Loading...
HomeMy WebLinkAbout20133295.tiffWeld County Flood Recovery Project Transmittal Sheet Federal DR Grant Program FEMA-DR-4145-CO Grant Status Original Submittal Grant Program Public Assistance Total Project Cost $1,477,750.00 Grant Project Number PA -08 -CO -4145_00121(0) Weld Project Number 69-380A Description of Package: FEMA Project Worksheet for Temporary / Emergency Repairs to CR69, Project number 69-380A. This is the original submittal, aka Version 0. This package includes: 1. FEMA PW PA -08 -CO -4145_00121(0) (Weld Project 69-380A) 2. Contract dated 10/11/13 (accelerated schedule of 28 days) 3. Weld Commissioners Memo, public bids received 10/10/13 (8/300172) 4. Contract Award Letter dated 10/10/13 5. Weld County Map FHWA roads. Transmittal - uthorizi g Party Re ® a oval / Notes = Date, 0 David Bauer, Weld Public Works Received from Federal Representative Received from Gene May, FEMA PAC 11/13/2013 1 David Bauer, Weld Public Works Technical Review PW based on Contract SOW and Cost Est for EM work 11/13/2013 2 Tommy Horton, Base Tactical Programmatic Review Issue with EM work being in Cat C; Confirm with State and JFO. 11/14/2013 3 Roy Rudisill, Weld Emergency Management Weld Authorized Represented Signed as Weld AR 11/14/2013 4 Katie Wolff, Base Tactical Filed into SharePoint 11/14/2013 5 Tommy Horton, Base Tactical Submitted to Weld Clerk of the Board Emailed to EpetLiGesick 11/22/2013 2013-3295 -8Cooti5 Federal Emergency Management Agency E -Grants Page 1 of 2 PA-08-CO-4145-PW-00121(0) Applicant Name: Application Title: WELD (COUNTY) WELCO12 WELD COUNTY CR 69 Period of Performance Start: Period of Performance End: 09-14-2013 03-14-2015 Bundle Reference # (Amendment #) Date Awarded Subgrant Application - FEMA Form 90-91 Note: The Effective Cost Share for this application is 75% FEDERAL EMERGENCY MANAGEMENT AGENCY PROJECT WORKSHEET DISASTER PROJECT NO. WELCO12 PA ID NO. 123-99123- DATE 11-12-2013 CATEGORY C FEMA 4145 - DR -CO 00 APPLICANT: WELD (COUNTY) WORK COMPLETE AS OF: 11-12-2013:75 % Site 1 of 1 DAMAGED FACILITY: COUNTY: Weld WELD COUNTY, CR 69 at South Platte River LOCATION: LATITUDE: 40.34255 LONGITUDE: -104.41503 Current Version: 40.34808 40.34967 -104.41549 -104.41386 Floodwaters in the following sections caused the complete loss of roadway at the following locations(see map): 40.35369 -104.41272 START OF CONTRACT 40,35533, -104,41268 to END OF CONTRACT 40,34192, -104,41514 Location 1 (START 40.34255, -104.41503; through intersection CR380/CR60 to END 40.34808, -104.41549) Location 2 (START 40.34967, -104.41386: to END 40.35369,-104.41272) DAMAGE DESCRIPTION AND DIMENSIONS: Current Version: DAMAGE DESCRIPTION AND DIMENSIONS In DR 4145 Colorado experienced Severe Storms, Flooding, Landslides,and mudslides during the incident period from September 11 through September 30, 2013. The roads of Weld County, which is crossed by the South Platte River, were impacted by floodwaters throughout the county, including loss of pavement, shoulders, culverts, and guard rails. Weld County Road 69, an asphalt road with gravel shoulders, was flooded over from a location approximately one mile north of US 34 (40.34192, -104.41514) to intersection CR 380/CR 50 to 40.35533,-104.41268), see map attached. The total length of flood affected area , approximately 5,700FT long by 22LF wide asphalt road, plus 6FT wide gravel shoulders (each side), to an average depth of 5.5FT (5,700FT long x 34FT wide x 10FT depth) /27CY/CF, equals approximately 71,700 CY of total road volume. A site inspection was performed on 11/1/2013, by FEMA Public Assistance Coordinator Eugene May, and Weld County Chief Engineer David Bauer. SCOPE OF WORK: Current Version: 1 tt �•//:� ,,.�A fame npt/en,n,ip/dicnntchf)ectination.do?menuTile=&toPTile=dsHeader&b... 11/13/2013 Federal Emergency Management Agency E -Grants Page 2 of 2 SCOPE OF WORK TEMPORARY The Applicant used contract services in a publicly bid contract (notice of competitive bids and award attached) to restore the flood impacted road and shoulders in an expedited construction operation designed to address standing floodwaters at overtopped sections and loss of road structure (Locations 1. 2), including the loss of gravel shoulders throughout the contract area, to allow vehicular traffic before and during the winter season. The applicant anticipates that these conditions will likely lead to short term wear characteristics of the road structure, which will be revisited by the applicant after the winter season 2013/2014. This sub -grant is written for the temporary road recovery operations as indicated in the attached contract. The contract, for $1,477,750 was awarded to the LAWRENCE CONSTRUCTION COMPANY of 9002 North Moore Road, Littleton CO 80125, phone 303-791-5642. The contract has accelerated performance specifications that require the opening of the road to vehicular traffic without standard dry road base conditions, due to dewatering of standing flood waters. The accelerated schedule in the attached contract is (28) days to completion, with commencement of the work in the field as (2) days after the award of contract. All contract sections that refer to Federal Aid Road projects are used for procedures only. The approximate measurements in the DAMAGE DESCRIPTION, 71,700CY, result in an average in place cost of accelerated operations at approximately $21 CY, or a cost in an order of magnitude scale with temporary emergency road work in flood conditions. The Applicant has provided the Weld County map showing FHWA funded County Roads for 2013 showing the site of the work as being the responsibility and complete funding of Weld County (attached). Attachments as indicated below in are in the Weld County Department of Public Works: 1. Signed Base Contract, dated October 11, 2013, showing accelerated schedule of 28 days. 2. Weld Co Commissioners Memo regarding public bids received, dated October 10, 2013 3. Contract Award Letter, dated October 10, 2013 Does the Scope of Work change the pre -disaster E conditions at the site? H Yes No E Special Considerations included? 1LI Yes [_ No Hazard Mitigation proposal included? ❑ Yes C1 No Is there insurance coverage on this facility? ❑ Yes RI R I No PROJECT COST ITEM CODE NARRATIVE QUANTITY/UNIT UNIT PRICE COST 1 0000 Work to be Completed 0/LS $ 0.00 $ 0.00 2 9999 Estimate Temporary Repair 1/LS $ 1,477,750.00 $ 1,477,750.00 TOTAL COST 1 477,750.00 SIGNATURE '3 i44 PREPARED BY EUGENE MAY TITLE PACL APPLICANT REP. Roy Rudisill TITLE Director- OEM SIGNATURE ,. 2,•.,/, A r/ • r 7 /5-/5 i( L«_ //:—..— a ., nat/an,,,,;a/A;o atrh lectinnt;nn do?menuTile=&tooTile=dsHeader&b... 11/13/2013 fountain E -Purchasing System Page 1 of 1 (9: - 9.J Tab Ittiotaat,o r nl( rrH i, to below is the Bid Tab for solicitation number RFB-MW-81300178 posted by Weld County r )c�u llne l itic nlorn'skin Puslyd support"4 Durun'.nl 10/10/2013 prior to lmn0 AM M.D.T BRIDGE 69/380A FLOOD REPAIRS 10/28/2013 Ill() I AIILIIA1 ON/AWARD APPROVAL LETTER (_Previous Screen ) Copygett International Data Base Corp 1983-2013 -Art rights reserved yPower hops://www.rockymountainbidsystem.com/Admin/LibraryLocal/NoticeAward.asp?TN=120777&Group... 11/4/2013 Weld County: Purchasing Page 1 of l 1 WELD COUNTYcoLoRADo Purchasing All Weld C aunty > Home I About I Departments I Services I Contact Us I Property Information Purchasing Current Requests Tabulations /Awards OIL & GAS LEASE TABULATIONS • OIL & GAS LEASE TABULATIONS CAN BE FOUND UNDER CURRENT REQUESTS AND OIL & GAS LEASES- BIDS & TABULATIONS BID/ PROPOSAL TABULATIONS #B1300168- HONOR GUARD UNIFORMS TABULATION • BID APPROVAL DATE: 10/30/13 BID AWARDS - OCTOBER 2013 #81300176 - TAX NOTICES & ENVELOPES 7 BID TABULATION/AWARD 7 APPROVAL LETTER BID AWARD DATE - 10/28/13 #01300161 - HVAC UPGRADE -CENTENNIAL CENTER m BID TABULATION/AWARD APPROVAL LETTER BID AWARD DATE - 10/21/13 #81300179 - DEBRIS REMOVAL, DISPOSAL & REDUCTION 7 BID TABULATION/AWARD BID SUMMARY 7 APPROVAL LETTER • BID AWARD DATE - 10/16/13'EMERGENCY- #81300178 - BRIDGE 69/3B0A FLOOD REPAIRS �J BID TABULATION/AWARD ▪ APPROVAL LETTER • BID APPROVAL DATE - 10/11/13 #81300156 - BRIGGSDALE WELL STORAGE TANK EXPANSION m m BID TABULATION/AWARD APPROVAL LETTER BID APPROVAL DATE - 10/9/13 #81300177 - BRIDGE 13/26A FLOOD REPAIRS 7 7 BID TABULATION/AWARD BID TAB - ITEMIZED APPROVAL/RECOMMENDATION LETTER BID APPROVAL DATE - 10/8/13 (EMERGENCY) #81300159 - ROOF TOP UNIT - 1400 N 17TH AVER BLDG in BID TABULATION/AWARD APPROVAL LETTER • BID AWARD DATE - 10/7/13 A -Z Search I Search Contact Information Weld County Purchasing Department 1150 "O" Street (as of 8/8/11) P.O. Box 758 Greeley, CO 80632 phone: (970)336-7225 fax: (970) 336-7226 Office Hours Monday - Friday - 8:00 AM - 5:00 PM • questions should ho directed to Rose or Marcia in Purchasing or participating Deparinorn Marcia Walters phone: (970) 356-4000 x 4223 email- mmatlersQ1rc weld.::o.us fax: (970) 336-7226 Rose Everett phone: (970) 356-4000 x 4222 email: roverenwm weld co. ue fax: (970) 336-7226 http://www.co.weld.co.us/Departments/Purchasing/Tabulations/Awards.html 1 1 /4/2013 NOTICE OF AWARD BRIDGE 69/380A EMERGENCY FLOOD REPAIRS To: Lawrence Construction Company 9002 N. Moore Road Littleton CO 80125 Project Description: The project consists of road and bridge repairs required to return flood damaged areas to pre -flood conditions. Major bid items include: debris and obstructions removal, excavation and embankment, aggregate base course, hot mix asphalt, and erosion control. 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 SIA77,750.00 or as shown in the Bid Schedule. You are required by the Instructions to Bidden to execute the Agreement and furnish the required Certificates of Insurance within two (2) calendar days from the date of this Notice to you. If you fail to execute said Agreement and to famish said Certificate of Insurance within two (2) 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 1 Ith day of October , 2013 Weld County, Colorado, Owner By ACCEPTANCE OF NOTICE Receipt of the above Notice of Award is hereby acknowledged by Michael Bedell, P.E., Senior Engineer 1_• A lit n L d10 C. c 0.(Contractor) Dated this--� I1 +j____ _ day of O C To Bali , 2013 B fide: -19- WELD COUNTY PURCHASING 1150 O Street Room 107, Greeley CO 80631 E -Mail: mwalters(aco.weld.co.us E-mail: reverett@co.weld.co.us Phone: (970) 356-4000, Ext 4222 or 4223 Fax: (970) 336-7226 DATE OF BID: OCTOBER 10, 2013 REQUEST FOR: BRIDGE 69/380A FLOOD REPAIRS DEPARTMENT: PUBLIC WORKS DEPT BID NO: #B1300178 PRESENT DATE: OCTOBER 11, 2013 APPROVAL DATE: OCTOBER 11, 2013 **EMERGENCY** VENDORS OPTION #1 OPTION #2 OPTION #3 LAWRENCE CONSTRUCTION CO $1,477,750.00 NO BID NO BID 9002 N MOORE RD LITTLETON CO 80175 DURAN EXCAVATING INC $1,847,500.00 $1,827,500.00 $1,827,500.00 418 N 9TH AVE GREELEY CO 80631 J-2 CONTRACTING CO $2,071,265.80 $2,051,265.80 $2,031,265.80 POBOX 129 GREELEY CO 80632 ROCHE CONSTRUCTORS INC $2,091,622.00 1,979,803.00 $1,979,803.00 361 71ST AVENUE GREELEY CO 80634 DON KEHN CONSTRUCTION INC NO BID NO BID $2,172,175.00 6550 SOUTH COUNTY RD 5 FT COLLINS CO 80528 OPTION #1 - PROJECT COMPLETE IN 28 CALENDAR DAYS OPTION #2 - PROJECT COMPLETE IN 42 CALENDAR DAYS OPTION #3 - PROJECT COMPLETE IN 56 CALENDAR DAYS IT WAS THE DECISION OF THE WELD BOARD OF COUNTY COMMISSIONERS TO AWARD THE BID FOR THE RBIDGE 69/380A FLOOD REPAIRS TO THE LOW BIDDER, LAWRENCE CONSTRUCTION CO, IN THE AMOUNT OF $1,477,750.00. THE PROJECT WILL BE COMPLETE IN 28 CALENDAR DAYS. WELD COUNTY COLORADO BY: TREVOR JIRICEK DIRECTOR OF GENERAL SERVICES MEMORANDUM Date: October 10, 2013 To: Trevor Jiricek, Director of General Services From: Wayne Howard, P.E., County Engineer RE: Bid Request No. B1300178 Bridge 69/380A BOCC Approval Date October 11, 2013 Bids were received and opened on October 10, 2013 for contracted construction of Bridge 69/380A Emergency Flood Repairs. The project was advertised with three options for vendors to bid on which included completion of the project in 28 calendar days (Option 1), 42 calendar days (Option 2), and 56 calendar days (Option 3). Bids ranged from $1,477,750.00 to $2,172,175.00 with the lowest bid submitted by Lawrence Construction Company from Littleton, Colorado. The Engineer's Estimate for the project was $2,035,500.00. The submitted bids have been reviewed for errors and completeness. I identified a minor math error on the bid from J-2 Contracting which did not change the ranking of the bidders or the amount of the lowest bid submitted. No other errors or discrepancies were apparent. The bid tabulation has becn submitted for your information. The low bid from Lawrence Construction Company from Littleton, Colorado was the lowest bidder and their bid was submitted only Option 1. Since this bid was the lowest and completes the project in the shortest duration, it is my recommendation to award the construction contract to Lawrence Construction Company for a total amount of $1,477,750.00. Lawrence is a well known construction firm and has successfully worked for Weld County on past projects. They have assured PW that they will begin the work no later than Monday, October 14, 2013. Liquidated damages in the amount of $1,600/day will be assessed beyond the 28 calendar day per the contract specifications. K a W te O O O U. U Z W C7 oW dw O 50) o w QO r Ore OO m aX Y 88g 8 s g F„ 8. 8 p 8 g l 8 R d 8 a 8 It 8 F 8 p 8 0 8 8 C 2 , 8 a 8 8 G 8 r a 8 R E 8 8 ? 8" d- 8 p 8 S 8 a 8 $ u_ „- 8 a 8 F „„EasWda 8 8 ii 8 8 .I. 8 8 8 o t o c g. e a $ 8 a F ; F' ; F` E»- $ ; $ $ G a w ; F ; G g x ., 8 ; N ; £ ; » 8 8 » R W ; gn G s, N a a„ 1 �. 3127.500.001 a; d y8, g 8 S 8 N W a» $ g G A« .� J »^ g d 8? g 8 § 8. g 8 g S g g k F �} pe F S o d 8€ 8 8 ?s g a{ 4 8 4 S 8 § .� 8 S. R 8 g. .� 8 g » 8 x 8 g .g 8' g. x g. » 8 g x 8 ..8 a ,88 .x, �8 x 8 g. E 8 a'Q 8 S 3 8 8 g 4 8888 g• , a g W 8 o S r �E W i a 8 g$ d R g 5 F K S 8€ 8. 8 8 8 8 8 8' 8 8 g S g 8 A tp t o 8 a 8 gF 8 $ 8 g. 8. E. 8 gg. § N 8 A$ 8 8 E, » 8 O 8 E 8 B W 8 y5 8 g 88 g g S 8 C 8 „ 8 I g s 8 G 8 O 8 8 w 8 g. 8 S 8 6 a 8 l 8 g 8 d»& 8 8 8 8 8 « 8 c�$ 8 8 2 eu x g d g e 8 f 8 l, 8 8 W 8 a$ 8` g 7. 8, k s" 8 5-*. 8 5 g g 4§ 8. 88 a s g € R g— .I MI CALENDAR DAYS CONTRACT ITEM I ilil2 2 l 3g k 1 ➢ 6 g I'll is I ss c � � M � S �9x gg G % v g c ` 8p, § 55l 4 ,�5 3 s 3 l i i ai Irs I n`F H 2 2 8 2 S R R 25 a 3 S Q: d B a tl a R E MEMORANDUM Date: October 10, 2013 To: Trevor Jiricek, Director of General Services From: Wayne Howard, P.E., County Engineer RE: Bid Request No. B1300178 Bridge 69/380A BOCC Approval Date October 11, 2013 Bids were received and opened on October 10, 2013 for contracted construction of Bridge 69/380A Emergency Flood Repairs. The project was advertised with three options for vendors to bid on which included completion of the project in 28 calendar days (Option 1), 42 calendar days (Option 2), and 56 calendar days (Option 3). Bids ranged from $1,477,750.00 to $2,172,175.00 with the lowest bid submitted by Lawrence Construction Company from Littleton, Colorado. The Engineer's Estimate for the project was $2,035,500.00. The submitted bids have been reviewed for errors and completeness. I identified a minor math error on the bid from J-2 Contracting which did not change the ranking of the bidders or the amount of the lowest bid submitted. No other errors or discrepancies were apparent. The bid tabulation has been submitted for your information. The low bid from Lawrence Construction Company from Littleton, Colorado was the lowest bidder and their bid was submitted only Option 1. Since this bid was the lowest and completes the project in the shortest duration, it is my recommendation to award the construction contract to Lawrence Construction Company for a total amount of $1,477,750.00. Lawrence is a well known construction firm and has successfully worked for Weld County on past projects. They have assured PW that they will begin the work no later than Monday, October 14, 2013. Liquidated damages in the amount of $1,600/day will be assessed beyond the 28 calendar day per the contract specifications. WELD COUNTY AGREEMENT FOR CONSTRUCTION SERVICES BID 1300178 - EMERGENCY FLOOD REPAIRS FOR BRIDGE 69/380A THIS AGREEMENT is made and entered into this II day of t C,4Q3b..v , 2013, by and between the County of Weld, a body corporate and politic of the State of Colorado, by and through its Board of County Commissioners, whose address is 1150 "O" Street, Greeley, Colorado 80631 hereinafter referred to as "County," and Lawrence Construction Company, a Colorado corporation, whose address is 9002 N. Moore Road, Littleton, CO 80125, hereinafter referred to as "Contractor". WITNESSETH: WHEREAS, many of Weld County's road and bridges have been damaged and remain closed and/or in an unsafe condition due to the flooding which occurred in mid September, 2013, and WHEREAS, in the interests of public health, safety and welfare, it is necessary to immediately undertake theemergency repair of these roads and bridges to allow the traveling public access to and from homes, businesses, schools, and medical facilities, and WHEREAS, further repairs to these roads and bridges may be needed in the future, as current ground conditions and the time of year in which these emergency repairs are undertaken, may result in the erosion of the foundation of the roads and bridges, and WHEREAS, County must address these dangerous conditions immediately, the construction services of an independent contract construction professional are required to perform the following "Construction Services: BRIDGE 69/380A EMERGENCY FLOOD REPAIRS which are enumerated in Bid Package No. B1300178; and WHEREAS, Contractor is able and willing to perform the required Construction Services, according to the terms of this Agreement and pursuant to the Contract Documents listed below: (A) Bid Package, which includes the following documents: *Instructions to Bidders *Invitation for Bids, including any Addenda *Instructions to Bidders; *Required CDOT Project Forms; *Form FHWA 1273 -Required Contract Provisions Federal — Aid Construction Contracts; *Contract, Specifications, and Drawings issued by the Weld County Public Works Department; (B) Bid Proposal (C) Bid Bond (D) Notice of Award (E) Notice of Acceptance (F) Notice to Proceed (G) Change Order (if applicable) 142/4e, I5ede// 105 ed.'F/, 4e i cos, &-m, led /Oa ova- ?889 psq ode ,d e oo4C5 (H) (I) (J) Certificate of Substantial Completion Lien Waiver (General Contractor) Final Lien Waiver (Sub Contractors) NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. COMPONENTS OF AGREEMENT: County and Contractor acknowledge and agree that each of the Contract Documents listed above are integral components of this Agreement and consent and agree that each Exhibit, (A) through 0), is incorporated herein and made a part hereof by this reference. County and Contractor further acknowledge and agree that upon the date of the execution of this Agreement, Exhibits (D) through (J) have not been executed and arc in a blank form only within the pages of Exhibit A; but each agrees that following execution by the appropriate party each executed document shall be made a part of this Agreement and shall be properly submitted to the Weld County office of the Clerk to the Board. 2. OFFICIAL ENGINEERING PUBLICATIONS: Contractor acknowledges and agrees that the Colorado Department of Transportation "Standard Specifications for Road and Bridge Construction" and the Colorado Department of Transportation Standard Plans "M & S Standards" establish the requirements for all work performed by Contractor under this Agreement, and that a failure to meet the standards by these publications may result in withholding by County of some or all of the Contract Amount. 3. CONTRACT AMOUNIYCOMPENSA'I'ION: Contractor agrees to perform the Construction Services described in the Contract Documents and comply with the terms therein for the total compensation of $1,477,750.00 as set forth in Exhibit (C) and any additional amounts incurred pursuant to the execution of any Change Orders contained in Exhibit (G). 4 TERM: The term of this Agreement begins up on the date of the execution of this Agreement by County, and shall continue through and until the one year warranty period following the date of County's acceptance of Contractor's successful completion of the Project. The Contract Time established for the construction period, after the Notice to Proceed has been given, shall be 28 Calendar Days. 5. TIMELINESS OF PROJECT COMPLETION: Contractor acknowledges that County's award of the bid is predicated upon Contractor's agreement to complete construction of the Project within the time set forth in Exhibits (A) and (B). 6. INDEPENDENT CONTRACTOR: Contractor agrees that it is an independent contractor and that neither Contractor's officers, nor employees will become employees of County, nor entitled to any employee benefits from County as a result of the execution of this Agreement. 7. INDEMNIFICATION, DESIGN AND INSURANCE: Contractor shall be responsible for the professional quality, technical accuracy, timely completion and the coordination of all services rendered by Contractor and shall, without additional compensation, 2 promptly remedy and correct any errors, omissions, or other deficiencies. Contractor shall indemnify and save harmless County, its officers, and employees, from suits, actions, or claims of any type or character brought because of any and all injuries or damage received or sustained by any person, persons, or property on account of the operations of the Contractor; or failure to comply with the provisions of the Contract; or on account of or in consequence of neglect of the Contractor in safeguarding the work; or through use of unacceptable materials and/or materials not identified in the Contract Documents in constructing the project; or because of any act or omission, neglect, negligence or misconduct of Contractor; or because of any claims or amounts recovered from any infringements of patent, trademark, or copyright, unless the design, device, material or process involved is specifically required by the Contract documents; or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. County may retain as much of any moneys due Contractor under any this Agreement as may be determined by it to be in the public interest. Contractor shall obtain, and maintain at all times during the term of this Contract, insurance in the following kinds and amounts: a. Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of Contractor's employees acting within the course and scope of their employment. b. Commercial General Liability Insurance written on ISO occurrence form CG 00 01 10/93 or equivalent, covering premises operations, fire damage, independent Contractors, products and completed operations, blanket contractual liability, personal injury, and advertising liability with minimum limits as follows: i. $1,000,000 each occurrence; ii. $2,000,000 general aggregate; iii. $2,000,000 products and completed operations aggregate; iv, $50,000 any one fire; and v. $500,000 errors and omissions. 8. NON -ASSIGNMENT: Contractor may not assign or transfer this Agreement, any interest therein or claim thereunder, without the prior written approval of County. 9. ACCESS TO RECORDS: County shall have access to Contractor's financial records for the purposes of audit. Such records shall be complete and available for audit 90 days after final payment hereunder and shall be retained and available for audit purposes for at least five years after final payment hereunder. 10. TERMINATION: Either party may terminate this Agreement at any time by providing the other party with a I0 -day written notice thereof. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. 1 I . TIME OF THE ESSENCE: Time is of the essence in each and all of the provisions of this Agreement. 3 12, ENTIRE AGREEMENT/MODIFICATIONS: This Agreement constitutes the entire understanding between the parties with respect to the promises and covenants made therein. No modification of the terms of this Agreement shall be valid unless made in writing and agreed to by both parties. 13. NON -APPROPRIATION: No portion of this Agreement shall be deemed to create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 14. WAIVER OF IMMUNITIES/THIRD PARTY LIABILITY: No portion of this Agreement shall be deemed to constitute a waiver of any immunities of County or its officers or employees may possess, nor shall any portion of this Agreement be deemed to have created a duty of care with respect to any persons other than County and not a party to this Agreement. IS. COUNTY REPRESENTATIVE: County may designate, prior to commencement of work, its project representative ("County Representative") who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. The County Representative for purposes of this Agreement is hereby identified as David Bauer, Director, Weld County Department of Public Works. 16. ACCEPTANCE NOT WAIVER: County's approval of drawings, designs, plans; specifications, reports, and incidental work or materials furnished hereunder shall not in any way relieve Contractor of responsibility for the quality or technical accuracy of the work, County's approval or acceptance of, or payment for, any of the services shall not be construed to operate as a waiver of any rights or benefits provided to County under this Agreement. 17. OWNERSHIP: All work and information obtained by the Contractor tinder this Agreement or individual work order shall become the property of the County. This includes, but is not limited to, reports, data, plans, drawings, records and computer files. 18. COMPLIANCE WITH COLORADO DEPARTMENT OF TRANSPORTATION ("COOT") REGULATIONS AND STANDARDS The work performed by Contractor pursuant to this Agreement shall comply with all current CDOT Standard Specifications for Road and Bridge Construction and the latest CDOT M & Standards. 4 CONTRACTOR: Law A•e .onstr yction C n _any_ By Name: Title: 51,A COUNTY: Date: /D// 0;2 ATTEST:%1%'1J_ COUNTY OF WELD, a political Weld County Cle to the Board By: subdivision of the State of Colorado By: William F. Garcia, Chairman Board of County Commissioners of the County of Weld OCT 14 2013 5 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS NOTICE July 19, 2012 This is a standard special provision that revises or modifies CDOT's Standard Specifications for Road and Bridge Construction. It has gone through a formal review and approval process and has been issued by CDOT's Project Development Branch with formal instructions for its use on CDOT construction projects. It is to be used as written without change. Do not use modified versions of this special provision on CDOT construction projects, and do not use this special provision on CDOT projects in a manner other than that specified in the instructions unless such use is first approved by the Standards and Specifications Unit of the Project Development Branch. The instructions for use on CDOT construction projects appear below. Other agencies which use the Standard Spec f cations for Road and Bridge Construction to administer construction projects may use this special provision as appropriate and at their own risk. Instructions for use on CDOT construction projects: Use this standard special provision on federal aid projects. July 19, 2012 1 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS Attached is Form FHWA 1273 titled Required Contract Provisions Federal -Aid Construction Contracts. As described in Section I. General, the provisions of Form FHWA 1273 apply to all work performed under the Contract and are to be included in all subcontracts with the following modification: The weekly payrolls submitted by contractors and subcontractors in accordance with Part V., paragraph 2c shall not Include full social security numbers and home addresses. Instead, the payrolls shall only need to include an individually identifying number for each employee (e.g. the last four digits of the employee's social security number). Contractors and subcontractors shall maintain the full social security number and current address of each covered worker, and shall provide them to the SHA upon request. July 19, 2012 2 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS FHWA-1273 — Revised May 1, 2012 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS I. General II. Nondiscrimination III. Nonsegregated Facilities IV. Davis -Bacon and Related Act Provisions V. Contract Work Hours and Safety Standards Act Provisions VI. Subletting or Assigning the Contract VII. Safety: Accident Prevention VIII. False Statements Concerning Highway Projects IX. Implementation of Clean Air Act and Federal Water Pollution Control Act X. Compliance with Governmentwide Suspension and Debarment Requirements Xl. Certification Regarding Use of Contract Funds for Lobbying ATTACHMENTS A. Employment and Materials Preference for Appalachian Development Highway System or Appalachian Local Access Road Contracts (included In Appalachian contracts only) I. GENERAL 1. Form FHWA-1273 must be physically incorporated in each construction contract funded under Title 23 (excluding emergency contracts solely intended for debris removal). The contractor (or subcontractor) must insert this form In each subcontract and further require its inclusion in all lower tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services). The applicable requirements of Form FHWA-1273 are incorporated by reference for work done under any purchase order, rental agreement or agreement for other services. The prime contractor shall be responsible for compliance by any subcontractor, lower -tier subcontractor or service provider. Form FHWA-1273 must be Included in all Federal -aid design - build contracts, in all subcontracts and in lower tier subcontracts (excluding subcontracts for design services, purchase orders, rental agreements and other agreements for supplies or services). The design -builder shall be responsible far compliance by any subcontractor, lower -tier subcontractor or service provider. Contracting agencies may reference Form FHWA-1273 in bid proposal or request for proposal documents, however, the Form FHWA-1273 must be physically incorporated (not referenced) in all contracts, subcontracts and lower -tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services related to a construction contract). 2. Subject to the applicability criteria noted in the following sections, these contract provisions shall apply to all work performed on the contract by the contractor's own organization and with the assistance of workers under the contractors immediate superintendence and to all work performed on the contract by piecework, station work, or by subcontract. 3. A breach of any of the stipulations contained in these Required Contract Provisions may be sufficient grounds for withholding of progress payments, withholding of final payment, termination of the contract, suspension / debarment or any other action determined to be appropriate by the contracting agency and FHWA. 4. Selection of Labor. During the performance of this contract, the contractor shall not use convict labor for any purpose within the limits of a construction project on a Federal -aid highway unless it is labor performed by convicts who are on parole, supervised release, or probation. The term Federal -aid highway does not include roadways functionally classified as local roads or rural minor collectors. II. NONDISCRIMINATION The provisions of this section related to 23 CFR Part 230 are applicable to all Federal -aid construction contracts and to all related construction subcontracts of $10,000 or more, The provisions of 23 CFR Part 230 are not applicable to material supply, engineering, or architectural service contracts. In addition, the contractor and all subcontractors must comply with the following policies: Executive Order 11246, 41 CFR 60, 29 CFR 1625-1627, Title 23 USC Section 140, the Rehabilitation Act of 1973, as amended (29 USC 794), Title VI of the Civil Rights Act of 1964, as amended, and related regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR Parts 200, 230, and 833. The contractor and all subcontractors must comply with: the requirements of the Equal Opportunity Clause in 41 CFR 60- 1.4(b) and, for all construction contracts exceeding $10,000, the Standard Federal Equal Employment Opportunity Construction Contract Specifications in 41 CFR 60-4.3. Note: The U.S. Department of Labor has exclusive authority to determine compliance with Executive Order 11246 and the policies of the Secretary of Labor Including 41 CFR 60, and 29 CFR 1625-1627. The contracting agency and the FHWA have the authority and the responsibility to ensure compliance with Title 23 USC Section 140, the Rehabilitation Act of 1973, as amended (29 USC 794), and Title VI of the Civil Rights Act of 1964, as amended, and related regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR Parts 200, 230, and 633. The following provision is adopted from 23 CFR 230, Appendix A, with appropriate revisions to conform to the U.S. Department of Labor (US DOL) and FHWA requirements. 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, 29 CFR 1625-1627, 41 CFR 60 and 49 CFR 27) and orders of the Secretary of Labor as modified by the 3 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS provisions prescribed herein, and imposed pursuant to 23 U.S.C. 140 shall constitute the EEO and specific affirmative action standards for the contractor's project activities under this contract. The provisions of the Americans with Disabilities Act of 1990 (42 U.S.C. 12101 et seq.) set forth under 28 CFR 35 and 29 CFR 1630 are incorporated by reference in this contract, In the execution of this contract, the contractor agrees to comply with the following minimum specific requirement activities of EEO: a. The contractor will work with the contracting agency and the Federal Government to ensure that it has made every good faith effort to provide equal opportunity with respect to all of its terms and conditions of employment and in their review of activities under the contract. b. The contractor will accept as its 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 contracting officers an EEO Officer who will have the responsibility for and must be capable of effectively administering and promoting an active EEO program and who must be assigned adequate authority and responsibility to do so. 3. Dissemination of Policy: All members of the contractor's staff who are authorized to hire, supervise, promote, and discharge employees, or who recommend such action, or who are substantially involved in such action, will be made fully cognizant of, and will implement, the contractors EEO policy and contractual responsibilities to provide EEO in each grade and classification of employment. To ensure that the above agreement will be met, the following actions will be taken as a minimum: a. Periodic meetings of supervisory and personnel office employees will be conducted before the start of work and then not less often than once every six months, at which time the contractors 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 contractors procedures for locating and hiring minorities and women. July 19, 2012 d. Notices and posters setting forth the contractors EEO policy will be placed in areas readily accessible to employees, applicants for employment and potential employees. e. The contractor's EEO policy and the procedures to implement such policy will be brought to the attention of employees by means of meetings, employee handbooks, or other appropriate means. 4. Recruitment: When advertising for employees, the contractor will include in all advertisements for employees the notation: "An Equal Opportunity Employer." All such advertisements will be placed in publications having a large circulation among minorities and women in the area from which the project work force would normally be derived. a. The contractor will, unless precluded bye valid bargaining agreement, conduct systematic and direct recruitment through public and private employee referral sources likely to yield qualified minorities and women. To meet this requirement, the contractor will identify sources of potential minority group employees, and establish with such identified sources procedures whereby minority and women 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, the contractor is expected to observe the provisions of that agreement to the extent that the system meets the contractors compliance with EEO contract provisions. Where implementation of such an agreement has the effect of discriminating against minorities or women, or obligates the contractor to do the same, such implementation violates Federal nondiscrimination provisions. c. The contractor will encourage its present employees to refer minorities and women as applicants for employment. Information and procedures with regard to referring such 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 depth to determine whether there Is evidence of discrimination. 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. July 19, 2012 4 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS d. The contractor will promptly investigate all complaints of alleged discrimination made to the contractor in connection with its obligations under this contract, 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 their avenues of appeal. 6. Training and Promotion: a. The contractor will assist in locating, qualifying, and Increasing the skills of minorities and women who are applicants for employment or current employees. Such efforts should be aimed at developing full journey level status employees In the type of trade or job classification involved. 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. In the event a special provision for training Is provided under this contract, this subparagraph will be superseded as indicated In the special provision. The contracting agency may reserve training positions for persons who receive welfare assistance In accordance with 23 U.S.C. 140(a). 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 employees who are minorities and women 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 good faith efforts to obtain the cooperation of such unions to increase opportunities for minorities and women. Actions by the contractor, either directly or through a contractor's association acting as agent, will include the procedures set forth below: a. The contractor will use good faith efforts to develop, in cooperation with the unions, joint training programs aimed toward qualifying more minorities and women for membership in the unions and increasing the skills of minorities and women so that they may qualify for higher paying employment. b. The contractor will use good faith 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 ref erral 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 contracting agency 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 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 minorities and women. The failure of a union to provide sufficient referrals (even though it is obligated to provide exclusive referrals under the terms of a collective bargaining agreement) does not relieve the contractor from the requirements of this paragraph. 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 contracting agency. 8. Reasonable Accommodation for Applicants / Employees with Disabilities: The contractor must be familiar with the requirements for and comply with the Americans with Disabilities Act and all rules and regulations established there under. Employers must provide reasonable accommodation in all employment activities unless to do so would cause an undue hardship. 9. Selection of Subcontractors, Procurement of Materials and Leasing of Equipment: The contractor shall not discriminate on the grounds of race, color, religion, sex, national origin, age or disability In the selection and retention of subcontractors, including procurement Of materials and leases of equipment. The contractor shall take all necessary and reasonable steps to ensure nondiscrimination in the administration of this contract. a. The contractor shall notify all potential subcontractors and suppliers and lessors of their EEO obligations under this contract. b. The contractor will use good faith efforts to ensure subcontractor compliance with their EEO obligations. 10. Assurance Required by 49 CFR 26.13(b): a. The requirements of 49 CFR Part 26 and the State DOT's U.S. DOT -approved DBE program are incorporated by reference. b. The contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT -assisted contracts. .Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the contracting agency deems appropriate. 11. Records and Reports: The contractor shall keep such records as necessary to document compliance with the EEO requirements. Such records shall be retained for a period of three years following the date of the final payment to the contractor for all contract work and shall be available at reasonable times and places for Inspection by authorized representatives of the contracting agency and the FHWA. July 19, 2012 5 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS a. The records kept by the contractor shall document the following: (1) The number and work hours 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; and (3) The progress and efforts being made in locating, hiring, training, qualifying, and upgrading minorities and women; b. The contractors and subcontractors will submit an annual report to the contracting agency each July for the duration of the project, indicating the number of minority, women, and non -minority group employees currently engaged In each work classification required by the contract work. This Information is to be reported on Form Fl-IWA-1391. The staffing data should represent the project work force on board in all or any part of the last payroll period preceding the end of July. If on-the-job training is being required by special provision, the contractor will be required to collect and report training data. The employment data should reflect the work force on board during all or any part of the last payroll period preceding the end of July. III. NONSEGREGATED FACILITIES This provision is applicable to all Federal -aid construction contracts and to all related construction subcontracts of $10,000 or more. The contractor must ensure that facilities provided for employees are provided in such a manner that segregation on the basis of race, color, religion, sex. or national origin cannot result. The contractor may neither require such segregated use by written or oral policies nor tolerate such use by employee custom. The contractor's obligation extends further to ensure that its employees are not assigned to perform their services at any location, under the contractor's control, where the facilities are segregated. The term "facilities" Includes waiting rooms, work areas, restaurants and other eating areas, time clocks, restrooms, washrooms, locker rooms, and other storage or dressing areas, parking lots, drinking fountains. recreation or entertainment areas, transportation, and housing provided for employees. The contractor shall provide separate or single -user restrooms and necessary dressing or sleeping areas to assure privacy between sexes. IV. DAVIS-BACON AND RELATED ACT PROVISIONS This section is applicable to all Federal -aid construction projects exceeding $2,000 and to all related subcontracts and lower -tier subcontracts (regardless of subcontract size). The requirements apply to all projects located within the right-of- way of a roadway that is functionally classified as Federal -aid highway. This excludes roadways functionally classified as local roads or rural minor collectors, which are exempt Contracting agencies may elect to apply these requirements to other projects. The following provisions are from the U.S. Department of Labor regulations in 29 CFR 5.5 "Contract provisions and related matters" with minor revisions to conform to the FHWA- 1273 format and FHWA program requirements. 1. Minimum wages a. All laborers and mechanics 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 Issued by the Secretary of Labor under the Copeland Act (29 CFR part 3)). the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which Is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis -Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph 1 d. of this section; also, 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 29 CFR 5.5(a)(4). 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 employers payroll records accurately set forth the lime spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under paragraph 1.b. of this section) and the Davis -Bacon poster (WH-1321) 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. b.(1) The contracting officer shall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (i) The work to be performed by the classification requested is not performed by a classification in the wage determination; and 6 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS (ii) The classification is utilized in the area by the construction industry; and (iii) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (2) If the contractor and the laborers and mechanics to be employed in the classification (if known), 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 Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, DC 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30 -day period that additional lime Is necessary. (3) In the event the contractor, the laborers or mechanics to be employed In the 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. The Wage and Hour 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, (4) The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs t.b.(2) or 1.b.(3) of this section, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. c. 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 shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. d. If the contractor does not make payments to a trustee or other third person, the contractor may consider as 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. 2. Withholding July 19, 2012 The contracting agency shall upon its own action or upon written request of an authorized representative of the Department of Labor, withhold or cause to be withheld from the contractor under this contract, or any other Federal contract with the same prime contractor, or any other federally - assisted contract subject to Davis -Bacon prevailing wage requirements, which is held by the same prime contractor, so 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 contracting agency may, after written notice to the contractor, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. 3. Payrolls and basic records a. Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1(b)(2)(B) of the Davis -Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis - Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program Is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. b.(1) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to the contracting agency. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(i), except that full social security numbers and home addresses shall not be included on weekly transmittals. Instead the payrolls shall only need to include an individually identifying number for each employee e.g. , the last four digits of the employee's social security number). The required weekly payroll information may be submitted in any form desired. Optional Form WH-347 Is available for this purpose from the Wage and Hour Division Web site at http://www.dol.goviesalwhdrforms/wh347instrlitm July 19, 2012 7 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS or its successor site. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. Contractors and subcontractors shall maintain the full social security number and current address of each covered worker, and shall provide them upon request to the contracting agency for transmission to the State DOT, the FHWA or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a violation of this section for a prime contractor to require a subcontractor to provide addresses and social security numbers to the prime contractor for its own records, without weekly submission to the contracting agency.. (2) Each payroll submitted shall be accompanied by a 'Statement of Compliance,' signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (I) That the payroll for the payroll period contains the information required to be provided under §5.5 (a)(3)(ii) of Regulations, 29 CFR part 5, the appropriate information is being maintained under §5.5 (a)(3)(i) of Regulations, 29 CFR part 5, and that such information is correct and complete; (ii) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or Indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations, 29 CFR pad 3; (lit) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (3) 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 3.b.(2) of this section. (4) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under section 1001 of title 18 and section 231 of title 31 of the United States Code. c. The contractor or subcontractor shall make the records required under paragraph 3.a. of this section available for inspection, copying, or transcription by authorized representatives of the contracting agency, the State DOT, the FHWA, or the Department of Labor, 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 FHWA may, after written notice to the contractor, the contracting agency or the State DOT, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. 4. Apprentices and trainees a. Apprentices (programs of the USDOL). Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Office of Apprenticeship Training, Employer and Labor Services, or with a State Apprenticeship Agency recognized by the Office, or If a person Is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Office of Apprenticeship Training, Employer and Labor Services or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen 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 worker 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 on 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 less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor 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's hourly rate) specified in the contractors or subcontractor's registered program shall be observed. 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 journeymen 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 determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State Apprenticeship Agency recognized by the Office, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable July 19, 2012 8 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS predetermined rate for the work performed until an acceptable program is approved. b. Trainees (programs of the USDOL). Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman 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 hinge 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 wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed 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. In the event the Employment and Training Administration withdraws approval of a training program, the contractor 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. Equal employment opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR part 30. d. 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. 5. Compliance with Copeland Act requirements. The contractor shall comply with the requirements of 29 CFR part 3, which are incorporated by reference In this contract. 6. Subcontracts. The contractor or subcontractor shall Insert Form FHWA-1273 in any subcontracts and also require the subcontractors to include Form FHWA-1273 in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 5.5. 7. Contract termination: debarment. Abreach of the contract clauses In 29 CFR 5.5 may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. 8. Compliance with Davis -Bacon and Related Act requirements. All rulings and interpretations of the Davls- Bacon and Related Acts contained In 29 CFR parts 1, 3, and 5 are herein incorporated by reference in this contract. 9. Disputes concerning labor standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR parts 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 U.S. Department of Labor, or the employees or their representatives. 10. Certification of eligibility. a. By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm Is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). b. No part of this contract shall be subcontracted to any person or firm Ineligible for award of a Government contract by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). c. The penalty for making false statements, is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. V. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT The following clauses apply to any Federal -aid construction contract in an amount in excess of $100,000 and subject to the overtime provisions of the Contract Work Hours and Safety Standards Act These clauses shall be inserted in addition to the clauses required by 29 CFR 5.5(a) or 29 CFR 4.6. As 9 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS used in this paragraph, the terms laborers and mechanics include watchmen and guards. 1. Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic In any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. 2. Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (1.) of this section, the contractor and any subcontractor responsible therefor shall be liable for the 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 or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1.) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work In excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1.) of this section. 3. Withholding for unpaid wages and liquidated damages. The FHWA or the contacting agency shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys 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 es provided in the clause set forth in paragraph (2.) of this section 4. Subcontracts. The contractor or subcontractor shall Insert in any subcontracts the clauses set forth in paragraph (1.) through (4.) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1.) through (4.) of this section. VI. SUBLETTING OR ASSIGNING THE CONTRACT This provision is applicable to all Federal -aid construction contracts on the National Highway System. July 19, 2012 I. 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 price, excluding any specialty items designated by the contracting agency. 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 635.1 16). a. The term "perform work with its own organization' refers to workers employed or leased 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 or lower tier subcontractor, agents of the prime contractor, or any other assignees. The term may include payments for the costs of hiring leased employees from an employee leasing firm meeting all relevant Federal and Slate regulatory requirements. Leased employees may only be included In this term If the prime contractor meets all of the following conditions: (1) the prime contractor maintains control over the supervision of the day-to-day activities of the leased employees; (2) the prime contractor remains responsible for the quality of the work of the leased employees; (3) the prime contractor retains all power to accept or exclude individual employees from work on the project; and (4) the prime contractor remains ultimately responsible for the payment of predetermined minimum wages, the submission of payrolls, statements of compliance and all other Federal regulatory requirements. b. "Specialty Items" shall be construed to be limitee to work that requires highly specialized knowledge, abilities, or equipment not ordinarily available in the type of contracting organizations qualified and expected to bid or propose 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 VI 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 contracting officer determines is necessary to assure the performance of the contract. 4. No portion of the contract shall be sublet, assigned or otherwise disposed of except with the written consent of the 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 contracting agency has assured that each subcontract is July 19, 2012 10 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS evidenced in writing and that it contains all pertinent provisions and requirements of the prime contract. 5. The 30% self -performance requirement of paragraph (1) is not applicable to design -build contracts; however, contracting agencies may establish their own self -performance requirements. VII. SAFETY: ACCIDENT PREVENTION This provision is applicable to ell Federal -aid construction contracts and to all related subcontracts. 1. In the performance of this contract the contractor shall comply with all applicable Federal, State, and local laws governing safety, health, and sanitation (23 CFR 635). The contractor shall provide all safeguards, safety devices and protective equipment and take any other needed actions as it determines, or as the 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 property in connection with the performance of the work covered by the contract. 2. It is a condition of this contract, and shall be made a condition of each subcontract, which the contractor enters into pursuant to this contract, that the contractor and any subcontractor snail not permit any employee, in performance of the contract, to work in surroundings or under conditions which are unsanitary, hazardous or dangerous to his/her health or safety, as determined under construction safety and health standards (29 CFR 1926) promulgated by the Secretary of Labor, in accordance with Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 3704). 3. Pursuant to 29 CFR 1926.3, it is a condition of this contract that the Secretary of Labor or authorized representative thereof, shall have right of entry to any site of contract performance to inspect or investigate the matter of compliance with the construction safety and health standards and to carry out the duties of the Secretary under Section 107 of the Contract Work Hours and Safety Standards Act (40 U. S.C.3704). VIII. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS This provision is applicable to all Federal -aid construction contracts and to all related subcontracts. In order to assure high quality and durable construction in conformity with approved plans and specifications and a high degree of reliability on statements and representations made by engineers, contractors, suppliers, and workers on Federal - aid highway projects, it is essential that all persons concerned with the project perform their functions as carefully, thoroughly, and honestly as possible. Willful falsification, distortion, or 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, Form FHWA-1022 shall be posted on each Federal -aid highway project (23 CFR 635) in one or more places where it is readily available to all persons concerned with the project: 18 U.S.C. 1020 reads as follows: 'Whoever, being an officer, agent, or employee of the United States, or of any State or Territory, or whoever, whether a person, association, firm, or corporation, knowingly makes any false statement, false representation, or false report as to the character, quality, quantity, or cost of the material used or to be used, or the quantity or quality of the work performed or to be performed, or the cost thereof in connection with the submission of plans, maps, specifications, contracts, or costs of construction on any highway or related project submitted for approval to the Secretary of Transportation; or Whoever knowingly makes any false statement, false representation, false report or false claim with respect to the character, quality, quantity, or cost of any work performed or to be performed, or materials furnished or to be furnished, in connection with the construction of any highway or related project approved by the Secretary of Transportation; or Whoever knowingly makes any false statement or false representation as to material fact in any statement, certificate, or report submitted pursuant to provisions of the Federal -aid Roads Act approved July 1, 1916, (39 Stat. 355). as amended and supplemented; Shall be fined under this title or imprisoned not more than 5 years or both." IX. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT This provision is applicable to all Federal -aid construction contracts and to all related subcontracts. By submission of this bid/proposal or the execution of this contract, or subcontract, as appropriate, the bidder, proposer, Federal -aid construction contractor, or subcontractor, as appropriate, will be deemed to have stipulated as follows: 1. That any person who is or will be utilized in the performance of this contract is not prohibited from receiving an award due to a violation of Section 508 of the Clean Water Act or Section 306 of the Clean Air Act. 2. That the contractor agrees to include or cause to be included the requirements of paragraph (1) of this Section X in every subcontract, and further agrees to take such action as the contracting agency may direct as a means of enforcing such requirements. X. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION This provision Is applicable to all Federal -aid construction contracts, design -build contracts, subcontracts, lower -tier subcontracts, purchase orders, lease agreements, consultant contracts or any other covered transaction requiring FHWA July 19, 2012 11 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS approval or that Is estimated to cost $25,000 or more — as defined in 2 CFR Parts 180 and 1200. 1. Instructions for Certification — First Tier Participants: a. By signing and submitting this proposal, the prospective first tier 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 first tier 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 first tier 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 contracting agency determined to enter into this transaction. If it is later determined that the prospective participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the contracting agency may terminate this transaction for cause of default. d. The prospective first tier participant shall provide immediate written notice to the contracting agency to whom this proposal is submitted if any time the prospective first tier 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," "participant," "person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180 and 1200. "First Tier Covered Transactions" refers to any covered transaction between a grantee or subgrantee of Federal funds and a participant (such as the prime or general contract). "Lower Tier Covered Transactions" refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). "First Tier Participant' refers to the participant who has entered into a covered transaction with a grantee or subgrantee of Federal funds (such as the prime or general contractor). "Lower Tier Participant" refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers). f. The prospective first 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 entering into this transaction. g. The prospective first tier 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 Transactions," provided by the department or contracting agency, entering into this covered transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold. 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 is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the Excluded Parties List System website (https://www.epls.aov/), which is compiled by the General Services Administration. i. Nothing contained in the foregoing shall be construed to require the establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of the prospective 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. 2. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion — First Tier Participants: a. The prospective first tier participant certifies to the best of its knowledge and belief, that it and its principals: (1) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency; (2) Have not within a three-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 property; (3) 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 (a)(2) of this certification; and (4) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State or local) terminated for cause or default. 12 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS b. Where the prospective 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 Participants: (Applicable to all subcontracts, purchase orders and other lower tier transactions requiring prior FHWA approval or estimated to cost $25,000 or more - 2 CFR Parts 180 and 1200) a. By signing and submitting this proposal, the prospective lower tier is providing the certification set out below. b. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, In addition to other remedies available to the Federal Government, the department, or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. c. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any lime the prospective lower tier participant learns that its certification was erroneous by reason of changed circumstances d. The terms "covered transaction," "debarred," "suspended," "ineligible," "participant," "person," "principal," and "voluntarily excluded," as used in this clause, are defined In 2 CFR Parts 180 and 1200. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. "First Tier Covered Transactions" refers to any covered transaction between a grantee or subgrantee of Federal funds and a participant (such as the prime or general contract). "Lower Tier Covered Transactions" refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). "First Tier Participant" refers to the participant who has entered into a covered transaction with a grantee or subgrantee of Federal funds (such as the prime or general contractor). "Lower Tier Participant" refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers). 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 exceeding the $25,000 threshold. July 19, 2012 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 is responsible for ensuring That its principals are not suspended, debarred, or otherwise Ineligible to participate in covered transactions., To verify the eligibility of its principals. as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the Excluded Parties List System website (https://www.epls.aov/) which is compiled by the General Services Administration. 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 Participants: 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 participating in covered transactions 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. XI. CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING This provision is 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 July 19, 2012 13 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. b. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 2. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification Is a prerequisite for making or entering into this transaction imposed by 31 U.S.C. 1352. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. 3. The prospective participant also agrees by submitting its bid or proposal that the participant 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. July 19, 2012 14 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS ATTACHMENT A - EMPLOYMENT AND MATERIALS PREFERENCE FOR APPALACHIAN DEVELOPMENT HIGHWAY SYSTEM OR APPALACHIAN LOCAL ACCESS ROAD CONTRACTS This provision is applicable to all Federal -aid projects funded under the Appalachian Regional Development Act of 1965. 1. During the performance of this contract, the contractor undertaking to do work which Is, or reasonably may be, done as on -site work, shall give preference to qualified persons who regularly reside in the labor area as designated by the DOL wherein the contract work is situated, or the subregion, or the Appalachian counties of the State wherein the contract work is situated, except: a. To the extent that qualified persons regularly residing in the area are not available. b. For the reasonable needs of the contractor to employ supervisory or specially experienced personnel necessary to assure an efficient execution of the contract work. c. For the obligation of the contractor to offer employment to present or former employees as the result of a lawful collective bargaining contract, provided that the number of nonresident persons employed under this subparagraph (1c) shall not exceed 20 percent of the total number of employees employed by the contractor on the contract work, except as provided in subparagraph (4) below. 2. The contractor shall place a Job order with the State Employment Service indicating (a) the classifications of the laborers, mechanics and other employees required to perform the contract work, (b) the number of employees required in each classification, (c) the date on which the participant estimates such employees will be required, and (d) any other pertinent information required by the State Employment Service to complete the Job order form. The job order may be placed with the State Employment Service in writing or by telephone. If during the course of the contract work, the information submitted by the contractor in the original job order is substantially modified, the participant shall promptly notify the State Employment Service, 3. The contractor shall give full consideration to all qualified job applicants referred to him by the State Employment Service. The contractor is not required to grant employment to any job applicants who, In his opinion, are not qualified to perform the classification of work required, 4. If, within one week following the placing of a Job order by the contractor with the State Employment Service, the State Employment Service is unable to refer any qualified job applicants to the contractor, or less than the number requested, the State Employment Service will forward a certificate to the contractor indicating the unavailability of applicants. Such certificate shall be made a part of the contractor's permanent project records. Upon receipt of this certificate, the contractor may employ persons who do not normally reside in the labor area to fill positions covered by the certificate, notwithstanding the provisions of subparagraph (1c) above. 5. The provisions of 23 CFR 633.207(e) allow the contracting agency to provide a contractual preference for the use of mineral resource materials native to the Appalachian region. 6. The contractor shall include the provisions of Sections 1 through 4 of this Attachment A in every subcontract for work which is, or reasonably may be, done as on -site work. RESOLUTION RE: ACTION OF BOARD CONCERNING WAIVER OF TEN-DAY WAITING PERIOD FOR CONSIDERATION AND INVESTIGATION OF BID #61300178, BRIDGE 69/380A FLOOD REPAIRS - DEPARTMENT OF PUBLIC WORKS WHEREAS, the Board of County Commissioners of Weld County, Colorado, pursuant to Colorado statute and the Weld County Home Rule Charter, is vested with the authority of administering the affairs of Weld County, Colorado, and WHEREAS, the Department of Purchasing has requested waiver of the ten-day waiting period for Bid Request #B1300178, Bridge 69/380A Flood Repairs, on behalf of the Department of Public Works, due to a necessary travel corridor and 2013 Flood damage, and WHEREAS, the Board of County Commissioners deems it advisable to waive the ten-day waiting period for said bid. NOW, THEREFORE, BE IT RESOLVED by the Board of County Commissioners of Weld County, Colorado, that the ten-day waiting period for Bid Request #81300178, Bridge 69/380A Flood Repairs, for the Department of Public Works, be, and hereby is, waived. BE IT FURTHER RESOLVED by the Board that the low bid from Lawrence Construction Company, in the amount of $1,477,750.00, be, and hereby is, accepted. The above and foregoing Resolution was, on motion duly made and seconded, adopted by the following vote on the 11th day of October, A.D., 2013. BOARD OF COUNTY COMMISSIONERS WELD CQt/f-r OLORADO Weld County Clerk to the Board BY:likeitM,��'f"g� Deputy Cle to the Board APP AS OCT 2 2 2013 Date of signature: Lcruc William F. Garcia, Chair Rademadher, Pro-Tem can P. Conway i e Freeman USED arbara Kirkmeyer ee '1I Ar GS1 (7 , 9vJ 2013-2889 PU289 01zZ BC0045 MEMORANDUM Date: October 10, 2013 To: Trevor Jiricek, Director of General Services From: Wayne Howard, P.E., County Engineer RE: Bid Request No. B1300178 Bridge 69/380A BOCC Approval Date October 11, 2013 Bids were received and opened on October 10, 2013 for contracted construction of Bridge 69/380A Emergency Flood Repairs. The project was advertised with three options for vendors to bid on which included completion of the project in 28 calendar days (Option 1), 42 calendar days (Option 2), and 56 calendar days (Option 3). Bids ranged from $1,477,750.00 to $2,172,175.00 with the lowest bid submitted by Lawrence Construction Company from Littleton, Colorado. The Engineer's Estimate for the project was $2,035,500.00. The submitted bids have been reviewed for errors and completeness. I identified a minor math error on the bid from J-2 Contracting which did not change the ranking of the bidders or the amount of the lowest bid submitted. No other errors or discrepancies were apparent. The bid tabulation has been submitted for your information. The low bid from Lawrence Construction Company from Littleton, Colorado was the lowest bidder and their bid was submitted only Option 1. Since this bid was the lowest and completes the project in the shortest duration, it is my recommendation to award the construction contract to Lawrence Construction Company for a total amount of $1,477,750.00. Lawrence is a well known construction firm and has successfully worked for Weld County on past projects. They have assured PW that they will begin the work no later than Monday, October 14, 2013. Liquidated damages in the amount of $1,600/day will be assessed beyond the 28 calendar day per the contract specifications. WELD COUNTY PURCHASING 1150 O Street Room 107, Greeley CO 80631 E -Mail: mwaltersco,weld.co.us E-mail: reverettco.weld.co.us Phone: (970) 356-4000, Ext 4222 or 4223 Fax: (970) 336-7226 DATE OF BID: OCTOBER 10, 2013 REQUEST FOR: BRIDGE 69/380A FLOOD REPAIRS DEPARTMENT: PUBLIC WORKS DEPT BID NO: #61300178 PRESENT DATE: OCTOBER 11, 2013 APPROVAL DATE: OCTOBER 11, 2013 **EMERGENCY** VENDORS OPTION #1 OPTION #2 OPTION #3 LAWRENCE CONSTRUCTION CO $1,477,750.00 NO BID NO BID 9002 N MOORE RD LITTLETON CO 80175 DURAN EXCAVATING INC $1,847,500.00 $1,827,500.00 $1,827,500.00 418 N 9TH AVE GREELEY CO 80631 J-2 CONTRACTING CO $2,071,265.80 $2,051,265.80 $2,031,265.80 PO BOX 129 GREELEY CO 80632 ROCHE CONSTRUCTORS INC $2,091,622.00 1,979,803.00 $1,979,803.00 361 71 ST AVENUE GREELEY CO 80634 DON KEHN CONSTRUCTION INC NO BID NO BID $2,172,175.00 6550 SOUTH COUNTY RD 5 FT COLLINS CO 80528 OPTION #1 - PROJECT COMPLETE IN 28 CALENDAR DAYS OPTION #2 - PROJECT COMPLETE IN 42 CALENDAR DAYS OPTION #3 - PROJECT COMPLETE IN 56 CALENDAR DAYS 2013-2889 K a w z 0 0 O LL Z r w d zw < 5co LU rn 4 0 O mm d0 fD 8 8 A 8 C 8. $ R 88 6 8 a 8 U 8 » 8 C 8 q 8 p 8 tS a 'x 8 w 8 G 8 .'. 8 » 0 a 8 « R 8 CI w 888S q 8 8 a 8 $ I 3 » 3 a d G««» ffi R a a 8 a R a 8^ a 8 p^ S S .� A= $ a: 8 g 8 E a 8 8 g 8 g a 4YW IY TOTAL k o i 8 F 8 @ a a g F 8 C» 8 @ § G s. e 8 Ry » « 8 @ Fi a 88 @ C I 7 « $ 8 .S. R§ p ^ 2» S R @ � G R. a S § 8 a 3$ § § « s 8 e 8 '8 a s n .: s § 9, w a .S Ct a w 8 a p R a a x S p .h A 8 . 8 82 8d « UNIT PRICE TOTAL Laarrea La.-rtaa 8 £ 8 E a 8 Y4. N. 8 R 8 » 8 $ 8 8 p 8 8 «« 8 a. 8$ o S« a 8 E 8 E a« 8 8 8 p 88 g a 8 S e a 8 E p 8 § w 28 8 g $ a« 8 tiS cc F 6i £ x G d � a 'c s» 8 8 8$$ 88 a s $ 8 a R 8§§ S p �. ^ a a O UNIT PRICE TOTAL dPearl brSccei 8 $ A 8 a$ a g » 2 g. 88 $§ 3 5 g a g "J 8 « 8 8 e « 8 g » 8 » 8 s « 2 g » 8 * a 2 g 5 8 8 § 8 §. a 8 s « 8 s « 8 « 8 'a dC' 82 § a b 8 8 a a 8 g ci « �g a S a g a ^ 8 8 a a 0 " 8 8 »» 8 8 § a' 8 88 a« I€ a a S ? 3 8 8 8 0 '8 gE8 R gg 5 R ei 8 ]t CALENDAR DAYS CONTRACT ITEM Dods owl O4Nmas Rmavl Pcmwl ofAaatay Mat Y 6 5. A N I fi 6 a R ^ r G A 2„ S g r a B S e R a n ^ BID REQUEST NO. B1300178 SET NO. WELD COUNTY DEPARTMENT OF PUBLIC WORKS CONTRACT BID DOCUMENTS AND SPECIFICATIONS FOR BRIDGE 69/380A EMERGENCY FLOOD REPAIRS October, 2013 Weld County Public Works Division of Engineering P.O. Box 758 1111 11 Street Greeley, Colorado 80632 970-304-6496 TABLE OF CONTENTS The following provisions take precedence over Specifications or Plans and supplement the 201 I 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, including all Standard Special Provisions which CDOT has issued. BIDDING REQUIREMENTS: *All Bidders must submit these forms at the Bid Opening. Invitation for Bids 3 Instructions to Bidders 4-6 Bid Proposal 7-8 *Bid Schedule (28 Calendar Days) 9-10 *Bid Schedule (42 Calendar Days) 11-12 *Bid Schedule (56 Calendar Days) 13-14 *Bid Signature Page 15 *Bid Bond 16-17 *IRS Fonn W-9 18 WELD COUNTY CONTRACT FORMS: **Low Bidder must submit these forms prior to Contract Award. **Notice of Award 19 **Agreement 20-23 Notice to Proceed 24 Change Order 25 Certificate of Substantial Completion 26 Lien Waiver 27 Final Lien Waiver 28 Notice of Acceptance 29 SPECIAL PROVISIONS Project Special Provisions 15 Pages Davis Bacon Wage Rates and FHWA Form 1273 23 Pages INVITATION FOR BIDS - B1300178 Public Notice is hereby given that Weld County, Colorado, hereinafter referred to as the "County" will receive sealed Bids for BRIDGE 69/380A EMERGENCY FLOOD REPAIRS. This project will require the Contractor to comply with the current Davis -Bacon wage rate decision and Federal -Aid Construction Contract Provisions. The project consists of emergency road and bridge repairs required to return flood damaged areas to pre -flood conditions. Major bid items include: debris and obstructions removal, excavation and embankment, aggregate base course, hot mix asphalt, and erosion control, A mandatory pre -bid conference will be held on Monday, October 7, 2013 at 9:00 AM, at the Weld County Public Works Department Building. The Public Works Building is located at 11 I 1 H Street in Greeley. Bidders must participate and record their presence at the pre -bid conference to be allowed to submit bids. A site tour will be conducted after the bid meeting. Bids will be received up to, but not later than Thursday, October 10, 2013 at 10:00 AM (WELD COUNTY PURCHASING TIME CLOCK) located at 1150 "O" Street, Greeley, CO. Bids shall be delivered to the Weld County Purchasing Department, 1150 "0" Street, P.O. Box 758, Greeley, Colorado 80632. Such bids will be publicly opened and read aloud at the above stated place and time. E -mailed bids or faxed bids may be sent prior to the bid opening to: mwaltcrs@co.weld.co.us or reverett(a),co.weld.co.us. An e-mail confirmation will be sent when we receive the bid. Bids may be faxed to (970)-336-7226 attention Purchasing. The bidder must include the following statement on the facsimile, "I hereby waive my right to a sealed bid". Please call Purchasing at (970)-336-7225 if you have any questions regarding bid submission procedures. Each Bid shall be made on the forms included in the Contract Documents and no Bidder may withdraw his Bid for a period of sixty (60) days from and after the date set for opening of Bids. Each Bid must be accompanied by a Bid Bond on an approved form in an amount equal to five percent (5%) of the Bid price, made payable to the Board of County Commissioners, County of Weld, State of Colorado, which shall be considered as liquidated damages and shall be forfeited to the County if said Bid is accepted and the Bidder fails to execute the Contract and file the required Documents within two (2) days after the acceptance of the Contractor's Bid by the Board of County Commissioners. The successful Bidder will be required to furnish, as part of the Contract Documents, an insurance certificate in the amount specified in the Contract Documents. The Board of Weld County Commissioners reserves the right to reject any or all bids, to waive any informality in bids, and to accept the bid that, in the opinion of the Board, is in the best interests of the Board and of the County of Weld, State of Colorado. Contract Documents may be obtained on or after October 7, 2013 at the Weld County Public Works Department, located at 1111 H Street, Greeley, Colorado 80632, or on the Purchasing Department website. Weld County, Colorado By: Trevor Jiricek Director of General Services (signed copy on file) INSTRUCTIONS TO BIDDERS INTRODUCTORY INFORMATION 1.1 Terms Defined: Terms used in these instructions to Bidders and elsewhere throughout the Contract Documents are defined in the General Conditions. 1.2 Familiarization with the Work: Before submitting his Bid, each prospective Bidder shall familiarize himself with the Work, the site where the Work is to be performed, local labor conditions and all local, state and federal laws, ordinances, rules, regulations and other factors affecting performance of the Work. lie shall carefully correlate his observations with requirements of the Contract Documents and Drawings and otherwise satisfy himself of the expense and difficulties attending performance of the Work. The submission of a Bid will constitute an incontrovertible representation by the Bidder that he has complied with every requirement of this paragraph. 1.3 Interpretation of Contract Documents to Prospective Bidders: Any prospective Bidder who discovers ambiguities or is in doubt as to the true meaning of any part of the Contract Documents or Drawings shall make a request to the Engineer for an interpretation thereof. Interpretations will be made only by Addenda, duly issued, and copies of each Addendum will be mailed or delivered to each Contract Document holder of record. Because of the time required to publish and deliver, no interpretation Addenda will be issued within the last two (2) days before the date set for opening of Bids. The Bidder shall be solely responsible for any interpretation of the Contract Documents or Drawings other than by duly issued Addenda. 1.4 Insurance Requirements: Unless otherwise noted, the Contractor shall be responsible for meeting the insurance requirements listed in the CDOT Standard Specifications, Section 107.15. 2. THE BID 2.1 Preparation of the Bid: Bidders arc required to use the Proposal Forms which arc included in this package and on the basis indicated in the Bid Fonns. The Bid Proposal must be filled nut completely, in detail, in ink and signed by the Bidder. Bids by partnerships must be executed in the partnership name and signed by a partner. His title must appear under his signature and the official address of the partnership must be shown below the signature. Bids by corporations must be executed in the corporate name by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign) and the corporate seal shall be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation shall be shown below the signature. Names of all persons signing must be printed below their signatures. A power of attorney must accompany the signature of anyone not otherwise authorized to bind the Bidder. 2.2 Submission of Bid: Bid Documents and other information shall be sealed in an envelope marked with the Contract title, the name and address of the Bidder, and addressed to the address designated in the Invitation to Bid. Deliver sealed Bid to the address designated in Invitation to Bid. 2.3 Modification or Withdrawal of Bid: Bids may be modified or withdrawn by an appropriate document duly executed in the manner that a Bid must be executed, and delivered to the place where Bids are to be submitted at any time prior to the final time set for receiving Bids. Bidders may modify or withdraw Bids by telegraphic communication at any time prior to the time set for receiving Bids provided the instruction is positively identified. Any telegraphed modification should not reveal the amended Bid price, but should provide only the addition, subtraction or modification. A duly executed document confirming the telegraphed modification shall be submitted within three days after Bids are opened. The Owner may at his sole discretion, release any Bid at any time. -4- 3. AWARD AND EXECUTION OF CONTRACT 3.1 Basis of Award: Only firm Bids will be considered. The award of the Contract, if it is awarded, will be to the lowest responsible bidder whose Bid compares favorably upon evaluation with other Bids. The Owner intends to award the Contract to the lowest responsible Bidder within the limits of funds available and to best serve its interests. The Owner reserves the right to waive informalities and/or irregularities and to reject any or all bids. 3.2 Evaluation of Bids: The evaluation of Bids will include consideration of Subcontractors and suppliers. All Bidders shall submit a list of all Subcontractors he expects to use in the Work with the Bid. The use of Subcontractors listed by the Bidder and accepted by Owner prior to the Notice of Award will be required in the performance of the Work. All Bidders shall submit with their Bid a list of the suppliers as indicated in the Bid Forms. 3.3 Contract Execution: The successful Bidder shall be required to execute the Contract and to furnish the Certificate of Insurance within two (2) calendar days of receipt of the Notice of Award. The Certificate of Insurance shall name Weld County as additional insured. Failure to execute the contract and furnish the required paperwork within the time frame mentioned above shall be just cause for the annulment of the Award and, in the event of such annulment, the Award may then be made to another Bidder, or the Owner may reject all Bids or call for other Bids. The Owner, within two (2) days of receipt of acceptable signed Contract from the successful Bidder will issue the Notice to Proceed. 4. PERFORMANCE, LABOR, MATERIAL AND PAYMENT BOND Not applicable. 5. INDIRECT COSTS 5.1 Governmental Fees: The cost of all construction licenses, building and other permits, and governmental inspections required by public authorities for performing the Work, which are applicable at the time Bids are opened and which are not specified to be obtained by the Owner, shall be included in the Bid price. 5.2 Royalties: The cost of all royalties and license fees on equipment and materials to be furnished and incorporated in the Work shall be included in the Bid price. 5.3 Tests and Inspections: Tests, inspections and related activities called for throughout the Bid Documents are a responsibility of the Contractor unless specified otherwise. The Bid prices shall include all costs arising from such responsibility. 5.4 Utilities: Unless otherwise specified, the Bidder shall include in his Bid the cost of all electrical, water, sanitary, gas, telephone, and similar facilities and services required by him in performing the Work. 5.5 Cash Allowances: The Bidder shall include in his Bid such sums as he deems proper for overhead costs and profits on account of cash allowances named in the Bid Documents. 6. SITE CONDITIONS 6.1 Familiarization with the Site: The prospective Bidder shall by careful examination, satisfy himself of the following: 6.1.1 Nature and location of the site where the Work is to be performed. 6.1.2 Character, quality, and quantity of surface and subsurface materials, water, structures and utilities to be encountered. 6.1.3 Character of construction equipment and facilities needed for performance of the Work. 6.1.4 General local conditions. 5 6.2 Access to the Site: The Bidder shall carefully review the bid documents and the Project Special Conditions for provisions concerning access to the site during performance of the Work. The Bidder shall carefully review the locations of the site where the work is to be performed. The Bidder shall make all arrangements, as deemed necessary, for access to property outside of County Right of Way, prior to beginning the work. 7. CONTRACTOR HIRING PRACTICES — ILLEGAL ALIENS Contractor certifies that it shall comply with the provisions of Colorado Revised Statutes (C.R.S.) 8-17.5-101, et seq. Contractor shall not knowingly employ or contract with an illegal alien to perform work under this Contract or enter into a contract with a subcontractor that fails to certify to Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Contract. Contractor represents, warrants, and agrees that it (a) has verified that it does not employ any illegal aliens, through participation in the Basic Pilot Employment Verification Program administered by the Social Security Administration and Department of Homeland Security, and (b) otherwise will comply with the requirements of C.R.S. 8-17.5-I02(2)(b). Contractor shall comply with all reasonable requests made in the course of an investigation under C.R.S. 8-17.5-102 by the Colorado Department of Labor and Employment. If Contractor fails to comply with any requirement of this provision or C.R.S. 8-17.5-101, et seq., Weld County may terminate this Contract for breach and Contractor shall he liable for actual and consequential damages to Contractor. Except where exempted by federal law and except as provided in C.R.S. 24-76.5-103(3), if Contractor receives federal or state funds under this Contract, Contractor must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. 24.76.5-103(4) if such individual applies for public benefits provided under this Contract. If Contractor operates as a sole proprietor. it hereby swears or athrms under penalty of perjury that it (a) is a citizen of the United States or is otherwise lawfully present in the f inited States pursuant to federal law, (b) shall produce one or the forms of identification required by C.R.S. 24-76.5-I01, et seq., and (c) shall produce one of the forms of identification required by C.R.S. 24-76.5-103 prior to the eflcctive date of this Contract. 6 BID PROPOSAL To: Weld County Purchasing Department P.O. Box 758, 1150 "O" Street Greeley, Colorado 80632 Attention: Trevor Jiricek, Director of General Services Bid Proposal for: BRIDGE 69/380A EMERGENCY FLOOD REPAIRS PROPOSAL The project consists of road and bridge repairs required to return flood damaged areas to pre -flood conditions. Major bid items include: debris and obstructions removal, excavation and embankment, aggregate base course, hot mix asphalt, and erosion control. Pursuant to and in full compliance with all Contract Documents the undersigned Bidder hereby proposes to furnish all labor and materials and to perform all Work required for the complete and prompt execution of everything described or shown in or reasonably implied from the Bidding Documents, including the Drawings and Specifications, for the Work above indicated for the monies indicated below which includes all State, County and local taxes normally payable with respect to such Work. The amounts stated include all allowances for profit and overhead, taxes, fees and permits, transportation, services, tools and equipment, labor and materials and other incidental costs. The Bidder and all Sub -Bidders shall include in their bid all Sales and Use Tax if applicable. State of Colorado and Weld County tax shall not be included. Upon application, the State of Colorado Department of Revenue shall issue to a Bidder or Sub - Bidder a Certificate or Certificates of Exemption indicating that the purchase of construction or building materials is for a purpose stated in Section 39-26-1 14, CRS, and is free front Colorado State Sales Tax. EXAMINATION OF DOCUMENTS AND SITE The Bidder has carefully examined the Bidding Documents, including the Drawings and Specifications, and has examined the site of the Work, so as to fully appraise himself of the conditions at the site and to gain a clear understanding of the Work to be executed and is thoroughly familiar with all local, state and federal laws, ordinances, rules, regulations and other factors affecting performance of the Work. PROPOSAL GUARANTEE This Bid Proposal is accompanied by the required Bid Bond of live percent (5%) based upon the Total Cost of all items required to be Bid. Weld County, Colorado is authorized to hold said Bid Bond for a period of not more than sixty (60) days after the opening of the Bids for the Work indicated, unless the undersigned Bidder is awarded the Contract within said period, in which event the Owner may retain said Bid Bond until the undersigned Bidder has executed the required Agreement and furnished the required Certificates of Insurance. TIME OF COMPLETION The Bidder agrees to make his best effort to complete the entire Project as soon as possible and within the time specified in the Project Special Conditions after the issuance of the Notice to Proceed subject to the Articles on Time for Completion and Liquidated Damages of the General Conditions of the Contract. EXECUTION OF DOCUMENTS The Bidder understands that if this Bid Proposal is accepted, he must execute the required Agreement and furnish the required Insurance Certificates within two (2) days from the date of Notice of Award. METHOD OF AWARD The Owner reserves the right to reject any Bid from any Bidder whom the Owner deems is unfit or unqualified to complete the Work as specified regardless of the amount of the Bid. It is understood by the Bidder how Bids shall be awarded and that should the cost of the Bid exceed budgeted funds, the Owner reserves the right to reject any or all Bids or portions of Work Bid or the use of any of the methods stated in the Instructions to Bidders to obtain the most advantageous Bid price. All bids will be reviewed by the Owner and Engineer. For any discrepancy between words and figures; the words will control. All mathematics will be checked and the correct total used for determining the low bidder. ITEM 28 CALENDAR DAYS BID NO. BID SCHEDULE UNIT QUANTITY UNIT PRICE (WRITTEN WORDS) UNIT PRICE TOTAL PRICE ITEM DESCRIPTION (DOLLARS) (DOLLARS) DEBRIS AND OBSTRUCTIONS 202 REMOVAL CY 1.000 $ $ 202 REMOVAL OF ASPHALT MAT SY 5.000 $ $ 202 SAWCUTTING ASPHALT MAT LF 2,500 $ $ 203 UNCLASSIFIED EXCAVATION CY 20,000 $ $ 203 MUCK EXCAVATION CY 2.000 $ $ EMBANKMENT (GIP) (R = 20 203 MINIMUM) CY 40,000 $ $ 203 PROOF ROLLING HOUR 40 $ $ 203 UTILITY POTHOLING HOUR 40 $ $ 203 BACKHOE HOUR 80 $ $ 203 BLADING HOUR 80 $ $ STRUCTURE BACKFILL 206 (FLOW -FILL) CY 100 $ $ 207 TOPSOIL (IMPORT) CY 2.000 $ $ 208 EROSION LOG (12 INCH) LF 2 000 $ $ 208 SILT FENCE LF 5,000 $ $ TURF REINFORCEMENT MAT 216 (CLASS 1) SY 2,000 $ $ UNIT PRICE (WRITTEN WORDS) UNIT PRICE TOTAL PRICE (DOLLARS) (DOLLARS) O O O O O O O r • O O O O O uC) N • O O a O O 6 r x ER fA 69 EA EA EA 49 69 ER EA 69 EH *100,000.00 *25.000.00 0 O O O O 6 I • EA U) ER EA to ER 69 to EAI EAI EA to ONE HUNDRED THOUSAND AND 00/100 DOLLARS TWENTY FIVE THOUSAND AND 00/100 DOLLARS 700 F/A EROSION CONTROL FA 1 TEN THOUSAND AND 00/100 DOLLARS BID QUANTITY 0 0 0 O 500 0 0 to N 0 0 0 U5 0 0 0 N 0 0 0 r r , , .- H Z Z 0 Z 0 Z 0 c AS AD EACH LS LS L LL 28 CALENDAR DAYS BID SCHEDULE ITEM DESCRIPTION AGGREGATE BASE COURSE (CLASS 6) (R=69 or greater) HMA (GRADE S) (100) (PG64-22) HMA - PATCHING (GRADE S) (100) (PG64-22) GEOGRID (SUBGRADE STABILIZATION) GEOTEXTILE (SEPARATOR) RIPRAP (12 INCH) SANITARY FACILITY CONSTRUCTION SURVEYING 2 0 F- _ ai 0 2 F/A MINOR CONTRACT REVISIONS F/A DEWATERING H Z 304 403 0 420 420 in 620 625 626 N N *INCLUDE ALL FORCE ACOUNT ITEMS IN BID. 28 CALENDAR DAYS TOTAL BID (Dollars) 0 i.-4 0 O O m J O f — U, ›- 0 N CI m 2 co W F- F - 2 D O U W U O LU -J J W C D J U 2 N 1 TOTAL PRICE (DOLLARS) 69 69 69 64 co di 69 69 69 EA 69 (A 69 EA 69 UNIT PRICE (DOLLARS) 69 69 V) S CO CA 69 CO EA EA CA CO V) EA fA UNIT PRICE (WRITTEN WORDS) 208 SILT FENCE LF 5,000 TURF REINFORCEMENT MAT 216 (CLASS 1) SY 2,000 BID QUANTITY O 0 5,000 2,500 0 N 0 0 N O o V Q 0 0� o N o N F z AD AD AO AS AD CC 7 0 CC 0 =O CC 0 0 TM AD af1OH CY LF 56 CALENDAR DAYS BID SCHEDULE ITEM DESCRIPTION DEBRIS AND OBSTRUCTIONS REMOVAL REMOVAL OF ASPHALT MAT SAWCUTTING ASPHALT MAT UNCLASSIFIED EXCAVATION MUCK EXCAVATION EMBANKMENT (CIP) (R = 20 MINIMUM) PROOF ROLLING UTILITY POTHOLING BACKHOE BLADING STRUCTURE BACKFILL (FLOW -FILL) TOPSOIL (IMPORT) EROSION LOG (12 INCH) f- Z N N N N N N M N M N M N 203 203 203 CO N N 206 207 208 Hl 10 O En' J Q H O >- U) Q Q ❑ 2 W J Q U co U) 0 z 2 w F - z O 0 Q W O Ct J J Q w C J z Z v NOTE: The following are items of work to be completed by Weld County (or their representative): • Materials Quality Acceptance Testing • Construction Inspection • Traffic Control RECEIPT OF ADDENDA The undersigned acknowledges receipt of the following Addenda to the Invitation for Bids, Drawings, Specifications and other Contract Documents. Addendum No(s). Dale: I3y: Bidder agrees to perform all Work described in the Contract Documents for the unit prices as shown in the Bid Schedule. Payment will be based on the Lump Sum price or the actual quantities famished, installed or constructed. SIGNATURES: Dated this day of , 2013. FIRM NAME: BY: TITI.E: BIDDER'S LEGAL SIGNATURE: STATE OF INCORPORATION:__ ADDRESS: TELEPHONE NO: FAX NO: ATTEST (SIGNATURE): - 15 - BID BOND BRIDGE 69/380A EMERGENCY FLOOD REPAIRS KNOW ALL MEN BY THESE PRESENTS that as Principal, and as Surety, are hereby held and firmly bound unto Weld County, Colorado (hereinafter called the "Owner") in the penal sum of Dollars (5 ), lawful money of the United States of America, for the payment of which sun well and truly to he made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly to these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas the Principal has submitted the accompanying Bid dated 2013 for the BRIDGE 69/380A EMERGENCY FLOOD REPAIRS as set out in the accompanying Bid. WHEREAS, the Owner has required as a condition for receiving said Bid that the principal deposit with the Owner either a certified check equivalent to not less than five percent (5%) of the amount of said Bid or in lieu thereof furnish a Bid Bond for said amount conditioned such that in the event of failure to execute the proposed Contract for such construction if the Contract is to be awarded to him, that said sum be paid immediately to the Owner as liquidated damages and not as a penalty for the principal's failure to perform. NOW THEREFORE, if the principal shall, within the period specified therefor: A. On the attached prescribed fors presented to him for signature, enter into a written Contract with the Owner in accordance with his Bid as accepted, and give a Performance Bond with good and sufficient sureties, as may be required upon the forms prescribed by the Owner for the faithful performance and the proper fulfillment of said Contract, or B. Withdraw said Bid within the time specified, or C. Pay to the Owner the sum determined upon herein as liquidated damages, and not as a penalty, then this obligation shall be void and of no effect, otherwise to remain in full force and effect. IN WITNESS WHEREOF, the above parties have executed this instrument under their several seals this day of 2013 the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative pursuant to authority of its governing board. ATTEST: By: ATTEST: By: Principal Address By: Surety Address - 16 - INSTRUCTIONS 1.1 The full firm name and residence of each individual party to the bond must be inserted in the first paragraph. 1.2 If the principal is a partnership, the full name of all partners must be inserted in the first paragraph which must recite that they are partners composing the partnership (to be named), and all partners must execute the bond as individuals. 1.3 The state of incorporation of each corporate party to the bond must be inserted in the first paragraph and the bond must be executed under the corporate seal of said party attested by its secretary or other authorized officer. 1.4 Power of Attorney must accompany this bond when signed by other than an officer of either the principal or surety. 1.5 A standard printed bond fonn may be used in lieu of the foregoing form provided that the security stipulations protecting the Owner are not in any way reduced by use of such standard printed bond form. _17_ Form IN (Rev. October 2007) [etaimMl Or a» Tracery Iry ter nev... an.n:• -9 Request for Taxpayer Identification Number and Certification Give fart to the requester. Do not send to the IRS. cY m a 5 Nome (as *harm on your Income tax return) Business name. it different tram above Crack cpproprlote boxy LJ lnaalduaueole propriety LJ Corporation fJ Parbsorctp ❑ Limited foblity company Enter the to dassifcation lD dlaregerded entity, Cecorporation, Pyytnaehip) ► . i 1 Ctnr ere mt9.c:mc ► Address (number. street. and apt or wits no.) Ley, mate, ono ZID coda ❑ Exempt payee Requester'* name end address (optiaw) List account nvnber(at here mptenee Part I Taxpayer Identification Number (TIN) Enter your TIN lit the appropriate box. The TIN provided must motch the nano given on Unto 1 to avoid Sodai enyeny ^Lo her backup withholding For individuals. this is your social security number (SSN). However. (or a resident alien. solo proprietor, er drerenardod entity. Coo to Pan I Instruction on page 3 For other entitles. It le your employer Idenlilicalim number (FIth. II you do not have a number. seeHov to got a TIN on page 3. or Note. If the account is In mote than one name. see the chart on page 4 for guidelines on whose I Employer Identification number number to enter, Part II Certification Under penalties of perjury. I certify that: 1. The number shown on this form Is my correct taxpayer identification number (or I am waiting for a number to be issued to me), and 2. I am not subject to backup ventilate -Wig because. (a) I an exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) Mat I sin subject to badetp withholding as a result of a failure to report all Interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup vent ending. and 3. I em a U.B. citizen or other U.S. pawn (dotted below). Certification Instructions. You must cross out item 2 above it you have been nailed by the IRS that you are currently subject to backup wlthhdding because you have failed to report aL Interest and elvdende on your tax return. For real estate transactions, Item 2 does not apply For mortgage interest paid, twshmelicn or abendonnent of secured property. canceiiatlon of debt, contributions to an individual retirement Arrangement IRA). and generally payments other than Interest and dividends, you are not required to sign the Certification, but you must promdo you camel 1114 See the instructions on page 4. 61911 Signature of Here us. porcon ► General instructions Section references are to the Internal Revenue Code unless otherwise rated. Purpose of Form A person who i9 required to hie tin mtcrrrntion return vrdit the IRS must obtain your correct taxpayer Identification number (TIN) to report. fa example. Income paid to you real astute transactions. mortgage interest you paid. acquisition or abandonment of scoured property. cancellation of debt. or contributions you made to an IRA Use Form W-9 only if you are a US. person (Including a resident allen). to provide your correct TIN to the person requesting It (the requester) and. when applicable. to: 1 Certify that the 71N you are giving is correct (a you are wafting for a number to be Issued). 2. Certify that you are not subjod to backup withholding. or 3 Claim exemption front backup wIthhw!ding it you are a U S exempt payee If applicable. you are also certifying that as a U.S. person, your allocable share of any partnership income nom a U.S trade a business is not subject to the withholding tax on foreign palmate' shore of effectively connected Income Note. If a requester gives you a form other than Form W-9 to request your TIN, you must use the requester's fam If ft is substantially similar to this Form W-9. Data Jr Detnitlon of a U.S. person. For federal tax purposes, you are considered a U.S. person It you are: • An individual who's a U.S. citizen Of U. 5. resident alien. • A partnership, corporation, company, or association created or organized In the United States or under the laws of the United Slates, • An estate (other than a foreign estate). or • A domestic trust (as donned In Regulations section 301.7701-7), Special rules for partnerships. Partnerships that conduct a trade a business In the United States are generally requred to pay a withholding tax on any foreign partners' share of Intorne from such business Further, In certain cases where a Form W-9 has not been received. a partnership Is required to presume that a partner is a foreign person, and pay the withholding tax. Therefore. If you are a U.S. person that Ls a partner In a partnership conducting a bade or business in the Unclad Stales. provide Form W-9 to the partnership to establish your U.9 status and avoid withholding on your share of partnership income The parson who gees Form W-9 to the partnership for purposes of estadMhing as U.S *talus and avoiding withholding en Ms allocable share of net Income front the partnership conducting a trade or business in the United States is in the following cases • The U.S. owner of a disregarded entity and not the entity, Cat.No. 10291x Form W-9 (Rev.10.2007) -IS- NOTICE OF AWARD BRIDGE 69/380A EMERGENCY FLOOD REPAIRS To: Project Description: The project consists of road and bridge repairs required to return flood damaged areas to pre -flood conditions. Major bid items include: debris and obstructions removal, excavation and embankment, aggregate base course, hot mix asphalt, and erosion control. 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 $ or as shown in the Bid Schedule. You are required by the Instructions to Bidders to execute the Agreement and furnish the required Certificates of Insurance within two (2) calendar days from the date of this Notice to you. If you fail to execute said Agreement and to furnish said Certificate of Insurance within two (2) 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 arc required to return an acknowledged copy of this Notice of Award to the Owner. Dated this day of , 2013 Weld County, Colorado, Owner By Michael Bedell, P.E., Senior Engineer ACCEPTANCE OF NOTICE Receipt of the above Notice of Award is hereby acknowledged by (Contractor) Dated this day of .2013 By: Title: _19_ WELD COUNTY AGREEMENT FOR CONSTRUCTION SERVICES THIS AGREEMENT is made and entered into this day of , 2013, by and between the County of Weld, a body corporate and politic of the State of Colorado, by and through its Board of County Commissioners, whose address is 1150 "O" Street, Greeley, Colorado 80631 hereinafter referred to as "County," and , [an individual], [a limited liability partnership] [a limited liability company] [a corporationjwhose address is hereinafter referred to as "Contractor". WITNESSETH: SETH: WHEREAS, County requires the construction services of an independent contract construction professional to perform the following "Construction Services: BRIDGE 69/380A EMERGENCY FLOOD REPAIRS described in the Invitation for Bid No. B 1300178; those services are more specifically listed in the Contract Documents enumerated below, particularly Documents A, B, and C, copies of which are attached hereto and made a part hereof as Exhibits A, B, and C, and WHEREAS, Contractor is able and willing to perform the required Construction Services, according to the terms of this Agreement and pursuant to the Contract Documents: (A) Invitation for Bids (B) Instructions to Bidders (C) Bid Proposal (D) Bid Bond (E) Form FHWA 1273 Required Contract Provisions (attached) (F) Required Project Forms (G) Agreement (H) N/A (I) N/A (J) 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" (S) Addenda: (T) Davis Bacon Wage Rates - 20 - NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: TERM: The term of this Agreement shall be from the date of the execution of this Agreement, through and until the Notice of Acceptance. Contractor shall commence construction services within two (2) days following the execution of this Agreement. This Agreement may be extended upon mutual written agreement of the parties. No changes in compensation for extension terms shall he made, unless specifically agreed to in writing by the parties. SERVICES PROVIDED BY CONTRACTOR: Contractor agrees to perform the Construction Services described in the Contract Documents and comply with the terms therein for the total compensation of and no/100 Dollars ($ ), as set forth in Contractor's bid proposal (Exhibit C) COMPENSATION: County agrees to pay Contractor for all services performed hereunder as follows: Contractor shall be paid in accordance with the terms of the Contract Documents. INDEPENDENT CONTRACTOR: Contractor agrees that it is an independent contractor and that neither Contractor's officers, nor employees will become employees of County, nor entitled to any employee benefits from County as a result of the execution of this Agreement. INDEMNIFICATION. DESIGN AND INSURANCE: Contractor shall be responsible for the professional quality, technical accuracy, timely completion and the coordination of all services rendered by Contractor and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. Contractor shall indemnify and save harmless County, its officers, and employees, from suits, actions, or claims of any type or character brought because of any and all injuries or damage received or sustained by any person, persons, or property on account of the operations of the Contractor; or failure to comply with the provisions of the Contract; or on account of or in consequence of neglect of the Contractor in safeguarding the work; or through use of unacceptable materials and/or materials not identified in the Contract Documents in constructing the project; or because of any act or omission, neglect, negligence or misconduct ofContractor; or because of any claims or amounts recovered from any infringements of patent, trademark, or copyright, unless the design, device, material or process involved is specifically required by the Contract documents; or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law. ordinance, order, or decree. County may retain as much of any moneys due Contractor under any this Agreement as may be determined by it to be in the public interest. Contractor shall obtain, and maintain at all times during the term of this Contract, insurance in the following kinds and amounts: a. Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of Contractor's employees acting within the course and scope of their employment. b. Commercial General Liability Insurance written on ISO occurrence form CG 00 01 10/93 or equivalent, covering premises operations, fire damage, independent Contractors, products and completed operations, blanket contractual liability, personal injury, and advertising liability with minimum limits as follows: -21- i. $1,000,000 each occurrence; ii. $2,000,000 general aggregate; iii. $2,000,000 products and completed operations aggregate; iv. $50,000 any one fire; and v. $500,000 errors and omissions. NON -ASSIGNMENT: Contractor may not assign or transfer this Agreement, any interest therein or claim thereunder, without the prior written approval of County. ACCESS 1'O RECORDS: County shall have access to Contractor's financial records for the purposes ofaudit. Such records shall be complete and available for audit 90 days after final payment hereunder and shall be retained and available for audit purposes for at least five years after final payment hereunder. TERMINATION: Either party may terminate this Agreement at any time by providing the other party with a 10 -day written notice thereof Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. TIME OF TILE ESSENCE: Time is of the essence in each and all of the provisions of this Agreement. ENTIRE AGREEMENT/MODIFICATIONS: This Agreement constitutes the entire understanding between the parties with respect to the promises and covenants made therein. No modification of the terms of this Agreement shall be valid unless made in writing and agreed to by both parties. NON -APPROPRIATION: No portion of this Agreement shall be deemed to create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. WAIVER OF IMMUNITIES/THIRD PARTY LIABILITY: No portion of this Agreement shall be deemed to constitute a waiver of any immunities of County or its officers or employees may possess, nor shall any portion of this Agreement be deemed to have created a duty of care with respect to any persons other than County and not a party to this Agreement. COUNTY' REPRESENTATIVE: County may designate, prior to commencement of work, its project representative ("County Representative") who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders. and other clarification or instruction shall be directed to County Representative. ACCEPTANCE NOT WAIVER: County's approval of drawings, designs, plans, specifications, reports, and incidental work or materials furnished hereunder shall not in any way relieve Contractor of responsibility for the quality or technical accuracy of the work. County's approval or acceptance of, or payment for, any of the services shall not be construed to operate as a waiver of any rights or benefits provided to County under this Agreement. OWNERSHIP: All work and information obtained by the Contractor under this Agreement or individual work order shall become the property of the County. This includes, but is not limited to, reports, data, plans, drawings, records and computer files. - 22 - COMPLIANCE Will I DAVIS-BACON WAGE RATES: Contractor understands and agrees that the work shall be in compliance with the Davis Bacon Wage Rates, (a copy of which is attached hereto as Exhibit T and made a part hereof by this reference). CONIPI.IANCE WiltI COLORADO DEPARTMENT OF TRANSPORTATION ("CDOE') REGULATIONS AND STANDARDS The work performed by Contractor pursuant to this Agreement shall comply with all current CDOT Standard Specifications for Road and Bridge Construction and the latest CDOT M & Standards. IN WITNESS WHEREOF, the parties hereto have signed this Agreement this day of . 2013. CONTRACTOR: By: Name: Title: COUNTY: ATTEST: Weld County Clerk to the Board By: Deputy Clerk to the Board Date COUNTY OF WELD, a political subdivision of the State of Colorado By: William F. Garcia, Chairman Board of County Commissioners of the County of Weld - 23 - NOTICE TO PROCEED BRIDGE 69/380A EMERGENCY FLOOD REPAIRS To: Date: Name of Project: BRIDGE 69/380A FLOOD REPAIRS, Bid No. B1300178. You are hereby notified to commence Work in accordance with the Agreement dated The Contract Time allowed in the Agreement is CALENDAR DAYS. The substantial completion date for all Work is therefore approximately Weld County, Colorado, Owner By: Michael Bedell, P.E., Senior Engineer ACCEPTANCE OF NOTICE Receipt of the above Notice to Proceed is hereby acknowledged by: (Contractor) Dated this _ day of 2013. By Title - 24 - CHANGE ORDER NO. (EXAMPLE) BRIDGE 69/380A EMERGENCY FLOOD REPAIRS Date: Project: BRIDGE 69/380A EMERGENCY FLOOD REPAIRS, Bid No. 81300178. 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 working days. The date for completion of all Work will be: RECOMMENDED: Owner Representative: Engineer: APPROVALS: Contractor: Owner: William F. Garcia (Chair) - 25 - Date: Date: Date: _ Date: CERTIFICATE OF SUBSTANTIAL COMPLETION BRIDGE 69/380A EMERGENCY FLOOD REPAIRS Owner's Project No: EM-BR69/380A Engineer's Project No: EM-BR69/380A Project: BRIDGE 69/380A EMERGENCY FLOOD REPAIRS Bid No. 131300178 Contractor: Contract For: Construction 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 7 calendar days of the above date of Substantial Completion. To be effective, this form must be signed by the Owner, the Engineer, and the Contractor. Owner: Date: Engineer: Date: Contractor: Date: - 26 - LIEN WAIVER (GENERAL CONTRACTOR) BRIDGE 69/380A EMERGENCY FLOOD REPAIRS TO: Weld County Public Works Attn: Michael Bedell, P.E., Senior Engineer P.O. Box 758 Greeley, Colorado 80632 Gentlemen: 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: BRIDGE 69/380A EMERGENCY FLOOD REPAIRS, Bid No. B1300178 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. Contractor By: Title: Date: STATE OF ) ss. COUNTY OF The foregoing instrument was acknowledged before me this day of ,2013 by My commission expires: Notary Public _ - 27 - FINAL LIEN WAIVER (SUBCONTRACTORS) BRIDGE 69/380A EMERGENCY FLOOD REPAIRS To All Whom It may Concern: WHEREAS, the undersigned has been employed by (A) to furnish labor and materials for (B) work, under a contract (C) for the improvement of the premises described as (D) County of , Slate 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. (Affix Corporate seal here) INSTRUCTIONS FOR FINAL WAIVER (F) (SEAL) (Name of sole ownership, corporation or partnership) (SEAT,) (Signature of Authorized Representative) fitic: (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. - 28 - NOTICE OF ACCEPTANCE BRIDGE 69/380A EMERGENCY FLOOD REPAIRS TO: Date: RE: BRIDGE 69/380A EMERGENCY FLOOD REPAIRS, Bid No. B 1300178. 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 Weld County, Colorado, Owner By: Michael Bedell, P.E., Senior Engineer ACCEPTANCE OF NOTICE Receipt of the above Notice of Acceptance is hereby acknowledged by (Contractor) Dated this day of 2013. - 29 - Project Number EM-BR69/380A October 2, 2013 WELD COUNTY BRIDGE 69/380A EMERGENCY FLOOD REPAIRS The Colorado Department of Transportation 2011 Standard Specifications for Road and Bridge Construction, including all applicable Standard Special Provisions control construction of this project. The following special provisions supplement or modify the Standard Specifications and take precedence over the Standard Specifications and plans. PROJECT SPECIAL PROVISIONS Index Pages Notice to Bidders and General Notes Commencement and Completion of Work Revision of Section 105 — Claims for Contract Adjustment Revision of Section 107 — Legal Relations and Responsibility Revision of Section 109 - Measurement and Payment Revision of Section 202 — Asphalt Mat Revision of Section 203 — Excavation and Embankment Revision of Section 304 - Aggregate Base Course Revision of Section 403 - Hot Mix Asphalt Revision of Section 403 - Hot Mix Asphalt Ticket Collection Revision of Section 625 —Construction Surveying Force Account Items (October 2, 2013) 1 (October 2, 2013) 2 (October 2, 2013) 3 (October 2, 2013) 4 (October 2, 2013) 5 (October 2, 2013) 6 (October 2, 2013) 7 (October 2, 2013) 8 (October 2, 2013) 9 (October 2, 2013) 10-12 (October 2, 2013) 13 (October 2, 2013) 14 (October 2, 20 I 3) 15 Project Number EM-BR69/380A October 2, 2013 NOTICE TO BIDDERS The proposal guaranty shall be a certified check, cashier's check, or bid bond in the amount of 5 percent of the Contractor's total bid. Pursuant to subsections 102.04 and 102.05, it is recommended that bidders on this project review the work site and plan details. Information regarding the project may be obtained from the following authorized representatives. Michael Bedell, P.E. Senior Engineer Weld County Public Works Department 1111 H. Street Greeley, CO 80632 Office Phone: (970) 304-6496, extension 3706 -OR- Wayne Howard, P.E. County Engineer Weld County Public Works Department 1 1 1 1 H. Street Greeley, CO 80632 Office Phone: (970) 304-6496, extension 3788 The above referenced individuals are the only representatives of the Department with authority to provide any information, clarification, or interpretation regarding the plans, specifications, and any other contract documents or requirements. GENERAL NOTES • The unit weight used for calculating aggregate base course bid quantities is 133 pounds per cubic foot. • The unit weight used for calculating hot mix asphalt bid quantities is 150 pounds per cubic foot. • All imported embankment material shall have a minimum R -Value of 20. • All imported aggregate base course shall have a minimum R -Value of 69. • The Contractor shall be required to maintain drainage during the work. Any rework of materials due to lack of this maintenance shall be repaired at the Contractor's expense. • Removal items shall be verified by the Inspector prior to their removal from thejobsite. • Weld County will be responsible for traffic control, signing, and striping required. • The Contractor shall verify and document the condition of existing utilities with the Project Inspector and the utility owner prior to commencing work. 2 Project Number EM-BR69/380A October 2, 2013 COMMENCEMENT AND COMPLETION OF WORK The Contractor shall commence work under the Contract on or before the 2nd day following the date of award unless such time for beginning the work is changed by the County in the "Notice to Proceed." The Contractor shall complete all work within the calendar days in accordance with the "Notice to Proceed." The Contract Time will depend on which Bid Schedule is awarded to the Contractor (28 calendar days, 42 calendar days, or 56 calendar days). Salient features to be shown on the Contractor's Progress Schedule are: (1) Removal of Debris and Obstructions (2) Roadway Rough Grading (3) Roadway Surfacing (4) Guardrail, Topsoil and Final Grading (5) Site Cleanup and Punch List Section 108 of the Standard Specifications is hereby revised for this project as follows: Subsection 108.03 shall include the following: The Contractor's progress schedule may be a Bar Chart Schedule. 3 Project Number EM-BR69/380A October 2, 2013 REVISION OF SECTION 105 CLAIMS FOR CONTRACT ADJUSTMENT Sections 105 of the Standard Specifications are hereby revised for this project as follows: In subsection 105.21, shall be revised as follows: The Colorado Department of Transportation will not participate in the resolution for any claims filed by the contractor. Contract claims will follow the appropriate procedures of Subsection 105.21 except that all claims will be handled by Weld County. The Weld County Attorney shall be the designated authority associated with the resolution for any claims filed by the Contractor. The following terms shall be defined as follows: Project Engineer shall be Weld County Public Works, acting directly or its duly authorized representative. District Engineer shall be Weld County Public Works, acting directly or its duly authorized representative. Chief Engineer shall be Weld County Public Works, acting directly or its duly authorized representative. 4 Project Number EM-BR69/380A October 2, 2013 REVISION OF SECTION 107 LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC Section 107 of the Standard Specifications is hereby revised for this project as follows: Subsection 107.06 shall be revised to include the following: The Contractor and any subcontractor shall not require any laborer or mechanic employed in performance of the Contract to work in surroundings or under working conditions which are unsanitary, hazardous, or dangerous to his health or safety, as determined under construction safety and health standards (Rules and Regulations of the Federal Occupational Safety and Health Act of 1970 (OSHA) and as amended). All facilities and work conditions shall comply with Colorado and local Health Department Regulations and with OSHA requirements. Subsection 107.17 - Delete the fourth paragraph beginning with "Loss, injury, or damage to the contract work..." and replace with the following: Loss, injury or damage to the work due to unforeseeable causes beyond the control of and without fault or negligence of the Contractor, including but not restricted to acts of God, such as flood, earthquake, tornado, or other cataclysmic phenomenon of nature shall be restored by the Contractor at no cost to the County. Subsection 107.17 shall be revised to include the following: The Contractor shall assess and understand the risk of working within a waterway. Such risks include but are not limited to: flood, high groundwater and fluctuations in flows. The Contractor shall be responsible for constructing and maintaining all temporary facilities within the waterway such as cofferdams and diversion of channel flows. In no case will the cost of constructing and maintenance of these facilities be paid for separately, such work shall be incidental to the cost of other items. The cost of dewatering shall be incidental to other items, and will not be paid for separately. Subsection 107.25 — The Contractors attention is directed to this subsection. The requirements as called out in this subsection will be strictly enforced. 5 Project Number EM-BR69/380A October 2, 2013 REVISION OF SECTION 109 MEASUREMENT AND PAYMENT Section 109 of the Standard Specifications is hereby revised for this project as follows: Subsection 109.06 Partial Payments, (a) Standard Amount Retained, shall be revised as follows: Delete the second sentence beginning with "The amount retained...", and replace with the following: The amount retained will be 10% of the value of the completed work, to a maximum of 5% of the original contract amount. Subsection 109.07 Payment for Material on Hand (Stockpiled Material) shall be deleted and replaced with the following: Partial monthly payments to the Contractor for completed work will include payment only for materials actually incorporated in the work unless otherwise approved by the Engineer. 6 Project Number EM-BR69/380A October 2, 2013 REVISION OF SECTION 202 REMOVAL OF ASPHALT MAT Section 202 of the Standard Specifications is hereby revised for the project as follows: In subsection 202.01, add the following: This work includes removal, and disposal of the existing asphalt mat within the project limits as shown on the plans or at locations directed by the Engineer. In subsection 202.02 delete the seventh paragraph and replace with the following: The existing asphalt mat, which is estimated to vary in thickness from 4 inches to 6 inches thick, shall be saw -cut and removed. The removed asphalt shall become the property of the Contractor and be disposed of by any one of the following described methods: 1.) Milled and chunks used as embankment construction in accordance with subsection 203.06. 2.) Milled and chunks used in bottom of fills outside the roadway prism as approved by the Engineer. 3.) Removed from the project and disposed of by the Contractor. Note: Plan quantities do not include the reuse of the existing asphalt mat as described in methods I and 2. If the Contractor chooses methods I or 2, no adjustments to excavation or embankment quantities will be made. 7 Project Number EM-BR69/380A October 2, 2013 REVISION OF SECTION 203 EXCAVATION AND EMBANKMENT Section 203 of the Standard Specifications is hereby revised for this project as follows: Subsection 203.03(a), first paragraph after the second sentence add the following: All embankment material shall consist of material that is essentially a granular soil with a minimum "R" value of 20. The source of borrow material is not designated. The Contractor shall not obtain borrow material, other than that developed on the site, from more than one source without the written approval of the Engineer. The Contractor shall furnish evidence that the borrow material from the site or other sources, for use in the roadway embankment, meets the above requirements and shall pay for such tests as may be required to show compliance. All material shall be sampled and tested in accordance with the appropriate Colorado Department of Transportation or AASI-ifO procedures. Subsection 203.14 shall be revised to include the following: Delete the fifth and sixth paragraphs beginning with "Excavated materials which..." and "Payment for..." respectively, and replace with the following: Payment for Embankment Material and Unclassified Excavation shall be full compensation for all work necessary to complete the item including construction ofembankments, borrow, compaction. scarification and compaction of bases of cuts and fills, stripping, haul, wetting, drying and disposal of excess excavated material. All material removed during excavation and not reused shall become the property of the Contractor and disposed of off the site, or as directed by the Engineer. Haul for disposing of removed materials will not be paid for separately, but shall be included in the work. 8 Project Number FM-BR69/380A October 2, 2013 REVISION OF SECTION 304 AGGREGATE BASE COURSE Section 304 of the Standard Specifications is hereby revised for this project as follows: Subsection 304.02 shall include the following: Materials for the base course shall be Aggregate Base Course (Class 6) as shown in subsection 703.03 Aggregate Base Course (Class 6) must meet the gradation requirements and have a resistance value of 69 or greater when tested by the Hveem Stabilometer method. For plan quantities of aggregate base course the following unit weight of material was used: 133 pounds per cubic foot. No allowances shall be made for shrinkage, swell, or subsidence due to compaction of the existing ground or any other losses. The Contractor shall be aware that the plan quantities were based upon the assumed unit weight. The Contractor's bid unit cost shall account for differing application rates or in -place densities for the materials he intends to furnish to the project. Final quantities (tons) will be adjusted based upon the unit weight of the material supplied. The Inspector will verify placed quantities from delivery tickets furnished by the supplier. 9 Project Number EM-BR69/380A REVISION OF SECTION 403 HOT MIX ASPHALT Section 403 of the Standard Specifications is hereby revised for this project as follows: Subsection 403.02 shall include the following: The design mix for hot mix asphalt shall conform to the following: October 2, 2013 Property Test Method Value For Grading Patching S(100) Air Voids, percent at: N (design) CPL 5115 3.5-4.5 3.5-4.5 Lab Compaction (Revolutions): N (design) CPL 5115 100 100 Stability, minimum CPL 5106 28 28 Aggregate Retained on the 4.75 mm (No. 4) Sieve with at least 2 Mechanically Induced fractured faces, % minimum CP 45 60 60 Accelerated Moisture Sus- ceptibility Tensile Strength Ratio (Lottman), minintmn Method B 80 80 Minimum Dry Split Tensile Strength, psi CPL 5109 Method B 30 30 Grade of Asphalt Cement, Top Layer PG 64-28 PG 64-28 Grade of Asphalt Cement, Layers below Top PG 64-28 PG 64-28 Voids in the Mineral Aggregate See Table See Table (VMA) % minimum CP 48 403-2 403-2 Voids Filled with Asphalt (VFA), o/ Al MS -2 65-80 65 - 80 Dust to Asphalt Ratio Fine Gradation CP 50 oe-12 Q_6-1.2 Coarse Gradation (1H- 6 0.8 — 1.6 Note: Al MS -2 = Asphalt Institute Manual Series 2 Note: The current version of CPL 5115 is available from the Region Materials Engineer. Note: Mixes with gradations It ving less than 40% passing the 4.75 mm (No. 4) sieve shall be approached with caution because of constructability problems. Note: Gradations for mixes wi h a nominal maximum aggregate size of one -inch or larger are considered a coarse gradation if they pass below the maximum density line at the #4 screen. Gradations for mixes with a nominal maximum aggregate size of/. inch or smaller are considered a coarse gra( ation if they pass below the maximum density line at the #8 screen. All mix designs shall be run with a gyratory compaction angle of 1.25 degrees and properties must satisfy Table 403-1. Form 43 will establish construction targets for Asphalt Cement and all mix properties at Air Voids up to 1.0 percent below the mix design optimum. 10 Project Number EM-BR69/380A REVISION OF SECTION 403 HOT MIX ASPHALT TABLE 403-2 October 2, 2013 Minimum Voids in the Mineral Aggregate (VMA) Nominal ***Design Air Voids ** Maximum Size*, mm (inches) 3.5% 4.0% 4.5% 37.5 (1'//) 11.6 11.7 11.8 25.0(I) 12.6 12.7 12.8 19.0 ('A) 13.6 13.7 13.8 12.5 ('h) 14.6 14.7 14.8 9.5 (M) 15.6 15.7 15.8 * The Nominal Maximum Size is defined as one sieve larger than the first sieve to retain more than 10%. ** Interpolate specified VMA values for design air voids between those listed. *** Extrapolate specified VMA values for production air voids beyond those listed. The Contractor shall prepare a quality control plan outlining the steps taken to minimize segregation of HMA. This plan shall be submitted to the Engineer and approved prior to beginning the paving operations. When the Engineer determines that segregation is unacceptable, the paving shall stop and the cause of segregation shall be corrected before paving operations will be allowed to resume. The hot mix asphalt shall not contain more than 25% reclaimed asphalt pavement. Hot mix asphalt for patching shall conform to the gradation requirements for Plot Mix Asphalt (Grading S). A minimum of 1 percent hydrated lime by weight of the combined aggregate shall he added to the aggregate for all hot mix asphalt. Acceptance samples shall be taken according to CP-41. II Project Number EM-BR69/380A October 2, 2013 -3- REVISION OF SECTION 403 HOT MIX ASPHALT Subsection 403.03 shall include the following: The Contractor shall construct the work such that all roadway pavement placed prior to the time paving operations end for the year, shall be completed to the full thickness required by the plans. The Contractor's Progress Schedule shall show the methods to be used to comply with this requirement. Delete subsection 403.05 and replace with the following: Payment will be made under: Pay Item Pay Unit Hot Mix Asphalt (Grading S) (100) (PG 64-28) Ton Hot Mix Asphalt — Patching Ton Aggregate, asphalt recycling agent, additives, hydrated lime, and all other work necessary to complete each hot mix asphalt item will not be paid for separately, but shall be included in the unit price bid. When the pay item includes the PG binder grade, the asphalt cement will not be measured and paid for separately, but shall be included in the work. When the pay item does not include the PG binder grade, asphalt cement will be measured and paid for in accordance with Section 41 I . Asphalt cement used in Hot Mix Asphalt (Patching) will not be measured and paid for separately, but shall be included in the work. 12 Project Number EM-BR69/380A October 2, 2013 REVISION OF SECTION 403 HOT MIX ASPHALT TICKET COLLECTION Section 403 of the Standard Specifications is hereby revised for this project as follows: Subsection 403.05 shall include the following: The Contractor shall collect the scale ticket on each load when it is delivered to the project site, and ensure that the information required in subsection 109.01 is shown on each ticket:. The scale tickets shall be available on -site for the project inspector's examination. Each day the Contractor shall provide to the Engineer envelopes which contain the previous day's signed tickets and the following: 1. On each envelope: Project number, sub account number, date of placement, type of material, daily total, cumulative total, ticket numbers, stationing, envelope number, and signature of person calculating totals. 2. One of the following: A. Two adding machine tape tabulations of the weight tickets with corresponding totals run and signed by different persons, B. One signed adding machine tape tabulation of the weight tickets that has been checked and signed by a second person, C. Signed check tape of computer scale tickets that have a cumulative total. These scale tickets must be consecutive and without voids adjustments. D. Excel spreadsheet provided to the Contractor by the Engineer, initialed by person entering tickets into spreadsheet and one person checking the entries. 3. A listing of any overweight loads or voided tickets on the envelope, including ticket numbers and amount over legal limit, or reason for voiding. 4. On each ticket: First and last tickets shall he signed by the ticket taker and all other tickets shall be initialed by the ticket taker, who shall neatly annotate the ticket with the stationing, lane and direction of material placed. The Contractor shall provide a vehicle identification sheet that contains the following information for each vehicle: 1. Vehicle number 2. Length 3. Tare weight 4. Number of axles S. Distance between extreme axles 6. All other information required to determine legal weight. 7. Legal weight limit. 13 Project Number EM-BR69/380A October 2, 2013 REVISION OF SECTION 625 CONSTRUCTION SURVEYING Section 625 of the Standard Specifications is hereby revised for this project to include the following: Subsection 625.01 shall be deleted and replaced with: This work shall consist of performing construction surveying, calculating, layout and staking necessary for the construction. All other construction surveying staking necessary for the project shall be provided by and at the expense of the Contractor who shall subcontract with a surveyor or otherwise provide for such Work. Copies of any and all field notes taken during staking work by the Contractor shall be submitted to the Engineer for his review. The Engineer reserves the right to make independent checks of any and all staking performed by the Contractor at any time and shall have the authority to require that certain staking be removed and replaced where its accuracy is in doubt. Subsection 625.03 shall be deleted and replaced with: The purpose of construction surveying is to return the damaged roadway to the grades and elevations which existing prior to the flooding (as closely as possible). The other main goal of the construction surveying is to give the Contractor enough information to ensure the final grades will drain properly. The Contractor shall check all established control points, and verify and document their accuracy, prior to using them for construction surveying control. 14 Project Number EM-BR69/380A October 2, 2013 FORCE ACCOUNT ITEMS DESCRIPTION This special provision contains the Division's estimate for force account items included in the Contract. Force Account work shall be performed as directed by the Engineer. BASIS OF PAYMENT Payment will be made in accordance with subsection 109.04. Payment will constitute full compensation for all work necessary to complete the item. Force Account Item F/A Minor Contract Revisions F/A Dewatering F/A Erosion Control Force Account Item Descriptions: Unit F.A. F.A. F.A. Estimated Amount $100,000 $25,000 $10,000 F/A Minor Contract Revisions - This work consists of minor work authorized and approved by the Engineer, which is not included in the contract drawings or specifications, and is necessary to accomplish the scope of work of this contract. F/A Dewatering — This work consists of work required to dewater embankment and fill areas prior to placing materials. This includes costs related to temporary pumps, hoses, culverts, coffer dams, and benns. The Contractor shall consult with the Project Inspector on which methods are suitable, the costs involved shall be tracked and charged against this force account bid item. F/A Erosion Control - This force account is to pay for best management practices as determined by the Contractor's Erosion Control Supervisor and approved by the Engineer, to prevent erosion and sedimentation reaching any waters or storm drain system. All items shall be pre -approved by the Engineer prior to installation or they will be at no cost to the project. 15 July 26, 2013 U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO GENERAL DECISION NUMBERS CO130016, CO130017, CO130018, CO130019, CO130020, CO130021, CO130022, CO130023 and CO130024 HIGHWAY CONSTRUCTION NOTICE This is a standard special provision that revises or modifies CDOT's Standard Specifications for Road and Bridge Construction. It has gone through a formal review and approval process and has been issued by CDOT's Project Development Branch with formal instructions for its use on CDOT construction projects. It is to be used as written without change. Do not use modified versions of this special provision on CDOT construction projects, and do not use this special provision on CDOT projects in a manner other than that specified in the instructions, unless such use is first approved by the Standards and Specification Unit of the Project Development Branch. The instructions for use on CDOT construction projects appear below. Other agencies which use the Standard Specifications for Road and Bridge Construction to administer construction projects may use this special provision as appropriate and at their own risk. Instructions for use on CDOT construction projects: Use this standard special provision on all federal -aid projects with contracts exceeding $2000, except for non-ARRA projects on roadways classified as local roads or rural minor collectors, which are exempt. Projects on local roads, rural minor collectors, and enhancement projects funded with ARRA funds are not exempt. -1- U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 07-26-13 GENERAL DECISION NUMBER CO130016. 17, 18, 19, 20, 21, 22, 23 and 24 HIGHWAY CONSTRUCTION Decision Nos. CO130016, 17,18, 19, 20, 21, 22, 23 and 24 dated Modifications ID January 04, 2013 supersedes Decision Nos. CO100016, 17,18, 19, MOD Number Date Nee Number(s) 20, 21, 22, 23 and 24 dated September 30, 2011. 1 07/26/13 1 & 14 i When work within a project is located in two or more counties and the minimum wages and fringe benefits are different for one or more job classifications, the higher minimum wages and fringe benefits shall apply throughout the project. General Decision No. CO130024 applies to the following counties: Larimer, Mesa, and Weld counties. General Decision No. CO130024 The wage and fringe benefits listed below reflect collectively bargained rates. Code Classification Basic Hourly Rate Fringe Benefits Last Mod POWER EQUIPMENT OPERATOR: Drill Rig Caisson 1484 Smaller than Watson 2500 and similar 24.27 8.62 1485 Watson 2500 similar or larger 24.57 8.62 Oiler 1486 Weld 24.42 8.62 General Decision No. 0O100024 The wage and fringe benefits listed below do not reflect collectively bargained rates. CARPENTER: 1487 Excludes Form Work 20.72 5.34 Form Work Only 1488 Larimer, Mesa 18.79 3.67 1489 Weld 16.54 3.90 CEMENT MASON/CONCRETE FINISHER: 1490 Larimer 16.05 3.00 1491 Mesa 17.53 3.00 1492 Weld 17.48 3.00 ELECTRICIAN: Excludes Traffic Signalization 1493 Weld 33.45 7.58 Traffic Signalization 1494 Weld 25.84 6.66 U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 07-26-13 GENERAL DECISION NUMBER CO130016, 17, 18, 19, 20, 21, 22, 23 and 24 HIGHWAY CONSTRUCTION General Decision No. CO130024 The wage and fringe benefits listed below do not reflect collectively bargained rates. Code Classification Basic Hourly Rate Fringe Benefits Last Mod FENCE ERECTOR: 1495 Weld 17.46 3.47 GUARDRAIL INSTALLER: 1496 Larimer, Weld 12.89 3.39 HIGHWAY/PARKING LOT STRIPING: Painter 1497 Larimer 14.79 3.98 1498 Mesa 14.75 3.21 1499 Weld 14.66 3.21 IRONWORKER: Reinforcing (Excludes Guardrail Installation) 1500 Larimer, Weld 16.69 5.45 Structural (Excludes Guardrail Installation) 6.01 1501 Larimer, Weld 18.22 LABORER: Asphalt Raker 1502 Larimer 18.66 4.66 1503 Weld 16.72 4.25 4.25 1504 Asphalt Shoveler 21.21 1505 Asphalt Spreader 18.58 4.65 1506 Common or General 16.29 4.25 1507 Concrete Saw (Hand field) 16.29 6.14 1508 Landscape and Irrigation 12.26 3.16 1509 Mason Tender - Cement/Concrete 16.29 4.25 Pipelayer 1510 Larimer 17.27 3.83 1511 Mesa, Weld 16.23 3.36 1512 Traffic Control (Flagger) 9.55 3.05 U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 07-26-13 GENERAL DECISION NUMBER CO130016, 17, 18, 19, 20, 21, 22, 23 and 24 HIGHWAY CONSTRUCTION General Decision No. CO130024 The wage and fringe benefits listed below do not reflect collectively bargained rates. Code Classification Basic Hourly Rate Fringe Benefits Last Mod LABORER (con't): Traffic Control (Sets Up/Moves Barrels, Cones, Installs signs, Arrow Boards and Place Stationary Flags), (Excludes Flaggers) 1513 Larimer, Weld 12.43 3.22 1514 PAINTER (Spray Only) 16.99 2.87 POWER EQUIPMENT OPERATOR: Asphalt Laydown 1515 Larimer 26.75 5.39 1516 Mesa, Weld 23.93 7.72 1517 Asphalt Paver 21.50 3.50 Asphalt Roller 1518 Larimer 23.57 3.50 1519 Mesa 24.25 3.50 1520 Weld 27.23 3.50 Asphalt Spreader 1521 Larimer 25.88 6.80 1522 Mesa, Weld 23.66 7.36 Backhoe/Trackhoe 1523 Larimer 21.46 4.85 1524 Mesa 19.81 6.34 1525 Weld 20.98 6.33 Bobcat/Skid Loader 1526 Larimer 17.13 4.46 1527 Mesa, Weld 15.37 4.28 1528 Boom 22.67 8.72 Broom/Sweeper 1529 Larimer 23.55 6.20 1530 Mesa 23.38 6.58 1531 Weld 23.23 6.89 U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 07-26-13 GENERAL DECISION NUMBER CO130016, 17, 18, 19, 20, 21, 22, 23 and 24 HIGHWAY CONSTRUCTION General Decision No. CO 130024 The wage and fringe benefits listed below do not reflect collectively bargained rates. Code Classification Basic Hourly Rate Fringe Benefits Last Mod POWER EQUIPMENT OPERATOR (con't): Bulldozer 1532 Larimer, Weld 22.05 6.23 1533 Mesa 22.67 8.72 1534 Crane 26.75 6.16 Drill 1535 Larimer, Weld 31.39 0.00 1536 Mesa 35.06 0.00 1537 Forklift 15.91 4.68 Grader/Blade 1538 Larimer 24.82 5.75 1539 Mesa 23.42 9.22 1540 Weld 24.53 6.15 1541 Guardrail/Post Driver 16.07 4.41 1542 Loader (Front End) 1543 Larimer 20.45 3.50 1544 Mesa 22.44 9.22 1545 Weld 23.92 6.67 Mechanic 1546 Larimer 27.68 4.57 1547 Mesa 25.50 5.38 1548 Weld 24.67 5.68 Oiler 1549 Larimer 24.16 8.35 1550 Mesa 23.93 9.22 Roller/Compactor (Dirt and Grade Compaction) 1551 Larimer 23.67 8.22 1552 Mesa, Weld 21.33 6.99 U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 07-26-13 GENERAL DECISION NUMBER CO130016, 17, 18, 19, 20, 21, 22, 23 and 24 HIGHWAY CONSTRUCTION General Decision No. CO130024 The wage and fringe benefits listed below do not reflect collectively bargained rates. Code Classification Basic Hourly Rate Fringe Benefits Last Mod POWER EQUIPMENT OPERATOR (con't.): Rotomill 1553 Larimer 18.59 4.41 1554 Weld 16.22 4.41 Scraper 1555 Larimer 21.33 3.50 1556 Mesa 24.06 4.13 1557 Weld 30.14 1.40 Screed 1558 Larimer 27.20 5.52 1559 Mesa 27.24 5.04 1560 Weld 27.95 3.50 1561 Tractor 13.13 2.95 TRAFFIC SIGNALIZATION: Groundsman 1562 Larimer 11.44 2.84 1563 Mesa 16.00 5.85 1564 Weld 16.93 3.58 TRUCK DRIVER: Distributor 1565 Larimer 19.28 4.89 1566 Mesa 19.17 4.84 1567 Weld 20.61 5.27 Dump Truck 1568 Larimer 18.86 3.50 1569 Mesa 15.27 4.28 1570 Weld 15.27 5.27 U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 07-26-13 GENERAL DECISION NUMBER CO130016, 17, 18, 19, 20, 21, 22, 23 and 24 HIGHWAY CONSTRUCTION General Decision No. CO130024 The wage and fringe benefits listed below do not reflect collectively bargained rates. Code Classification Basic Hourly Rate Fringe Benefits Last Mod TRUCK DRIVER (con't.): Lowboy Truck 1571 Larimer 18.96 5.30 1572 Mesa, Weld 18.84 5.17 1573 Mechanic 26.48 3.50 Multi -Purpose Specialty & Hoisting Truck 1574 Larimer, Mesa 16.65 5.46 1575 Weld 16.87 5.56 1576 Pickup and Pilot Car 13.93 3.68 1577 Semi/Trailer Truck 18.39 4.13 1578 Truck Mounted Attenuator 12.43 3.22 Water Truck 1579 Larimer 19.14 4.99 1580 Mesa 15.96 5.27 1581 Weld 19.28 5.04 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29 CFR 5.5(a)(1)(ii)). In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 07-26-13 GENERAL DECISION NUMBER CO130016, 17, 18, 19, 20, 21, 22, 23 and 24 HIGHWAY CONSTRUCTION WAGE DETERMINATION APPEALS PROCESS I.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, Regional Office for the area in which the Davis -Bacon survey program. If the response from this initial contact is 2.) and 3.) should be followed. including requests for summaries of surveys, should be with the Wage and Hour survey was conducted because those Regional Offices have responsibility for the not satisfactory, then the process described in With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in I.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appealdirectlyto the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION NO. CO130024 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS NOTICE July 19, 2012 This is a standard special provision that revises or modifies CDOT's Standard Specifications for Road and Bridge Construction. It has gone through a formal review and approval process and has been issued by CDOT's Project Development Branch with formal instructions for its use on CDOT construction projects. It is to be used as written without change. Do not use modified versions of this special provision on CDOT construction projects, and do not use this special provision on CDOT projects in a manner other than that specified in the instructions unless such use is first approved by the Standards and Specifications Unit of the Project Development Branch. The instructions for use on CDOT construction projects appear below. Other agencies which use the Standard Specifications for Road and Bridge Construction to administer construction projects may use this special provision as appropriate and at their own risk. Instructions for use on CDOT construction projects: Use this standard special provision on federal aid projects. 1 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS July 19, 2012 Attached is Form FHWA 1273 titled Required Contract Provisions Federal -Aid Construction Contracts. As described in Section I. General, the provisions of Form FHWA 1273 apply to all work performed under the Contract and are to be included in all subcontracts with the following modification: The weekly payrolls submitted by contractors and subcontractors in accordance with Part V., paragraph 2c shall not include full social security numbers and home addresses. Instead, the payrolls shall only need to include an individually identifying number for each employee (e.g. the last four digits of the employee's social security number). Contractors and subcontractors shall maintain the full social security number and current address of each covered worker, and shall provide them to the SHA upon request. 2 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS I. General II. Nondiscrimination III. Nonsegregated Facilities IV. Davis -Bacon and Related Act Provisions V. Contract Work Hours and Safely Standards Act Provisions VI. Subletting or Assigning the Contract VII. Safety. Accident Prevention VIII. False Statements Concerning Highway Projects IX. Implementation of Clean Air Act and Federal Water Pollution Control Act X. Compliance with Governmentwide Suspension and Debarment Requirements XI. Certification Regarding Use of Contract Funds for Lobbying ATTACHMENTS A. Employment and Materials Preference for Appalachian Development Highway System or Appalachian Local Access Road Contracts (included in Appalachian contracts only) I. GENERAL 1. Form FHWA-1273 must be physically incorporated in each construction contract funded under Title 23 (excluding emergency contracts solely intended for debris removal). The contractor (or subcontractor) must insert this form In each subcontract and further require its inclusion in all lower tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services). The applicable requirements of Form FHWA-1273 are incorporated by reference for work done under any purchase order, rental agreement or agreement for other services. The prime contractor shall be responsible for compliance by any subcontractor, lower -tier subcontractor or service provider. Form FHWA-1273 must be included in all Federal -aid design - build contracts, in all subcontracts and in lower tier subcontracts (excluding subcontracts for design services, purchase orders, rental agreements and other agreements for supplies or services). The design -builder shall be responsible for compliance by any subcontractor, lower -tier subcontractor or service provider. Contracting agencies may reference Form FHWA-1273 in bid proposal or request for proposal documents, however, the Form FHWA-1273 must be physically incorporated (not referenced) in all contracts, subcontracts and lower -tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services related to a construction contract). 2. Subject to the applicability criteria noted in lie following sections, these contract provisions shall apply to all work performed on the contract by the contractor's own organization and with the assistance of workers under the contractor's July 19, 2012 FHWA-1273 — Revised May 1, 2012 immediate superintendence and to all work performed on the contract by piecework, station work, or by subcontract. 3. A breach of any of the stipulations contained in these Required Contract Provisions may be sufficient grounds for withholding of progress payments, withholding of final payment, (emrination of the contract, suspension / debarment or any other action determined to be appropriate by the contracting agency and FHWA. 4. Selection of Labor. During the performance of Ihis contract, the contractor shall not use convict labor for any purpose within the limits of a construction project on a Federal -aid highway unless it is labor performed by convicts who are on parole. supervised release. or probation. The term Federal -aid highway does not include roadways functionally classified as local roads or rural minor collectors. II. NONDISCRIMINATION The provisions of this section related to 23 CFR Part 230 are applicable to all Federal -aid construction contracts and to all related construction subcontracts of $10,000 or more. The provisions of 23 CFR Part 230 are not applicable to material supply, engineering, or architectural service contracts. In addition, the contractor and all subcontractors must comply with the following policies: Executive Order 11246. 41 CFR 60. 29 CFR 1625-1627, Title 23 USC Section 140, the Rehabilitation Act of 1973, as amended (29 USC 794), Title VI of the Civil Rights Act of 1964, as amended, and related regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR Parts 200, 230, and 633. The contractor and all subcontractors must comply with- the requirements of the Equal Opportunity Clause in 41 CFR 60- 1.4(b) and. for all construction contracts exceeding $10,1100, the Standard Federal Equal Employment Opportunity Construction Contract Specifications in 41 CFR 60-4.3 Note: The U.S. Department of Labor has exclusive authority to determine compliance with Executive Order 11246 and the policies of the Secretary of Labor including 41 CFR 60, and 29 CFR 1625-1627 The contracting agency and the FHWA have the authority and the responsibility to ensure compliance with Title 23 USC Section 140, the Rehabilitation Acl of 1973. as amended (29 USC 794), and Title VI of the Civil Rights Act of 1964. as amended, and related regulations including 49 CFR Parts 21. 26 and 27: and 23 CFR Pads 200, 230, and 633 The following provision is adopted from 23 CFR 230, Appendix A. with appropriate revisions to conform to the U.S. Department of Labor (US DOL) and FHWA requirements. 1. Equal Employment Opportunity: Equal employment opportunity (EEO) requirements not to discriminate and to lake affirmative action to assure equal opportunity as set forth under laws, executive orders, rules, regulations (28 CFR 35. 29 CFR 1630, 29 CFR 1625-1627.41 CFR 60 and 49 CFR 27) and orders of the Secretary of Labor as modified by the July 19, 2012 3 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS provisions prescribed herein, and imposed pursuant to 23 U.S.C. 140 shall constitute the EEO and specific affirmative action standards for the contractor's project activities under this contract. The provisions of the Americans with Disabilities Act of 1990 (42 U.S.C. 12101 et seq.) set forth under 28 CFR 35 and 29 CFR 1630 are incorporated by reference in this contract. In the execution of this contract, the contractor agrees to comply with the following minimum specific requirement activities of EEO: a. The contractor will work with the contracting agency and the Federal Government to ensure that it has made every good faith effort to provide equal opportunity with respect to all of its terms and conditions of employment and in their review of activities under the contract. b. The contractor will accept as its 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 contracting officers an EEO Officer who will have the responsibility for and must be capable of effectively administering and promoting an active EEO program and who must be assigned adequate authority and responsibility to do so. 3. Dissemination of Policy: All members of the contractor's staff who are authorized to hire, supervise, promote, and discharge employees, or who recommend such action, or who are substantially Involved in such action, will be made fully cognizant of, and will implement, the contractor's EEO policy and contractual responsibilities to provide EEO in each grade and classification of employment. To ensure that the above agreement will be met, the following actions will be taken as a, minimum: - a, Periodic meetings of supervisory and personnel office employees will be conducted before the start of work and then not less often than once every six months, at which time the 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 minorities and women. d. Notices and posters setting forth the contractor's EEO policy will be placed in areas readily accessible to employees, applicants for employment and potential employees. e. The contractor's EEO policy and the procedures to implement such policy will be brought to the attention of employees by means of meetings, employee handbooks, or other appropriate means. 4. Recruitment: When advertising for employees, the contractor will Include in all advertisements for employees the notation: "An Equal Opportunity Employer." All such advertisements will be placed in publications having a large circulation among minorities and women 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 minorities and women. To meet this requirement, the contractor will identify sources of potential minority group employees, and establish with such identified sources procedures whereby minority and women 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, the contractor is expected to observe the provisions of that agreement to the extent that the system meets the contractor's compliance with EEO contract provisions. Where implementation of such an agreement has the effect of discriminating against minorities or women, or obligates the contractor to do the same, such implementation violates Federal nondiscrimination provisions. c. The contractor will encourage its present employees to refer minorities and women as applicants for employment. Information and procedures with regard to referring such 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 depth to determine whether there is evidence of discrimination. Where evidence is found, the contractor will promptly take corrective action. lithe review indicates that the discrimination may extend beyond the actions reviewed, such corrective action shall include all affected persons. July 19, 2012 4 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS d. The contractor will promptly investigate all complaints of alleged discrimination made to the contractor in connection with its obligations under this contract, 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 their avenues of appeal. 6. Training and Promotion: a. The contractor will assist in locating, qualifying, and increasing the skills of minorities and women who are applicants for employment or current employees. Such efforts should be aimed at developing full journey level status employees in the type of trade or job classification involved. 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. In the event a special provision for training is provided under this contract, this subparagraph will be superseded as indicated in the special provision. The contracting agency may reserve training positions for persons who receive welfare assistance in accordance with 23 U.S.C. 140(a). 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 employees who are minorities and women 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 good faith efforts to obtain the cooperation of such unions to increase opportunities for minorities and women. Actions by the contractor, either directly or through a contractor's association acting as agent, will include the procedures set forth below: a. The contractor will use good faith efforts to develop, in cooperation with the unions, joint training programs aimed toward qualifying more minorities and women for membership in the unions and increasing the skills of minorities and women so that they may qualify for higher paying employment. b. The contractor will use good faith 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 contracting agency 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 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 minorities and women. The failure of a union to provide sufficient referrals (even though it is obligated to provide exclusive referrals under the terms of a collective bargaining agreement) does not relieve the contractor from the requirements of this paragraph. 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 contracting agency. 8. Reasonable Accommodation for Applicants / Employees with Disabilities: The contractor must be familiar with the requirements for and comply with the Americans with DisabIlities Act and all rules and regulations established there under. Employers must provide reasonable accommodation in all employment activities unless to do so Would cause an undue hardship. 9. Selection of Subcontractors, Procurement of Materials and Leasing of Equipment: The contractor shall not discriminate on the grounds of race, color, religion, sex, national origin, age or disability in the selection and retention of subcontractors, including procurement of materials and leases of equipment. The contractor shall lake all necessary and reasonable steps to ensure nondiscrimination in the administration of this contract a. The contractor shall notify all potential subcontractors and suppliers and lessors of their EEO obligations under this contract. b. The contractor will use good faith efforts to ensure subcontractor compliance with their EEO obligations. 10. Assurance Required by 49 CFR 26.13(b): a. The requirements of 49 CFR Part 26 and the State DOT's U.S. DOT -approved DBE program are incorporated by reference. b. The contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the' performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT -assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the contracting agency deems appropriate. 11. Records and Reports: The contractor shall keep such records as necessary tb document compliance with the EEO requirements. Such records shall be retained for a period of three years following the date of the final payment to the contractor for all contract work and shall be available at reasonable times and places for inspection by authorized representatives of the contracting agency and the FHWA. July 19, 2012 5 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS a. The records kept by the contractor shall document the following: (1) The number and work hours 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; and (3) The progress and efforts being made in locating, hiring training, qualifying, and upgrading minorities and women; b. The contractors and subcontractors will submit an annual report to the contracting agency each July for the duration of the project, indicating the number of minority, women, and non -minority group employees currently engaged in each work classification required by the contract work. This information is to be reported on Form FHWA-1391. The staffing data should represent the project work force on board in all or any part of the last payroll period preceding the end of July. If on-the-job training Is being required by special provision, the contractor will be required to collect and report training data. The employment data should reflect the work force on board during all or any pad of the last payroll period preceding the end of July. III. NONSEGREGATED FACILITIES This provision is applicable to all Federal -aid construction contracts and to all related construction subcontracts of $10,000 or more. The contractor must ensure that facilities provided for employees are provided In such a manner that segregation on the basis of race, color, religion, sex, or national origin cannot result. The contractor may neither require such segregated use by written or oral policies nor tolerate such use by employee custom. The contractor's obligation extends further to ensure that its employees are not assigned to perform their services at any location, under the contractors control, where the facilities are segregated. The term "facilities" includes waiting rooms, work areas, restaurants and other eating areas, time clocks, restrooms, washrooms, locker rooms, and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing provided for employees. The contractor shall provide separate or single -user restrooms and necessary dressing or sleeping areas to assure privacy between sexes. IV. DAVIS-BACON AND RELATED ACT PROVISIONS This section is applicable to all Federal -aid construction projects exceeding $2,000 and to all related subcontracts and lower -tier subcontracts (regardless of subcontract size). The requirements apply to all projects located within the right-of- way of a roadway that is functionally classified as Federal -aid highway. This excludes roadways functionally classified as local roads or rural minor collectors, which are exempt. Contracting agencies may elect to apply these requirements to other projects. The following provisions are from the U.S. Department of Labor regulations in 29 CFR 5.5 "Contract provisions and related matters" with minor revisions to conform to the FHWA- 1273 format and FHWA program requirements. 1. Minimum wages a All laborers and mechanics employed or working upon the site of the work, will he 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 issued by the Secretary of Labor under the Copeland Act (29 CFR part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due al lime of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a pad hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona. fide fringe benefits under section 1(b)(2) of the Davis -Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph 1.d. of this section; also, 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 rale and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill. except as provided In 29 CFR 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated al 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 The wage determination (including any additional classification and wage rates conformed under paragraph 1.b. of this section) and the Davis -Bacon poster (WH-1321) shall be posted at all limes 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. b.(1) The contracting officer shall require that any class of laborers or mechanics, including helpers, which Is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the follovnrg criteria have been met: (i) The work to be performed by the classification requested is not performed by a classification In the wage determination; and July 19, 2012 6 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS (ii) The classification is utilized In the area by the construction industry: and (iii) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (2) If the contractor and the laborers and mechanics to be employed in the classification (if known), 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 Administrator of the Wage and Hour Division. Employment Standards Administration, U.S. Department of Labor, Washington, DC 20210. The Administrator, or an authorized representative, will approve, modify. or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30 -day period that additional time is necessary. (3) In the event the contractor, the laborers or mechanics to be employed in the 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. The Wage and Hour Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the contracting officer or vdll notify the contracting officer within the 30 -day period that additional time is necessary. (4) The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs 1.b.(2) or 1.b.(3) of this section, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. c 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 shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof d. If the contractor does not make payments to a trustee or other third person, the contractor may consider as 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. 2. Withholding The contracting agency shall upon its own action or upon written request of an authorized representative of the Department of Labor, withhold or cause to be withheld from the contractor under this contract, or any other Federal contract with the same prime contractor, or any other federally - assisted contract subject to Davis -Bacon prevailing wage requirements, which is held by the same prime contractor, so 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 contracting agency may, after written notice to the contractor, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. 3. Payrolls and basic records a. Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1(b)(2)(B) of the Davis -Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described In section 1(b)(2)(B) of the Davis - Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. b.(1) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to the contracting agency. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(i), except that full social security numbers and home addresses shall not be included on weekly transmittals. Instead the payrolls shall only need to include an individually identifying number for each employee e.g. , the last four digits of the employee's social security number). The required weekly payroll information may be submitted in any form desired. Optional Form WH-347 is available for this purpose from the Wage and Hour Division Web site at http://www.doLgoviesarwhd/forms/wh347instr.htm 7 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS or Its successor site. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. Contractors and subcontractors shall maintain the full social security number and current address of each covered worker, and shall provide them upon request to the contracting agency for transmission to the State DOT, the FHWA or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. II is not a violation of this section for a prime contractor to require a subcontractor to provide addresses and social security numbers to the prime contractor for Its own records, without weekly submission to the contracting agency . (2) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (I) Thal the payroll for the payroll period contains the information required to be provided under §5.5 (a)(3)(ii) of Regulations. 29 CFR part 5, the appropriate information is being maintained under §5.5 (a)(3)(i) of Regulations, 29 CFR part 5, and that such information is correct and complete; (ii) I hal each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the lull 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 Regulations, 29 CFR part 3; (iii) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified In the applicable wage determination incorporated into the contract. (3) 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 3.b.(2) of this section. (4) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under section 1001 of title 18 and section 231 of title 31 of the United States Code. c. The contractor or subcontractor shall make the records required under paragraph 3.a. of this section available for inspection, copying, or transcription by authorized representatives of the contracting agency, the State DOT, the FHWA, or the Department of Labor, 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 FHWA may, after written notice to the contractor, the contracting agency or July 19, 2012 the State DOT. take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, lallure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. 4. Apprentices and trainees a. Apprentices (programs of the USDOL) Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and Individually registered in a bona fide apprenticeship program registered with the U S. Department of Labor, Employment and Training Administration. Office of Apprenticeship Training, Employer and Labor Services, or wilh a State Apprenticeship Agency recognized by the Office, or If a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Office of Apprenticeship Training, Employer and Labor Services or a Stale Apprenticeship Agency (where appropriate) to be eligible far probationary employment as an apprentice. The allowable ratio of apprentices to journeymen oil 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 worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as staled above. shall be paid not less than the applicable wage rale on 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 less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor 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's hourly rate) specified in the contractors or subcontractor's registered program shall be observed 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 journeymen 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 determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State Apprenticeship Agency recognized by the Office, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable 8 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS predetermined rate for the work performed until an acceptable program is approved. b. Trainees (programs of the USDOL). Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must he paid at not less than the rale specified In the approved program for the trainee's level of progress. expressed as a percentage of the journeyman 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 wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rale who is not registered and participaliny 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. In the event the Employment and Training Administration withdraws approval of a training program, the contractor 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. Equal employment opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246. as amended, and 29 CFR part 30. d. 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 lime hourly wage rates for apprentices and trainees under such programs will be established by the particular programs The ratio of apprentices and trainees to July 19, 2012 journeymen shall not be greater than permitted by the terms of the particular program. 5. Compliance with Copeland Act requirements. The contractor shall comply with the requirements of 29 CFR part 3, which are incorporated by reference in this contract. 6. Subcontracts. The contractor or subcontractor shall insert Form FHWA-1273 in any subcontracts and also require the subcontractors to include Form FHWA-1273 in any lower tier subcontracts. The prime contractor shall he responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 5.5. 7. Contract termination: debarment. A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. 8. Compliance with Davis -Bacon and Related Act requirements. All rulings and interpretations of the Davis - Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are herein incorporated by reference in this contract. 9. Disputes concerning labor standards. Disputes arising out of the labor standards provisions of this contract shalt not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR pans 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 U S Department of Labor or the employees or their representatives 10. Certification of eligibility. a. By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's lion is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5 12(a)(1) b. No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). c. The penally for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. V. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT The following clauses apply to any Federal -aid construction contract in an amount in excess of $100,000 and subject to the overtime provisions of the Contract Work Horns and Safety Standards Act. These clauses shall be inserted in addition to the clauses required by 29 CFR 55(a) or 29 CFR 4.6. As July 19, 2012 9 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS used in this paragraph, the terms laborers and mechanics Include watchmen and guards. 1. Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rale not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. 2. Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (1.) of this section, the contractor and any subcontractor responsible therefor shall be liable for the 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 or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1.) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1.) of this section. 3. Withholding for unpaid wages and liquidated damages. The FHWA or the contacting agency shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys 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 (2.) of this section. 4. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (1.) through (4.) of this section and also a clause requiring the subcontractors to include these clauses In any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1.) through (4.) of this section. VI. SUBLETTING OR ASSIGNING THE CONTRACT This provision is applicable to all Federal -aid construction contracts on the National Highway System. 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 price, excluding any specialty items designated by the contracting agency. 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 635.116). a. The term "perform work with its own organization" refers to workers employed or leased 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 or lower tier subcontractor, agents of the prime contractor, or any other assignees. The term may include payments for the costs of hiring leased employees from an employee leasing firm meeting all relevant Federal and Slate regulatory requirements. Leased employees may only be included in this term if the prime contractor meets all of the following conditions: (1) the prime contractor maintains control over the supervision of the day-to-day activities of the leased employees: (2) the prime contractor remains responsible for the quality of the work of the leased employees; (3) the prime contractor retains all power to accept or exclude individual employees from work on the project; and (4) the prime contractor remains ultimately responsible for the payment of predetermined minimum wages, the submission of payrolls, statements of compliance and all other Federal regulatory requirements. b. "Specialty Items' shall be construed to be limited to work that requires highly specialized knowledge, abilities, or equipment not ordinarily available in the type of contracting organizations qualified and expected to bid or propose 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 VI 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 contracting officer determines is necessary to assure the performance of the contract. 4. No portion of the contract shall be sublet, assigned or otherwise disposed of except with the written consent of the 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 contracting agency has assured that each subcontract is 10 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS evidenced in writing and that it contains all pertinent provisions and requirements of the prime contract. 5. The 30% self -performance requirement of paragraph (1) is not applicable to design -build contracts; however, contracting agencies may establish their own self -performance requirements. VII. SAFETY: ACCIDENT PREVENTION This provision is applicable to all Federal -aid construction contracts and to all related subcontracts. 1. In the performance of this contract the contractor shall comply with all applicable Federal, State, and local laws governing safety, health, and sanitation (23 CFR 635). The contractor shall provide all safeguards, safety devices and protective equipment and take any other needed actions as it determines, or as the 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 property in connection with the performance of the work covered by the contract. 2. It is a condition of this contract, and shall be made a condition of each subcontract, which the contractor enters into pursuant to this contract. that the contractor and any subcontractor shall riot permit any employee, in performance of the contract, to work in surroundings or under conditions which are unsanitary, hazardous or dangerous to his/her health or safety, as determined under construction safety and health standards (29 CFR 1926) promulgated by the Secretary of Labor, in accordance with Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 3704). 3. Pursuant to 29 CFR 1926.3, it is a condition of this contract that the Secretary of Labor or authorized representative thereof, shall have right of entry to any site of contract performance to inspect or investigate the matter of compliance with the construction safety and health standards and to carry out the duties of the Secretary under Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C.3704). VIII. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS This provision is applicable to all Federal -aid construction contracts and to all related subcontracts. In order to assure high quality and durable construction in conformity with approved plans and specifications and a high degree of reliability on statements and representations made by engineers, contractors, suppliers, and workers on Federal - aid highway projects, it is essential that all persons concerned with the project perform their functions as carefully, thoroughly and honestly as possible. Willful falsification, distortion, or 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, Form FHWA-1022 shall be posted on each Federal -aid highway project (23 CFR 635) in one or more July 19, 2012 places where it is readily available to all persons concerned with the project: 18 U.S.C. 1020 reads as follows: 'Whoever, being an officer, agent, or employee of the United States, 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, quality, quantity, or cost of any work performed or to be performed, or materials furnished or to be furnished, in connection with the construction of any highway or related project approved by the Secretary of Transportation; or Whoever knowingly makes any false statement or false representation as to material fact in any statement, certificate, or report submitted pursuant to provisions of the Federal -aid Roads Act approved July 1, 1916, (39 Stat. 355), as amended and supplemented; Shall be fined under this title or imprisoned not more than 5 years or both." IX. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT This provision is applicable to all Federal -aid construction contracts and to all related subcontracts. By submission of this bid/proposal or the execution of this contract, or subcontract, as appropriate, the bidder, proposer, Federal -aid construction contractor, or subcontractor, as appropriate, will be deemed to have stipulated as follows: 1. That any person who is or will be utilized in the performance of this contract is not prohibited from receiving an award due to a violation of Section 508 of the Clean Water Act or Section 306 of the Clean Air Act. 2. That the contractor agrees to include or cause to be included the requirements of paragraph (1) of this Section X in every subcontract, and further agrees to take such action as the contracting agency may direct as a means of enforcing such requirements. X. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION This provision is applicable to all Federal -aid construction contracts, design -build contracts, subcontracts, lower -tier subcontracts, purchase orders, lease agreements, consultant contracts or any other covered transaction requiring FHWA 11 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS approval or that is estimated to cost $25,000 or more — as defined in 2 CFR Parts 180 and 1200. 1. Instructions for Certification — First Tler Participants: a. By signing and submitting this proposal, the prospective first tier 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 first tier 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 first tier 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 contracting agency determined to enter into this transaction. If it is later determined that the prospective participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the contracting agency may terminate this transaction for cause of default. d. The prospective first tier participant shall provide immediate written notice to the contracting agency to whom this proposal is submitted if any time the prospective first tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. e. terms "covered transaction," "debarred,'' "suspended,""ineligible," "participant," "person,'' "principal," and "voluntarily excluded," as used In this clause, are defined in 2 CFR Parts 180 and 1200. "First Tier Covered Transactions" refers to any covered transaction between a grantee or subgrantee of Federal funds and a participant (such as the prime or general contract). "Lower Tier Covered Transactions" refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). "First Tier Participant" refers to the participant who has entered into a covered transaction with a grantee or subgrantee of Federal funds (such as the prime or general contractor). "Lower Tier Participant" refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers). 1. The prospective first 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 entering into this transaction. g. The prospective first tier 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 Transactions," provided by the department or contracting agency, entering July 19, 2012 into this covered transaction, without modification, In all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold. 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 is responsible for ensuring that its principals are not suspended, debarred, or otherwise Ineligible to participate in covered transactions. To verify the eligibility of Its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to. check the Excluded Parties List System website (https://www.epls.govp, which is compiled by the General Services Administration. i_ Nothing contained in the foregoing shall be construed to require the establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of the prospective 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 (0 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. 2. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion — First Tier Participants: a. The prospective first tier participant certifies to the best of its knowledge and belief, that it and its principals: (1) Are not presently debarred, suspended, proposed for debarment, declared Ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency; (2) Have not within a three-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 property; (3) 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 (a)(2) of this certification; and (4) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, Stale or local) terminated for cause or default. 12 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS b. Where the prospective participant Is unable to certify to any of the statements in Ibis certification, such prospective participant shall attach an explanation to this proposal. 2. Instructions for Certification - Lower Tier Participants: (Applicable to all subcontracts, purchase orders and other lower tier transactions requiring prior FHWA approval or estimated to cost $25,000 or more - 2 CFR Parts 180 and 1200) a. By signing and submitting this proposal, the prospective lower tier is providing the certification set out below. b. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department, or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. c. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if al 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." "participant.- "person," "principal," and "voluntarily excluded," as used in Ibis clause. are defined in 2 CFR Parts 180 and 1200 You may contact the person to which this proposal Is submitted for assistance in obtaining a copy of those regulations. "First Tier Covered Transactions" refers to any covered transaction between a grantee or subgrantee of Federal funds and a participant (such as the prime or general contract). "Lower Tier Covered Transactions" refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). "First Tier Participant" refers to the participant who has entered into a covered transaction with a grantee or subgrantee of Federal funds (such as the prime or general contractor). "Lower Tier Participant" refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers). e The prospective lover 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 exceeding the $25,000 threshold. July 19, 2012 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 Is responsible for ensuring that its principals are not suspended, debarred. or otherwise ineligible to participate in covered transactions To verify the eligibility of its principals, as well as the eligibility of any lower her prospective participants, each participant may, but is not required to, check the Excluded Parties List System website altos //www.epls (tow), which is compiled by the General Services Administration. h. Nothing contained in the foregoing shall be consiwed 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 nominally 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 Participants: 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 participating in covered transactions 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. XI. CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING This provision is 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 July 19, 2012 13 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS Congress In connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. b. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 2. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 U.S.C. 1352. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. 3. The prospective participant also agrees by submitting its bid or proposal that the participant 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. 14 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS ATTACHMENT A • EMPLOYMENT AND MATERIALS PREFERENCE FOR APPALACHIAN DEVELOPMENT HIGHWAY SYSTEM OR APPALACHIAN LOCAL ACCESS ROAD CONTRACTS This provision is applicable to all Federal -aid projects funded under the Appalachian Regional Development Act of 1965. 1. During the performance of this contract, the contractor undertaking to do work which is. or reasonably may be. done as omsite work, shall give preference to qualified persons who regularly reside In the labor area as designated by the DOL wherein the contract work is situated, or the subregion, or the Appalachian counties of the State wherein the contract work is situated, except: a. To the extent that qualified persons regularly residing In the area are not available. b. For the reasonable needs of the contractor to employ supervisory or specially experienced personnel necessary to assure an efficient execution of the contract work. c. For the obligation of the contractor to offer employment to present or former employees as the result of a lawful collective bargaining contract, provided that the number of nonresident persons employed tinder this subparagraph (1c) shall not exceed 20 percent of the total number of employees employed by the contractor on the contract work, except as provided in subparagraph (4) below. 2. The contractor shall place a job order with the State Employment Service indicating (a) the classifications of the laborers, mechanics and other employees required to perform the contract work. (tr) the number of employees required in each classification. (c) the dale on which the participant estimates such employees will be required, and (dl any other pertinent Information required by the State Employment Service to complete the job order form. The job order may be placed with the State Employment Service in writing or by telephone. II during the course of the contract work, the information submitted by the contractor in the original job order is substantially modified, the participant shall promptly notify the Slate Employment Service 3. The contractor shall give full consideration to all qualified job applicants referred to him by the Stale Employment Service. The contractor is not required to grant employment to any job applicants who. in his opinion. are not qualified to perform the classification of work required. 4. If, within one week following the placing of a job order by the contractor with the State Employment Service, the State Employment Service is unable to refer any qualified job applicants to the contractor, or less than the number requested, the State Employment Service will forward a certificate to the contractor indicating the unavailability of applicants Such certificate shall be made a part of the contractor's permanent project records Upon receipt of this certificate, the contractor may employ persons who do not normally reside in the labor area to fill positions covered by the certificate. notwithstanding the provisions of subparagraph (1c) above. 5. The provisions of 23 CFR 633.207(e) allow the contracting agency to provide a contractual preference for the July 19, 2012 use of mineral resource materials native to the Appalachian region. 6. The contractor shall include the provisions of Sections 1 through 4 of this Attachment A in every subcontract for work which is, or reasonably may be, done as on -site work. Hello