FIFTY (50) 2' X 2' CENTENNIAL HIGHWAY LOGO SIGNS described in the Invitation for Bids, Bid No. B1300070. Contractor: (If no legal description is shown following the description of Project, we acknowledge that the foregoing is an adequate description of the real properties and improvements inasmuch as the foregoing is the description given in the Contract Documents which govern the performance of the Work for which consideration has been received.) In executing this release, we certify that all claims for labor, or materials, or both, furnished or performed on our behalf by our material suppliers or subcontractors have been paid or that satisfactory arrangement for payment has been made. We agree to defend Weld County from any and all claims on the part of our material suppliers, laborers, employees, servants and agents or subcontractors arising from our Work on the Project, and we further agree to reimburse the Board of County Commissioners of Weld County for any and all costs, including reasonable attorney fees, which they may incur as a result of such claims. By: Title: tC S)d'ect Date: 2 STATE OF( )ksc ,,,l C) ) ss. COUNTY OF k --)13E-.. d j''ItBONNY J. EVERHART NOTARY PUBLIC a4 STATE OF COLORADO .r" NOTARY ID 20124056654 MY COMMISSION EXPIRES AUGUST 29, 2016 The foregoing instrument was acknowledged before me this of ) u.\\,s 2013 by Gonnti . Er1/4.1erING,r- My commission expires: A v Ju-Ik 3q kk o�O(CP Notary Public (�dvvy day -13- FINAL LIEN WAIVER (SUBCONTRACTORS) MANUFACTURING OF CENTENNIAL HIGHWAY SIGNS To All Whom It may Concern: WHEREAS, the undersigned has been employed by (A) to fumish labor and materials for (B) work, under a contract (C) for the improvement of the premises described as (D) County of State of of which is the Owner. NOW, THEREFORE, this day of 2013, for and in consideration of the sum of (E) Dollars paid simultaneously herewith, the receipt whereof is hereby acknowledged by the undersigned, the undersigned does hereby waive and release any lien rights to, or claim of lien with respect to and on said above described premises, and the improvements thereon, and on the monies or other considerations due or to become due from the Owner, on account of labor, services, material, fixtures, apparatus or machinery heretofore or which may hereafter be furnished by the undersigned to or for the above described premises by virtue of said contract. (F) (SEAL) (Name of sole ownership, corporation or partnership) (Affix Corporate seal here) (SEAL) (Signature of Authorized Representative) Title: INSTRUCTIONS FOR FINAL WAIVER (A) Person or firm with whom you agreed to furnish either labor, or services, or materials, or both. (B) Fill in nature and extent of work; strike the word labor or the word materials if not in your contract. (C) If you have more than one contract on the same premises, describe the contract by number if available, date and extent of work. (D) Furnish an accurate enough description of the improvement and location of the premises so that it can be distinguished from any other property. (E) Amount shown should be the amount actually received and equal to total amount of contract as adjusted. (F) If waiver is for a corporation, corporate name should be used, corporate seal affixed and title of officer signing waiver should be set forth; if waiver is for a partnership, the partnership name should be used, partner should sign and designate himself as partner. - 14 - NOTICE OF ACCEPTANCE MANUFACTURING OF CENTENNIAL HIGHWAY SIGNS To: Concept Signs & Graphics Date: 1805 E. Lincoln Avenue #A1 Ft. Collins, CO 80524 RE: MANUFACTURE OF APPROXIMATELY TEN (10) 9' X 3' MARQUEE SIGNS AND FIFTY (50) 2' X 2' CENTENNIAL HIGHWAY LOGO SIGNS described in the Invitation for Bids, Bid No. BI300070. This is to inform you that the above referenced job, has been satisfactorily completed in accordance with the Contract documents and is hereby accepted. Final payment will be made on or about Final acceptance does not relieve the Contractor of the minimum one (1) year guarantee on all work and materials incorporated into this Project. Such guarantee shall begin on the date of this acceptance. Weld County, Colorado, Owner By: Elizabeth Relford, Transportation Planner -15- 36. EXHIBIT I - FEDERAL -AID CONTRACT PROVISIONS FHWA-1273 Electronic version — March 10, 1994 FHWA Form 1273 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS I. General 1 II. Nonoiscnmination 1 Ill. Non -segregated Facilities 3 IV. Payment of Predetermined Minimum Wage 3 V.Statements and Payrolls 6 VI. Record of Materials, Supplies, and Labor 6 VII. Subletting or Assigning the Contract 7 VIII. Safety: Accident Prevention 7 IX. False Statements Concerning Highway Projects 7 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 shalt 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 superintendence 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 Agreement. 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. 6. Selection of Labor: During the performance of this Agreement. the contractor shall not: 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 ail Federal -aid construction contracts and to all related subcontracts of $10,000 or more.) 1, Equal Employment Opportunity: Equal employment opportunity (EEO) requirements not to discriminate and to take affirmative action to assure equal opportunity as set forth under laws, executive 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 contractors project activities under this Agreement 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 g( seq.) set forth under 28 CFR 35 and 29 CFR 1630 are Incorporated by reference in this Agreement. In the execution of this Agreement, 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 hisr'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, pre -apprenticeship, 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 contractors 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 metthe 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 contractor'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 contractors 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 Page 1 of 8 REQUIRED BY 23 CFR 633.102 — Opportunity Employer? AU 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 oroup 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 implementations of such agreements have the effect of discriminating against minorities or women, or obligates the convector to do the same, such implementation 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 employee 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 deoth 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 Agreement, will attempt to resolve such complaints, and will take appropriate corrective action within a. reasonable 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 apprenticeship or training. In the event a special provision for training is provided under this Agreement, 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 requirements 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 Page 2 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 teases of equipment. a. The contractor shall notify all potential subcontractors and suppliers of his/her EEO obligations under this Agreement. 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 Agreement. 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 subcontractor 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 shalt be retained for a period or three years following completion of the contract work arid shall be available at reasonable 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 of 8 REQUIRED BY 23 CFR 633.102 -- 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 Agreement or subcontract. or the consummation of this material supply agreement 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 establishments, 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 Agreement. 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, timectocks, 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. lV. PAYMENT OF PREDETERMINED MINIMUM WAGE (Applicable to all Federal -aid construction contracts exceeding $2,000 and to ail 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)j 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 determi- nation") 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(bX2) 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 provisions 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 incorporated by reference in this Agreement. 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. It 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 Standards Administration, Washington, D.C. 20210. The Wage and Hour Administrator, or an authorized representa- tive, 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 Secretary 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 Page 3 of 8 REQUIRED BY 23 CFR 633.102 -- • • 1 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 journeyman -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 apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not fess 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 (expressed 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 journeyman -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 wilt not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the 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 fisted on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification 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 determina- tion or is approved pursuant to the conformance procedure set forth in Section N.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 requirements 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 Agreement 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 unfit 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 paragraph 8 above. Page 4 of 8 REQUIRED BY 23 CFR 633.102 -- 1 • V. STATEMENTS AND PAYROLLS (Applicable to all Federal -aid construction contracts exceeding 52.000 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 tide fringe benefits or cash equivalent thereof the types described in Section 1(bX2)(B) of the Davis Bacon Act); daily and weekly number of hours worked; deductions made; and actual wages paid. In addition, for Appalachian contracts, the payroll records shall contain a notation indicating 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)(0) 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 wntten 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. paragraphs 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 029-00543014-1), U.S. Government 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 subcontractor or his/her agent who pays or supervises the payment of the persons employed under the contract and snail certify the following: (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. Page 5 of 8 1. 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 inspection. copying, or transcription by authorized representatives of the SHA, the FHWA, or the DOL, and shall permit such representatives 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 DOE., or all may. atter 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 10 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 51,000,000 (23 CFR 635) the contractor shall: a. Become familiar with the list of spectfic 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 Agreement. 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. Furnish, 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 percentage if specified elsewhere in the contract) of the total original contract pnce. 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 organization (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 to work that requires highly specialized knowledge, abilities. or equipment not ordinarily available fn 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 furnish (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 requirements. 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 engineering services) as the SHA contracting officer determines is necessary to assure the performance of the contract. 4. No portion of the contract shall be sublet. assigned or otherwise REQUIRED BY 23 CFR 633.102 — 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 Agreement 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 lake any other needed actions as it determines, or as the SHA contracting 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 properly in connection with the performance of the work covered by the contract. 2. It is a condition of this Agreement, and shall be made a condition of each subcontract. which the contractor enters into pursuant to this Agreement, 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 safely 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 Agreement 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, suppli- ers, 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 misrepresentation 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 an 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 Stales, or of any Slate 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 representation. false report or false claim with respect to the character, qualify. 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 representation as to material fact in any statement, certificate, or report submitted pursuant to provisions of the Federal -aid Roads AG approved July f, 1916. (39 Slat. 355), as amended and supplemented; Shall be fined not more that $10,000 or imprisoned not more than 5 years orbotk.' X. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT (Applicable to ail Federal -aid construction contracts and to all related subcontracts of $100,000 or more.) By submission of this bid or the execution of this Agreement, or subcontract as appropriate, the bidder. Federal -aid construction contractor, or subcontractor, as appropriate, will be deemed to have stipulated as follows: 1. That arty facility that is or will be utilized in the performance of this Agreement. 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 Reg., 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 requirements. XI. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION 1. Instructions for Certification - Primary Covered Transactions: (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 disqualify 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 "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 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 'Certification Regarding Debarment, Suspension, ineligibility and Voluntary Exclusion - Lower Tier Covered Transaction." provided by the department or agency Page 6 of 8 REQUIRED BY 23 CFR 633.102 -- tntenng 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 voluntarily 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 no! required to, check the non -procurement portion of the "Lists of Parties Excluded From Federal Procurement or Non -procurement Programs" (Non -procurement 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 Government. 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 judgment 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 properly: 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 lb of this certification: and d. Have not within a 3 -year period preceding this application/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 andfor 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 assistance 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 voluntarily 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 Non -procurement 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 OR 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 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 Page 7 of 8 REQUIRED BY 23 CFR 633.102 uny 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. 2. 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 5100.000 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 Page 8 of 8 REQUIRED BY 23 CFR 633.102 -- 37. EXHIBIT J - FEDERAL REQUIREMENTS Federal laws and regulations that may be applicable to the Work include: A. Uniform Administrative Requirements for Agreements and Cooperative Agreements to State and Local Governments (Common Rule) The "Uniform Administrative Requirements for Agreements 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: i. the Local Agency/Contractor shall follow applicable procurement procedures, as required by section 18.36(d); ii. the Local Agency/Contractor shall request and obtain prior COOT approval of changes to any subcontracts in the manner, and to the extent required by, applicable provisions of section 18.30; iii. the Local Agency/Contractor shall comply with section 18.37 concerning any sub - Agreements; iv. 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 sub -Agreement procedures, as applicable; v. the Local Agency/Contractor shall incorporate the specific contract provisions described in 18.36(i) (which are also deemed incorporated herein) into any subcontract(s) for such services as terms and conditions of those subcontracts. B. Executive Order 11246 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 the Local Agencys and their contractors or sub -the Local Agencys). C. Copeland "Anti -Kickback" Act The Copeland "Anti -Kickback" Act (18 U.S.C. 874) as supplemented in Department of Labor regulations (29 CFR Part 3) (All contracts and sub -Agreements for construction or repair). D. Davis -Bacon Act The Davis -Bacon Act (40 U.S.G. 276a to a-7) as supplemented by Department of Labor regulations (29 CFR Part 5) (Construction contracts in excess of $2,000 awarded by the Local Agencys and sub -the Local Agencys when required by Federal Agreement 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. Contract Work Hours and Safety Standards Act 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 the Local Agencys and sub -the Local Agencys in excess of $2,000, and in excess of $2,500 for other contracts which involve the employment of mechanics or laborers). F. Clear Air Act 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 sub -Agreements of amounts in excess of $100,000). G. Energy Policy and Conservation Act Page 1 of 3 i _ 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). 11. OMB Circulars Office of Management and Budget Circulars A-87, A-21 or A-122, and A-102 or A-110, whichever is applicable. 1. Hatch Act 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. Nondiscrimination 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. ADA 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. Uniform Relocation Assistance and Real Property Acquisition Policies Act 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 the Agreement). M. Drug -Free Workplace Act The Drug -Free Workplace Act (Public Law 100-690 Title V, subtitle D, 41 USC 701 et seq.). N. Age Discrimination Act of 1975 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 23 C.F.R. Part 172, concerning "Administration of Engineering and Design Related Contracts". P. 23 C.F.R Part 633 23 C.F.R Part 633, concerning "Required Contract Provisions for Federal -Aid Construction Contracts". Q. 23 C.F.R. Part 635 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 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. S. Nondiscrimination Provisions: S. 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: i. 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 Page 2 of 3 (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 Agreement. ii. 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. iii. 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 Agreement and the Regulations relative to nondiscrimination on the ground of race, color, sex, mental or physical handicap or national origin. iv. 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. v. Sanctions for Noncompliance. In the event of the Contractor's noncompliance with the nondiscrimination provisions of this Agreement, the State shall impose such contract sanctions as it or the FHWA may determine to be appropriate, including, but not limited to: a. Withholding of payments to the Contractor under the contract until the Contractor complies, and/or b. Cancellation, termination or suspension of the contract, in whole or in part. T. Incorporation of Provisions§22 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. Page 3 of 3 a 38. EXHIBIT K - SUPPLEMENTAL FEDERAL PROVISIONS Supplemental Provisions for Contracts, Grants, and Purchase Orders for Federal Funds received pursuant to the Federal Funding Accountability and Transparency Act (FFATA) of 2006 and 2008. Amendments As of October 1, 2010 The contract, grant, or purchase order to which these Supplemental Provisions are attached has been funded, in whole or in part, with federal funds. In the event of a conflict between the provisions of these Supplemental Provisions, the Special Provisions, the contract or any attachments or exhibits incorporated into and made a part of the contract, the provisions of these Supplemental Provisions shall control. 1. Definitions. For the purposes of these Supplemental Provisions, the following terms shall have the meanings ascribed to them below 1.1. "Award" means an award of Federal Financial assistance that a non -Federal Entity receives or administers in the form of: 1.1.1. Grants, 1.1.2. Contracts, 1.1.3. Cooperative agreements (which does not include cooperative research and development agreements (CRDA) pursuant to the Federal Technology Transfer Act of 1986, as amended (15 U.S.C. 3710a)), 1.1.4. Loans, 1.1.5. Loan Guarantees, 1.1.6. Subsidies, 1.1.7. Insurance, 1.1.8. Food commodities, 1.1.9. Direct appropriations, or 1.1.10. Other financial assistance transactions that authorize the non -Federal Entities' expenditure of Federal Funds. Award does not include: 1.1.11. Technical assistance, which provides services in lieu of money; 1.1.12. A transfer of title to Federally -owned property provided in lieu of money, even if the award is called a grant; 1.1.13. Any classified award; or 1.1.14. Any award funded in whole or in part with Recovery funds, as defined in section 1512 of the American Recovery and Reinvestment Act (ARRA) of 2009 (Pub. L. 111-5) 1.2. "Central Contractor Registration (CCR)" means the Federal repository into which an Entity must provide information required for the conduct of business as a recipient. 1.3. "Data Universal Numbering System (DUNS) Number" means the nine -digit number established and assigned by Dun and Bradstreet, Inc. to uniquely identify business entities. 1.4. "Entity" means all of the following as defined at 2 CFR part 25, subpart C; 1.4.1. A governmental organization, which is a State, local government, or Indian Tribe, 1.4.2. A foreign public entity, 1.4.3. A domestic or foreign non-profit organization, 1.4.4. A domestic or foreign for-profit organization, and 1.4.5. A Federal Agency, but only a subrecipient under an award or subaward to a non -Federal entity. 1.5. "Subaward" means a legal instrument to provide support for the performance of any portion of the substantive project or program funded by federal funds to a Prime Recipient that a Prime Recipient awards to a Subrecipient. 1.6. "Contract" means the contract to which these Supplemental Provisions are attached and includes all award types in §1.1. Page 1 of 3 1.7. "Contractor" means the party or parties to the Contract other than the Prime Recipient and includes a grantee, subgrantee, Subrecipient, or a borrower. For purposes of FFATA reporting, Contractor is either a Subrecipient or a Vendor under this Contract. 1.8. "FFATA" means the Federal Funding Accountability and Transparency Act of 2006 (Public Law 109- 282). Also referred to as the "Transparency Act." 1.9. "Prime Recipient" means a Colorado State Agency or Institution of Higher Education that receives federal funds directly from a Federal Agency in the form of an award in §1.1. 1.10. "Subrecipient" means a non -Federal Entity receiving Federal funds through a Prime Recipient to support the performance of the Federal project or program for which the federal funds were awarded. A Subrecipient is subject to the terms and conditions of the Federal award to the Prime Recipient, including program compliance requirements. The term "Subrecipient" includes and may be referred to as Subgrantee. 1.11. "Supplemental Provisions" means these Supplemental Provisions for Contracts, Grants, and Purchase Orders using Federal funds except those funds provided under the American Recovery and Reinvestment Act of 2009, as may be revised pursuant to ongoing guidance from the relevant Federal or State of Colorado Agency or Institution of Higher Education. 1.12. "Total Compensation" means the cash and noncash dollar value earned by the executive during the Prime Recipient's or Subrecipient's preceding fiscal year and includes the following 1.12.1. Salary and bonus, 1.12.2. Awards of stock, stock options, and stock appreciation rights. This amount shall equal the dollar amount recognized for financial statement reporting purposes with respect to the fiscal year in accordance with the Statement of Financial Accounting Standards No. 123 (Revised 2005) (FAS 123R), Shared Based Payments, 1.12.3. Earnings for services under non -equity incentive plans. This does not include group life, health, hospitalization or medical reimbursement plans that do not discriminate in favor of executives and are available generally to all salaried employees, 1.12.4. Change in pension value, this amount shall equal the change in present value of defined benefit and actuarial pension plans, 1.12.5. Above -market earnings on deferred compensation which is not tax -qualified, and 1.12.6. Other compensation, if the aggregate value of all such other compensation (e.g. severance, termination payments, value of life insurance paid on behalf of the employee, perquisites or property) for the executive exceeds $10,000. "Vendor" means a dealer, distributor, merchant or other seller providing goods or services required for a project or program funded by Federal funds. A Vendor is not subject to all the terms and conditions of the Federal award, and all program compliance requirements do not pass through to a Vendor. 2. Compliance. Contractor shall comply with all applicable provisions of the Transparence Act and the regulations issued pursuant thereto, including but not limited to these Supplemental Provisions. Any revisions to such provisions or regulations shall automatically become a part of these Supplemental Provisions, without the necessity of either party executing any further instrument. The State of Colorado may provide written notification to Contractor of such revisions, but such notice shall not be a condition precedent to the effectiveness of such revisions. 3. Central Contractor Registration (CCR) and Data Universal Numbering System (DUNS) Requirements. 3.1. CCR - Contractor shall maintain the currency of its information in the CCR until the Contractor submits the final financial report required under this award or receives final payment, whichever is later. Contractor shall review and update the CCR information at least annually after the initial registration, and more frequently if required by changes in its information 3.2. DUNS -- Contractor shall provide its DUNS number to its Prime Recipient, and shall update its information in Dun & Bradstreet at least annually after the initial registration, and more frequently if required by changes in its information. 4. Total Compensation — Contractor shall include total compensation in CCR for each of its five most highly compensated executives for the preceding completed fiscal year if: Page 2 of 3 4.1. the total Federal funding authorized to date under this award is $25,000 or more, and 4.2. in the preceding fiscal year, Contractor received: 4.2.1. 80 percent or more of its annual gross revenues from Federal procurement contracts and subcontracts and Federal financial assistance subject to the Transparency Act, and 4.2.2. $25,000,000 or more in annual gross revenues from Federal procurement contracts and subcontracts and Federal financial assistance subject to the Transparency Act, and 4.3. the public does not have access to information about the compensation of the executives through periodic reports filed under section 13(a) or 15(d) of the Securities Exchange Act of 1934 (15 U.S.C. 78m(a), 780(d) or section 6104 of the Internal Revenue Code of 1986. 5. Reporting. Contractor shall include data elements in its CCR and report to its Prime Recipient Entity the data elements required in §7 if Contractor is a Subrecipient for the award types of grants, contracts, and cooperative agreements (which does not include cooperative research and development agreements (CRDA) pursuant to the Federal Technology Transfer Act of 1986, as amended (15 U.S.C. 3710a). No direct payment shall be made to Contractor for providing any reports required under these Supplemental Provisions, as the cost of producing such reports shall be deemed included in the Contract price. The reporting requirements in §7 are based on guidance from the US Office of Management and Budget (OMB), and as such are subject to change at any time by OMB. Any such changes shall be automatically incorporated into this Contract and shall become part of Contractor's obligations under this Contract. The State may provide written notice to Contractor of any such change in accordance with §2 above, but such notice shall not be a condition precedent to Contractor's duty to comply with revised OMB reporting requirements. The Colorado Office of the State Controller shall provide summaries of revised OMB reporting requirements at http://www.colorado.gov/dpa/dfp/sco/FFATA.htm 6. Effective Date and Dollar Threshold for Reporting — The reporting requirements in §7 apply for new Federal grants, contracts, and cooperative agreements (except CRDA) as of October 1, 2010, if the initial award is $25,000 or more. If the initial award is below $25,000 but subsequent award modifications result in a total award of $25,000 or more, the award is subject to the reporting requirements as of the date the award exceeds $25,000. if the initial award is $25,000 or more, but funding is subsequently de -obligated such that the total award amount falls below $25,000, the award continues to be subject to the reporting requirements. 7. Subrecipient Reporting Requirements. If Contractor is a Subrecipient, Contractor shall report as set forth below. 7.1 To CCR. A Subrecipient shall register in CCR and report the following data elements in CCR: 7.1.1 Subrecipient DUNS Number 7.1.2 Subrecipient DUNS Number + 4 if more than one electronic funds transfer (EFT) account 7.1.3 Subrecipient Parent DUNS Number 7.1.4 Subrecipient's address, including: Street Address, City, State, Country, Zip + 4, and Congressional District 7.1.5 Subrecipient Officers' Names of top 5 highly compensated officials if the criteria in §4 are met. 7.1.6 Subrecipient Officers' Total Compensation of top 5 highly compensated officials if criteria in §4 met 7.2 To Prime Contractor. A Subrecipient shall report to its Prime Recipient, upon the effective date of the contract, the following data elements: 39. 7.2.1 Primary Place of Performance Information, including: Street Address, City, State, Country, Zip code + 4, and Congressional District. 8. Vendor -- There are no Transparency Act reporting requirements for vendors. 9. Event of Default. Failure to comply with these Supplemental Provisions shall constitute an event of default under the Contract and the State of Colorado may terminate the Contract upon 30 days prior written notice if the default remains uncured five calendar days following the notice period. This remedy will be in addition to any other remedy available to the State of Colorado under the Contract, at law or in equity. Page 3of3 Elizabeth Relford N O U N N co 2 N N• CO w O 1- EM 0 - m E o N H co" -2 W CD 00 >. t=W N -d U -� m d a) -o -O u_ j O.N N HEn CC .C V U v N p C Q U. FU) I was out last week, but I concur with the county's recommended award to Concept Signs & Graphics to purchase the Centennial Highway signs. H 3 A 0 U o On Mon, Jul 1, 2013 at 12:12 PM, Elizabeth Relford <ere H al Hwy Signs? Let me ch- Ca H C) N Elizabeth Relford Transportation Planner Weld County Public Works co oo o Greeley, CO 80632-0758 17, Office: [970) 304-6496 Ext 3748 Mobile: [970) 673-5836 » to 66 o / \\/\ //[ ± \ , f)• §t\u 7 _�_ Elizabeth Relford Transportation Planner Weld County Public Works 1111 HStreet 00 m Greeley, CO 80632-0758 Office: (970) 304-6496 Ext. 3748 Mobile: [970) 673-5836 U � '7 L ab •o A 00 t_ C 0 O o 0 c 0 my 0 CT O ry c E .9, D O • C a o 00 o 0 L • L H D 3D o5v 0 n �Es y � O o T O r. a. ti 'a c c y T T 0 O O o 0 a c o > E -«'G ) 0As y o y o ` o `o c v m O.C T � F L O E E O 0 L E t E T N 0 TD -0 0 > O a m • C E E > HL 0 P o bww O O • O 0 v u o y � V a F w b9 .8 .12 c o a) z 0 O O 0 ac m 0 0 a T O O N V ',It 1J L Q m w O U m O H N b n y d Licu Y ~ r •i w an v > a ma w z E m bitO § ti mF um Here is a bid to present next Wed. 6/19. Thanks! (Centennial Hwy Signs) Have a O es in my office. Do you want me to interoffice them? Just let me kn Elizabeth...I have bid c Marcia Walters Weld County Purchasing 1150 "O" Street Greeley CO 80631 970-356-4000 x4223 970-336-7226 (fax) MEMORANDUM TO: Board of County Commissioners DATE: July 3, 2013 FROM: Elizabeth Relford, Transportation Planner SUBJECT: Bid Approval for Centennial Highway Signs — Bid #: B1300070 Bids were received and opened on June 14, 2013 for the purchase of ten 9' x 3' marquee signs and fifty 2' x 2' Centennial Highway logo signs. Weld County received two Bids. The first bid was from Altitude Custom Signs for $17,850 and the second bid was from Concept Signs & Graphics for $16,950, both companies are located in Fort Collins. I am recommending the low bid from Concept Signs & Graphics be awarded in the amount of $16,950. This project is federally funded with Transportation Enhancement funds for the Upper Front Range Transportation Planning Region (UFR TPR). The matching ratio for the federal TE funds is 80% at $25,000 to Weld County's 20% local match at $6,250 for a total project cost of $31,250. The CDOT contract for this project is in the amount of $31,250. This effort began in December of 2011, when Weld County announced a logo contest for the Centennial Highway, which was renamed by all the Weld County communities along the US 85 Corridor. One hundred and five entries were submitted for consideration and on March 8, 2012 the Highway 85 Coalition selected the following logo: Weld County is implementing this project on behalf of the Highway 85 Coalition. Please do not hesitate to contact me if you have any questions about this project. 070/3- /538 66 oo(&g WELD COUNTY PURCHASING 1150 O Street Room 107, Greeley CO 80631 E -Mail: mwalters(cilco.weld.co.us E-mail: reverettaco.weld.co.us Phone: (970) 356-4000, Ext 4222 or 4223 Fax: (970) 336-7226 DATE OF BID: JUNE 14, 2013 REQUEST FOR: CENTENNIAL HIGHWAY SIGNS DEPARTMENT: PUBLIC WORKS DEPT BID NO: #61300070 PRESENT DATE: JUNE 19, 2013 APPROVAL DATE: JULY 3, 2013 VENDOR TOTAL COST OF SIGNS CONCEPT SIGNS & GRAPHICS 1805 E LINCOLN AVE #A1 FT COLLINS CO 80524 ALTITUDE CUSTOM SIGNS 1220 BLUE SPRUCE DR SUITE 2 FT COLLINS CO 80524 $16,950.00 $17,850.00 BIDS ARE BEING REVEIWED AT THIS TIME BY ELIZABETH RELFORD. 4*/is 2013-1538 E& 006g Hello