Loading...
HomeMy WebLinkAbout20120402 r, • MEMORANDUM rP1 . G 0 L., NJ -it- TO: Clerk to the Board DATE: March 2, 2012 FROM: Mike Bedell, Public Works Department SUBJECT: BOCC Agenda Agreement with Naranjo Civil Constructors on the Bridge 6/25/A Bridge Rehabilitation in the amount of$545,744.00 Bid B1100079, Doc #2012-0402. Attached are two original agreements. Please send one signed original to Public Works. M:AFrancieAAgendaMlkeBedell.docx oirvCx 3 _ %-la //O67 20 6904 -d � a AGREEMENT WELD COUNTY BRIDGE 6-25A REHABILITATION THIS AGREEMENT,made this 27th day of February ,2012,by and between Weld County,Colorado,hereinafter called "Owner" and Naranjo Civil Constructors doing business as (an individual, ) or (a partnership,) or (a corporation) hereinafter called "Contractor". WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned: I. The Contractor will commence and complete the following: WELD COUNTY BRIDGE 6-25A REHABILITATION described in the Invitation for Bids, Bid No. B1100079. 2. The Contractor will furnish all of the material,supplies,tools,equipment, labor and other services necessary for the construction and completion of the Project described herein. 3. The Contractor will commence the work required by the Contract Documents within ten(10)calendar days after the Notice to Proceed and will complete the WELD COUNTY BRIDGE 6-25A REHABILITATION within 60 calendar days unless the period for completion is extended otherwise by the Contract Documents. 4. The Contractor agrees to perform all of the Work described in the Contract Documents and comply with the terms therein for the sum of$ 545,744.00 , or as shown in the Bid Schedule. 5. The term "Contract Documents" means and includes the following: (A) Invitation for Bids (B) Instructions to Bidders (C) Bid Proposal (D) Bid Bond (E) Statement of Qualifications and Subcontractors (F) Required Project Forms (G) Agreement (H) Labor and Materials Payment Bond (I) Performance Bond (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: No. One , dated February I ,2012. No. Two , dated February 7 ,2012. 6. The Owner will pay to the Contractor in the manner and at such times as set forth by the Contract Documents,or otherwise agreed upon in writing. • • 7. This Agreement shall be binding upon all parties hereto and their respective heirs,executors,administrators, successors, and assigns. 8. Contract Appropriations: The Owner hereby states and affirms that the amount of money appropriated for this Contract is equal to or in excess of the Contract amount. No change order to this Contract requiring additional compensable work to be performed,which work causes the aggregate amount payable under the Contract to exceed the amount appropriated for the original Contract shall be issued by the Owner unless the Owner assures the Contractor,in writing,that lawful appropriations to cover the costs of the additional work has been made or unless such work is covered under a remedy-granting provision contained in the Contract. IN WITNESS WHEREOF,the parties hereto have executed, or caused to be executed by their duly authorized officials, this Agreement in two(2)copies each of which shall be deemed an original on the date first above written. ORDERED BY: ACCEPTED BY: THE BOARD OF W LLD COUNTY COMMISSIONERS CONTRACTOR BY . V .7 BY NAME William F. Garcia NAME Toss 1—E-oNE (Please Type) TITLE Chair Pro—Tern TITLE VP Date MAR 0 7 2012 ADDRESS 1%3 2WD NVE. &REe16VI Co 80131 4 IS La I>�I O 1/40 (SEAL) a ` , (SEAL) 4 ATTEST: ATTEST: C-- Weld County Clerk to th Board BY /&-It1LGC Q, �� t/ BY NEB oaALEs Deputy Clto the Board (Please Type) TITLE Sxev 0.7271/42- (),yon February 3, 2011 1 REQUIRED CONTRACT PROVISIONS FEDERAL-AID CONSTRUCTION CONTRACTS Attached is Form FHWA 1273 titled Required Contract Provisions Federal-Aid Construction Contracts. As described in Section I. General, the provisions of Form FHWA 1273 apply to all work performed under the Contract and are to be included in all subcontracts with the following modification: The weekly payrolls submitted by contractors and subcontractors in accordance with Part V., paragraph 2c shall not include full social security numbers and home addresses. Instead, the payrolls shall only need to include an individually identifying number for each employee (e.g. the last four digits of the employee's social security number). Contractors and subcontractors shall maintain the full social security number and current address of each covered worker, and shall provide them to the SHA upon request. February 3, 2011 2 REQUIRED CONTRACT PROVISIONS FEDERAL-AID CONSTRUCTION CONTRACTS FHWA-1273 Electronic version—March 10,1994 REQUIRED CONTRACT PROVISIONS FEDERAL-AID CONSTRUCTION CONTRACTS 6. Selection of Labor: During the performance of this contract, Page the contractor shall not: I. General 1 II. Nondiscrimination 1 a. discriminate against labor from any other State, possession, III. Nonsegrated Facilities 3 or territory of the United States(except for employment preference 9 for Appalachian contracts, when applicable, as specified in IV. Payment of Predetermined Minimum Wage 3 Attachment A),or V. Statements and Payrolls 6 VI. Record of Materials, Supplies, and Labor 6 b. employ convict labor for any purpose within the limits of the VII. GeneralSubletting or Assigning the Contract 7 project unless it is labor performed by convicts who are on parole, VIII. Safety:Accident Prevention 7 supervised release,or probation. IX. False Statements Concerning Highway Projects ? II. NONDISCRIMINATION X. Implementation of Clean Air Act and Federal Water Pollution Control Act 8 (Applicable to all Federal-aid construction contracts and to all Xl. Certification Regarding Debarment, Suspension...... related subcontracts of$10,000 or more.) Ineligibility, and Voluntary Exclusion 8 XII. Certification Regarding Use of Contract Funds for... 1. Equal Employment Opportunity: Equal employment opportu- Lobbying 9 nity(EEO) requirements not to discriminate and to take affirmative action to assure equal opportunity as set forth under laws, execu- ATTACHMENTS tive orders, rules, regulations (28 CFR 35, 29 CFR 1630 and 41 CFR 60) and orders of the Secretary of Labor as modified by the provisions prescribed herein, and imposed pursuant to 23 U.S.C. A. Employment Preference for Appalachian Contracts (included in Appalachian contracts only) 140 shall constitute the EEO and specific affirmative action standards for the contractor's project activities under this contract. The Equal Opportunity Construction Contract Specifications set I. GENERAL forth under 41 CFR 60-4.3 and the provisions of the American 1. Disabilities Act of 1990 (42 U.S.C. 12101 et seq.) set forth under These contract provisions shall apply to all work performed on the contract by the contractor's own organization and with the 28 CFR 35 and 29 CFR n of are incorporated the onrear reference ag in to contract. In the execution of this contract, contractor agrees to assistance of workers under the contractor's immediate superin- comply with the following minimum specific requirement activities tendence and to all work performed on the contract by piecework, of EEO: station work, or by subcontract. 2. Except as otherwise provided for in each section,the contractor a. The contractor will work with the State highway agency(SHA) shall. insert heh od all the stipulations contained ontrc in and the Federal Government in carrying out EEO obligations and inin their review of his/her activities under the contract. these Required Contract Provisions, and further require their inclusion in any lower tier subcontract or purchase order that may b. The contractor will accept as his operating policy the in turn be made. The Required Contract Provisions shall not be following statement: incorporated by reference in any case. The prime contractor shall be responsible for compliance by any subcontractor or lower tier "It is the policy of this Company to assure that applicants subcontractor with these Required Contract Provisions. are employed, and that employees are treated during employment, without regard to their race, religion, sex, 3. A breach of any of the stipulations contained in these Required Contract Provisions shall be sufficient grounds for termination of color, : employment,pl origin, age ra ing, demotion, action r shall include: upgrading, or transfer; the contract. recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; 4. A breach of the following clauses of the Required Contract and selection for training, including apprenticeship, Provisions may also be grounds for debarment as provided in 29 preapprenticeship,and/or on-the-job training." CFR 5.12: 2. EEO Officer: The contractor will designate and make known to Section I,paragraph 2; the SHA contracting officers an EEO Officer who will have the Section IV,paragraphs 1,2,3,4, and 7; responsibility for and must be capable of effectively administering Section V,paragraphs 1 and 2a through 2g. and promoting an active contractor program of EEO and who must be assigned adequate authority and responsibility to do so. 5. Disputes arising out of the labor standards provisions of Section IV(except paragraph 5)and Section V of these Required Contract 3. Dissemination of Policy: All members of the contractor's staff Provisions shall not be subject to the general disputes clause of who are authorized to hire, supervise, promote, and discharge this contract. Such disputes shall be resolved in accordance with employees, or who recommend such action, or who are the procedures of the U.S. Department of Labor(DOL)as set forth substantially involved in such action, will be made fully cognizant in 29 CFR 5,6, and 7. Disputes within the meaning of this clause of, and will implement, the contractor's EEO policy and contractual include disputes between the contractor (or any of its responsibilities to provide EEO in each grade and classification of subcontractors) and the contracting agency, the DOL, or the employment. To ensure that the above agreement will be met,the contractor's employees or their representatives. 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 February 3, 2011 3 REQUIRED CONTRACT PROVISIONS FEDERAL-AID CONSTRUCTION CONTRACTS less often than once every six months, at which time the contract- may extend beyond the actions reviewed, such corrective action or's EEO policy and its implementation will be reviewed and shall include all affected persons. explained. The meetings will be conducted by the EEO Officer. d. The contractor will promptly investigate all complaints of b. All new supervisory or personnel office employees will be alleged discrimination made to the contractor in connection with his given a thorough indoctrination by the EEO Officer, covering all obligations under this contract, will attempt to resolve such com- major aspects of the contractor's EEO obligations within thirty days plaints, and will take appropriate corrective action within a reason- following their reporting for duty with the contractor. able time. If the investigation indicates that the discrimination may affect persons other than the complainant, such corrective action c. All personnel who are engaged in direct recruitment for the shall include such other persons. Upon completion of each project will be instructed by the EEO Officer in the contractor's investigation, the contractor will inform every complainant of all of procedures for locating and hiring minority group employees. his avenues of appeal. d. Notices and posters setting forth the contractor's EEO policy 6. Training and Promotion: will be placed in areas readily accessible to employees, applicants for employment and potential employees. a. The contractor will assist in locating, qualifying, and increasing the skills of minority group and women employees, and e. The contractor's EEO policy and the procedures to implement applicants for employment. such policy will be brought to the attention of employees by means of meetings,employee handbooks, or other appropriate means. b. Consistent with the contractor's work force requirements and as permissible under Federal and State regulations, the contractor 4. Recruitment: When advertising for employees, the contractor shall make full use of training programs, i.e., apprenticeship, and will include in all advertisements for employees the notation: "An on-the-job training programs for the geographical area of contract Equal Opportunity Employer." All such advertisements will be performance. Where feasible, 25 percent of apprentices or placed in publications having a large circulation among minority trainees in each occupation shall be in their first year of appren- groups in the area from which the project work force would ticeship or training. In the event a special provision for training is normally be derived. provided under this contract,this subparagraph will be superseded as indicated in the special provision. a. The contractor will, unless precluded by a valid bargaining agreement, conduct systematic and direct recruitment through c. The contractor will advise employees and applicants for public and private employee referral sources likely to yield qualified employment of available training programs and entrance require- minority group applicants. To meet this requirement,the contractor ments for each. will identify sources of potential minority group employees, and establish with such identified sources procedures whereby minority d. The contractor will periodically review the training and group applicants may be referred to the contractor for employment promotion potential of minority group and women employees and consideration, will encourage eligible employees to apply for such training and promotion. b. In the event the contractor has a valid bargaining agreement providing for exclusive hiring hall referrals, he is expected to 7. Unions: If the contractor relies in whole or in part upon unions observe the provisions of that agreement to the extent that the as a source of employees, the contractor will use his/her best system permits the contractor's compliance with EEO contract efforts to obtain the cooperation of such unions to increase provisions. (The DOL has held that where implementation of such opportunities for minority groups and women within the unions,and agreements have the effect of discriminating against minorities or to effect referrals by such unions of minority and female women, or obligates the contractor to do the same, such imple- employees. Actions by the contractor either directly or through a mentation violates Executive Order 11246,as amended.) contractor's association acting as agent will include the procedures set forth below: c. The contractor will encourage his present employees to refer minority group applicants for employment. Information and a. The contractor will use best efforts to develop, in cooperation procedures with regard to referring minority group applicants will with the unions, joint training programs aimed toward qualifying be discussed with employees. more minority group members and women for membership in the unions and increasing the skills of minority group employees and 5. Personnel Actions: Wages,working conditions, and employ- women so that they may qualify for higher paying employment. ee benefits shall be established and administered, and personnel actions of every type, including hiring, upgrading, promotion, b. The contractor will use best efforts to incorporate an EEO transfer, demotion, layoff, and termination, shall be taken without clause into each union agreement to the end that such union will regard to race,color, religion,sex, national origin, age or disability. be contractually bound to refer applicants without regard to their The following procedures shall be followed: race,color, religion,sex, national origin,age or disability. a. The contractor will conduct periodic inspections of project c. The contractor is to obtain information as to the referral sites to insure that working conditions and employee facilities do practices and policies of the labor union except that to the extent not indicate discriminatory treatment of project site personnel. such information is within the exclusive possession of the labor union and such labor union refuses to furnish such information to b. The contractor will periodically evaluate the spread of wages the contractor, the contractor shall so certify to the SHA and shall paid within each classification to determine any evidence of set forth what efforts have been made to obtain such information. discriminatory wage practices. d. In the event the union is unable to provide the contractor with c. The contractor will periodically review selected personnel a reasonable flow of minority and women referrals within the time actions in depth to determine whether there is evidence of discrimi- limit set forth in the collective bargaining agreement,the contractor nation. Where evidence is found,the contractor will promptly take will, through independent recruitment efforts, fill the employment corrective action. If the review indicates that the discrimination vacancies without regard to race, color, religion, sex, national February 3, 2011 4 REQUIRED CONTRACT PROVISIONS FEDERAL-AID CONSTRUCTION CONTRACTS origin, age or disability;making full efforts to obtain qualified and/or a. By submission of this bid, the execution of this contract or qualifiable minority group persons and women. (The DOL has held subcontract, or the consummation of this material supply agree- that it shall be no excuse that the union with which the contractor ment or purchase order, as appropriate, the bidder, Federal-aid has a collective bargaining agreement providing for exclusive construction contractor,subcontractor,material supplier,or vendor, referral failed to refer minority employees.) In the event the union as appropriate, certifies that the firm does not maintain or provide referral practice prevents the contractor from meeting the for its employees any segregated facilities at any of its establish- obligations pursuant to Executive Order 11246, as amended, and ments, and that the firm does not permit its employees to perform these special provisions, such contractor shall immediately notify their services at any location, under its control, where segregated the SHA. facilities are maintained. The firm agrees that a breach of this certification is a violation of the EEO provisions of this contract. 8. Selection of Subcontractors, Procurement of Materials and The firm further certifies that no employee will be denied access to Leasing of Equipment: The contractor shall not discriminate on adequate facilities on the basis of sex or disability. the grounds of race, color, religion, sex, national origin, age or disability in the selection and retention of subcontractors, including b. As used in this certification, the term "segregated facilities" procurement of materials and leases of equipment. means any waiting rooms,work areas, restrooms and washrooms, restaurants and other eating areas, timeclocks, locker rooms, and a. The contractor shall notify all potential subcontractors and other storage or dressing areas, parking lots, drinking fountains, suppliers of his/her EEO obligations under this contract. recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit b. Disadvantaged business enterprises(DBE), as defined in 49 directive, or are, in fact, segregated on the basis of race, color, CFR 23, shall have equal opportunity to compete for and perform religion, national origin, age or disability, because of habit, local subcontracts which the contractor enters into pursuant to this custom, or otherwise. The only exception will be for the disabled contract. The contractor will use his best efforts to solicit bids from when the demands for accessibility override (e.g. disabled and to utilize DBE subcontractors or subcontractors with parking). meaningful minority group and female representation among their employees. Contractors shall obtain lists of DBE construction firms c. The contractor agrees that it has obtained or will obtain identical from SHA personnel. certification from proposed subcontractors or material suppliers prior to award of subcontracts or consummation of material supply c. The contractor will use his best efforts to ensure subcon- agreements of $10,000 or more and that it will retain such tractor compliance with their EEO obligations. certifications in its files. 9. Records and Reports: The contractor shall keep such records IV. PAYMENT OF PREDETERMINED MINIMUM WAGE as necessary to document compliance with the EEO requirements. Such records shall be retained for a period of three years following (Applicable to all Federal-aid construction contracts exceeding completion of the contract work and shall be available at reason- $2,000 and to all related subcontracts, except for projects located able times and places for inspection by authorized representatives on roadways classified as local roads or rural minor collectors, of the SHA and the FHWA. which are exempt.) a. The records kept by the contractor shall document the 1. General: following: a. All mechanics and laborers employed or working upon the (1) The number of minority and non-minority group site of the work will be paid unconditionally and not less often than members and women employed in each work classification on the once a week and without subsequent deduction or rebate on any project; account [except such payroll deductions as are permitted by regulations(29 CFR 3) issued by the Secretary of Labor under the (2) The progress and efforts being made in cooperation with Copeland Act (40 U.S.C. 276c)] the full amounts of wages and unions, when applicable,to increase employment opportunities for bona fide fringe benefits (or cash equivalents thereof) due at time minorities and women; of payment. The payment shall be computed at wage rates not less than those contained in the wage determination of the (3) The progress and efforts being made in locating, hiring, Secretary of Labor(hereinafter"the wage determination")which is training, qualifying, and upgrading minority and female employees; attached hereto and made a part hereof, regardless of any and contractual relationship which may be alleged to exist between the contractor or its subcontractors and such laborers and mechanics. (4) The progress and efforts being made in securing the The wage determination (including any additional classifications services of DBE subcontractors or subcontractors with meaningful and wage rates conformed under paragraph 2 of this Section IV minority and female representation among their employees. and the DOL poster (WH-1321) or Form FHWA-1495) shall be posted at all times by the contractor and its subcontractors at the b. The contractors will submit an annual report to the SHA each site of the work in a prominent and accessible place where it can July for the duration of the project, indicating the number of be easily seen by the workers. For the purpose of this Section, minority, women, and non-minority group employees currently contributions made or costs reasonably anticipated for bona fide engaged in each work classification required by the contract work. fringe benefits under Section 1(b)(2) of the Davis-Bacon Act (40 This information is to be reported on Form FHWA-1391. If on-the- U.S.C. 276a) on behalf of laborers or mechanics are considered job training is being required by special provision, the contractor wages paid to such laborers or mechanics, subject to the provi- will be required to collect and report training data. sions of Section IV, paragraph 3b, hereof. Also,for the purpose of this Section, regular contributions made or costs incurred for more III. NONSEGREGATED FACILITIES than a weekly period (but not less often than quarterly) under (Applicable to all Federal-aid construction contracts and to all plans, funds, or programs, which cover the particular weekly related subcontracts of$10,000 or more.) 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 February 3, 2011 5 REQUIRED CONTRACT PROVISIONS FEDERAL-AID CONSTRUCTION CONTRACTS determination for the classification of work actually performed, classification from the first day on which work is performed in the without regard to skill,except as provided in paragraphs 4 and 5 of classification. this Section IV. 3. Payment of Fringe Benefits: b. Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each a. Whenever the minimum wage rate prescribed in the contract classification for the time actually worked therein,provided,that the for a class of laborers or mechanics includes a fringe benefit which employer's payroll records accurately set forth the time spent in is not expressed as an hourly rate, the contractor or each classification in which work is performed. subcontractors, as appropriate, shall either pay the benefit as stated in the wage determination or shall pay another bona fide c. All rulings and interpretations of the Davis-Bacon Act and fringe benefit or an hourly case equivalent thereof. related acts contained in 29 CFR 1, 3, and 5 are herein incorpo- rated by reference in this contract. b. If the contractor or subcontractor, as appropriate, does not make payments to a trustee or other third person, he/she may 2. Classification: consider as a part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide a. The SHA contracting officer shall require that any class of fringe benefits under a plan or program, provided, that the Secre- laborers or mechanics employed under the contract, which is not tary of Labor has found, upon the written request of the contractor, listed in the wage determination,shall be classified in conformance that the applicable standards of the Davis-Bacon Act have been with the wage determination. met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations b. The contracting officer shall approve an additional under the plan or program. classification,wage rate and fringe benefits only when the following criteria have been met: 4. Apprentices and Trainees (Programs of the U.S. DOL)and Helpers: (1) the work to be performed by the additional classification requested is not performed by a classification in the wage a. Apprentices: determination; (1) Apprentices will be permitted to work at less than the (2) the additional classification is utilized in the area by the predetermined rate for the work they performed when they are construction industry; employed pursuant to and individually registered in a bona fide apprenticeship program registered with the DOL, Employment and (3) the proposed wage rate, including any bona fide fringe Training Administration, Bureau of Apprenticeship and Training, or benefits, bears a reasonable relationship to the wage rates with a State apprenticeship agency recognized by the Bureau, or if contained in the wage determination;and a person is employed in his/her first 90 days of probationary employment as an apprentice in such an apprenticeship program, (4) with respect to helpers, when such a classification who is not individually registered in the program,but who has been prevails in the area in which the work is performed. certified by the Bureau of Apprenticeship and Training or a State apprenticeship agency (where appropriate) to be eligible for c. If the contractor or subcontractors, as appropriate, the probationary employment as an apprentice. laborers and mechanics(if known)to be employed in the additional classification or their representatives, and the contracting officer (2) The allowable ratio of apprentices to journeyman-level agree on the classification and wage rate (including the amount employees on the job site in any craft classification shall not be designated for fringe benefits where appropriate), a report of the greater than the ratio permitted to the contractor as to the entire action taken shall be sent by the contracting officer to the DOL, work force under the registered program. Any employee listed on Administrator of the Wage and Hour Division, Employment Stan- a payroll at an apprentice wage rate, who is not registered or dards Administration, Washington, D.C. 20210. The Wage and otherwise employed as stated above, shall be paid not less than Hour Administrator, or an authorized representative, will approve, the applicable wage rate listed in the wage determination for the modify, or disapprove every additional classification action within classification of work actually performed. In addition, any appren- 30 days of receipt and so advise the contracting officer or will notify tice performing work on the job site in excess of the ratio permitted the contracting officer within the 30-day period that additional time under the registered program shall be paid not less than the is necessary. applicable wage rate on the wage determination for the work actually performed. Where a contractor or subcontractor is d. In the event the contractor or subcontractors, as appropriate, performing construction on a project in a locality other than that in the laborers or mechanics to be employed in the additional which its program is registered, the ratios and wage rates (ex- classification or their representatives,and the contracting officer do pressed in percentages of the journeyman-level hourly rate) not agree on the proposed classification and wage rate (including specified in the contractor's or subcontractor's registered program the amount designated for fringe benefits, where appropriate), the shall be observed. contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting (3) Every apprentice must be paid at not less than the rate officer, to the Wage and Hour Administrator for determination. specified in the registered program for the apprentice's level of Said Administrator, or an authorized representative, will issue a progress, expressed as a percentage of the journeyman-level determination within 30 days of receipt and so advise the hourly rate specified in the applicable wage determination. contracting officer or will notify the contracting officer within the 30- Apprentices shall be paid fringe benefits in accordance with the day period that additional time is necessary provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid e. The wage rate (including fringe benefits where appropriate) the full amount of fringe benefits listed on the wage determination determined pursuant to paragraph 2c or 2d of this Section IV shall for the applicable classification. If the Administrator for the Wage be paid to all workers performing work in the additional and Hour Division determines that a different practice prevails for • February 3, 2011 6 REQUIRED CONTRACT PROVISIONS FEDERAL-AID CONSTRUCTION CONTRACTS the applicable apprentice classification, fringes shall be paid in be established by the particular programs. The ratio of apprentices accordance with that determination. and trainees to journeymen shall not be greater than permitted by the terms of the particular program. (4) In the event the Bureau of Apprenticeship and Training, or a State apprenticeship agency recognized by the Bureau, 6. Withholding: withdraws approval of an apprenticeship program,the contractor or subcontractor will no longer be permitted to utilize apprentices at The SHA shall upon its own action or upon written request of less than the applicable predetermined rate for the comparable an authorized representative of the DOL withhold, or cause to be work performed by regular employees until an acceptable program withheld, from the contractor or subcontractor under this contract is approved. or any other Federal contract with the same prime contractor, or any other Federally-assisted contract subject to Davis-Bacon b. Trainees: prevailing wage requirements which is held by the same prime contractor, as much of the accrued payments or advances as may (1) Except as provided in 29 CFR 5.16, trainees will not be be considered necessary to pay laborers and mechanics, including permitted to work at less than the predetermined rate for the work apprentices, trainees, and helpers, employed by the contractor or performed unless they are employed pursuant to and individually any subcontractor the full amount of wages required by the registered in a program which has received prior approval, evi- contract. In the event of failure to pay any laborer or mechanic, denced by formal certification by the DOL, Employment and including any apprentice, trainee, or helper, employed or working Training Administration. on the site of the work, all or part of the wages required by the contract,the SHA contracting officer may, after written notice to the (2) The ratio of trainees to journeyman-level employees on contractor, take such action as may be necessary to cause the the job site shall not be greater than permitted under the plan suspension of any further payment, advance,or guarantee of funds approved by the Employment and Training Administration. Any until such violations have ceased. employee listed on the payroll at a trainee rate who is not regis- tered and participating in a training plan approved by the Employ- 7. Overtime Requirements: ment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classifica- No contractor or subcontractor contracting for any part of the lion of work actually performed. In addition, any trainee performing contract work which may require or involve the employment of work on the job site in excess of the ratio permitted under the laborers, mechanics, watchmen, or guards (including apprentices, registered program shall be paid not less than the applicable wage trainees,and helpers described in paragraphs 4 and 5 above)shall rate on the wage determination for the work actually performed. require or permit any laborer, mechanic, watchman, or guard in any workweek in which he/she is employed on such work, to work (3) Every trainee must be paid at not less than the rate in excess of 40 hours in such workweek unless such laborer, specified in the approved program for his/her level of progress, mechanic, watchman, or guard receives compensation at a rate expressed as a percentage of the journeyman-level hourly rate not less than one-and-one-half times his/her basic rate of pay for specified in the applicable wage determination. Trainees shall be all hours worked in excess of 40 hours in such workweek. paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, 8. Violation: trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Liability for Unpaid Wages; Liquidated Damages: In the event Hour Division determines that there is an apprenticeship program of any violation of the clause set forth in paragraph 7 above, the associated with the corresponding journeyman-level wage rate on contractor and any subcontractor responsible thereof shall be liable the wage determination which provides for less than full fringe to the affected employee for his/her unpaid wages. In addition, benefits for apprentices, in which case such trainees shall receive such contractor and subcontractor shall be liable to the United the same fringe benefits as apprentices. 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 (4) In the event the Employment and Training Administration liquidated damages. Such liquidated damages shall be computed withdraws approval of a training program, the contractor or with respect to each individual laborer, mechanic, watchman, or subcontractor will no longer be permitted to utilize trainees at less guard employed in violation of the clause set forth in paragraph 7, than the applicable predetermined rate for the work performed until in the sum of$10 for each calendar day on which such employee an acceptable program is approved. was required or permitted to work in excess of the standard work week of 40 hours without payment of the overtime wages required c. Helpers: by the clause set forth in paragraph 7. Helpers will be permitted to work on a project if the helper 9. Withholding for Unpaid Wages and Liquidated Damages: classification is specified and defined on the applicable wage determination or is approved pursuant to the conformance proce- The SHA shall upon its own action or upon written request of dure set forth in Section lV.2. Any worker listed on a payroll at a any authorized representative of the DOL withhold, or cause to be helper wage rate, who is not a helper under a approved definition, withheld, from any monies payable on account of work performed shall be paid not less than the applicable wage rate on the wage by the contractor or subcontractor under any such contract or any determination for the classification of work actually performed. other Federal contract with the same prime contractor, or any other Federally-assisted contract subject to the Contract Work Hours and 5. Apprentices and Trainees(Programs of the U.S.DOT): Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any Apprentices and trainees working under apprenticeship and skill liabilities of such contractor or subcontractor for unpaid wages and training programs which have been certified by the Secretary of liquidated damages as provided in the clause set forth in para- Transportation as promoting EEO in connection with Federal- graph 8 above. aid highway construction programs are not subject to the require- V. STATEMENTS AND PAYROLLS ments of paragraph 4 of this Section IV. The straight time hourly wage rates for apprentices and trainees under such programs will February 3, 2011 7 REQUIRED CONTRACT PROVISIONS FEDERAL-AID CONSTRUCTION CONTRACTS (Applicable to all Federal-aid construction contracts exceeding (2) that such laborer or mechanic (including each helper, $2,000 and to all related subcontracts, except for projects located apprentice, and trainee) employed on the contract during the on roadways classified as local roads or rural collectors,which are payroll period has been paid the full weekly wages earned,without exempt.) rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, 1. Compliance with Copeland Regulations(29 CFR 3): other than permissible deductions as set forth in the Regulations, 29 CFR 3; The contractor shall comply with the Copeland Regulations of the Secretary of Labor which are herein incorporated by reference. (3)that each laborer or mechanic has been paid not less that the applicable wage rate and fringe benefits or cash equivalent for 2. Payrolls and Payroll Records: the classification of worked performed, as specified in the applicable wage determination incorporated into the contract. a. Payrolls and basic records relating thereto shall be maintained by the contractor and each subcontractor during the e. The weekly submission of a properly executed certification course of the work and preserved for a period of 3 years from the set forth on the reverse side of Optional Form WH-347 shall satisfy date of completion of the contract for all laborers, mechanics, the requirement for submission of the "Statement of Compliance" apprentices, trainees, watchmen, helpers, and guards working at required by paragraph 2d of this Section V. the site of the work. f. The falsification of any of the above certifications may subject b. The payroll records shall contain the name, social security the contractor to civil or criminal prosecution under 18 U.S.C. 1001 number, and address of each such employee; his or her correct and 31 U.S.C.231. classification; hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or g. The contractor or subcontractor shall make the records cash equivalent thereof the types described in Section 1(b)(2)(B)of required under paragraph 2b of this Section V available for inspec- the Davis Bacon Act); daily and weekly number of hours worked; tion, copying, or transcription by authorized representatives of the deductions made; and actual wages paid. In addition, for Appala- SHA, the FHWA, or the DOL, and shall permit such repre- chian contracts,the payroll records shall contain a notation indicat- sentatives to interview employees during working hours on the job. ing whether the employee does, or does not, normally reside in the If the contractor or subcontractor fails to submit the required labor area as defined in Attachment A,paragraph 1. Whenever the records or to make them available, the SHA, the FHWA, the DOL, Secretary of Labor, pursuant to Section IV, paragraph 3b, has or all may, after written notice to the contractor,sponsor,applicant, found that the wages of any laborer or mechanic include the or owner, take such actions as may be necessary to cause the amount of any costs reasonably anticipated in providing benefits suspension of any further payment, advance, or guarantee of under a plan or program described in Section 1(b)(2)(B) of the funds. Furthermore, failure to submit the required records upon Davis Bacon Act, the contractor and each subcontractor shall request or to make such records available may be grounds for maintain records which show that the commitment to provide such debarment action pursuant to 29 CFR 5.12. benefits is enforceable, that the plan or program is financially responsible, that the plan or program has been communicated in VI. RECORD OF MATERIALS,SUPPLIES,AND LABOR writing to the laborers or mechanics affected, and show the cost anticipated or the actual cost incurred in providing benefits. 1.On all Federal-aid contracts on the National Highway System, Contractors or subcontractors employing apprentices or trainees except those which provide solely for the installation of protective under approved programs shall maintain written evidence of the devices at railroad grade crossings, those which are constructed registration of apprentices and trainees, and ratios and wage rates on a force account or direct labor basis, highway beautification prescribed in the applicable programs. contracts, and contracts for which the total final construction cost for roadway and bridge is less than $1,000,000 (23 CFR 635)the c. Each contractor and subcontractor shall furnish,each week in contractor shall: which any contract work is performed, to the SHA resident engineer a payroll of wages paid each of its employees (including a. Become familiar with the list of specific materials and apprentices, trainees, and helpers, described in Section IV, para- supplies contained in Form FHWA-47, "Statement of Materials and graphs 4 and 5, and watchmen and guards engaged on work Labor Used by Contractor of Highway Construction Involving during the preceding weekly payroll period). The payroll submitted Federal Funds," prior to the commencement of work under this shall set out accurately and completely all of the information contract. required to be maintained under paragraph 2b of this Section V. This information may be submitted in any form desired. Optional b. Maintain a record of the total cost of all materials and Form WH-347 is available for this purpose and may be purchased supplies purchased for and incorporated in the work, and also of from the Superintendent of Documents(Federal stock number 029- the quantities of those specific materials and supplies listed on 005-0014-1), U.S. Government Printing Office, Washington, D.C. Form FHWA-47,and in the units shown on Form FHWA-47. 20402. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. c. Furnish, upon the completion of the contract, to the SHA resident engineer on Form FHWA-47 together with the data d. Each payroll submitted shall be accompanied by a required in paragraph lb relative to materials and supplies, a final "Statement of Compliance," signed by the contractor or subcon- labor summary of all contract work indicating the total hours tractor or his/her agent who pays or supervises the payment of the worked and the total amount earned. persons employed under the contract and shall certify the follow- ing: 2. At the prime contractor's option, either a single report covering all contract work or separate reports for the contractor and for each (1) that the payroll for the payroll period contains the subcontract shall be submitted. information required to be maintained under paragraph 2b of this Section V and that such information is correct and complete; VII. SUBLETTING OR ASSIGNING THE CONTRACT February 3, 2011 8 REQUIRED CONTRACT PROVISIONS FEDERAL-AID CONSTRUCTION CONTRACTS have right of entry to any site of contract performance to inspect or 1. The contractor shall perform with its own organization contract investigate the matter of compliance with the construction safety work amounting to not less than 30 percent(or a greater percent- and health standards and to carry out the duties of the Secretary age if specified elsewhere in the contract) of the total original under Section 107 of the Contract Work Hours and Safety contract price, excluding any specialty items designated by the Standards Act(40 U.S.C.333). State. Specialty items may be performed by subcontract and the amount of any such specialty items performed may be deducted IX. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS from the total original contract price before computing the amount of work required to be performed by the contractor's own organiza- In order to assure high quality and durable construction in tion(23 CFR 635). conformity with approved plans and specifications and a high degree of reliability on statements and representations made by a. "Its own organization" shall be construed to include only engineers, contractors, suppliers, and workers on Federal-aid workers employed and paid directly by the prime contractor and highway projects, it is essential that all persons concerned with the equipment owned or rented by the prime contractor,with or without project perform their functions as carefully, thoroughly, and operators. Such term does not include employees or equipment of honestly as possible. Willful falsification, distortion, or misrepre- a subcontractor,assignee,or agent of the prime contractor. sentation with respect to any facts related to the project is a violation of Federal law. To prevent any misunderstanding b. "Specialty Items"shall be construed to be limited to work that regarding the seriousness of these and similar acts, the following requires highly specialized knowledge, abilities, or equipment not notice shall be posted on each Federal-aid highway project (23 ordinarily available in the type of contracting organizations qualified CFR 635) in one or more places where it is readily available to all and expected to bid on the contract as a whole and in general are persons concerned with the project: to be limited to minor components of the overall contract. NOTICE TO ALL PERSONNEL ENGAGED ON FEDERAL-AID 2. The contract amount upon which the requirements set forth in HIGHWAY PROJECTS paragraph 1 of Section VII is computed includes the cost of material and manufactured products which are to be purchased or 18 U.S.C. 1020 reads as follows: produced by the contractor under the contract provisions. "Whoever, being an officer, agent, or employee of the United 3. The contractor shall furnish (a) a competent superintendent or States, or of any State or Territory, or whoever, whether a person, supervisor who is employed by the firm, has full authority to direct association, firm, or corporation, knowingly makes any false performance of the work in accordance with the contract require- statement, false representation, or false report as to the character, ments,and is in charge of all construction operations(regardless of quality, quantity, or cost of the material used or to be used, or the who performs the work) and (b) such other of its own quantity or quality of the work performed or to be performed, or the organizational resources(supervision, management,and engineer- cost thereof in connection with the submission of plans, maps, ing services) as the SHA contracting officer determines is neces- specifications, contracts, or costs of construction on any highway sary to assure the performance of the contract. or related project submitted for approval to the Secretary of Transportation;or 4. No portion of the contract shall be sublet, assigned or otherwise disposed of except with the written consent of the SHA contracting Whoever knowingly makes any false statement, fa/se represen- officer, or authorized representative, and such consent when given tation, false report or false claim with respect to the character, shall not be construed to relieve the contractor of any responsibility quality, quantity, or cost of any work performed or to be performed, for the fulfillment of the contract. Written consent will be given only or materials furnished or to be furnished, in connection with the after the SHA has assured that each subcontract is evidenced in construction of any highway or related project approved by the writing and that it contains all pertinent provisions and Secretary of Transportation;or requirements of the prime contract. Whoever knowingly makes any false statement or false repre- VIII. SAFETY:ACCIDENT PREVENTION sentation as to material fact in any statement, certificate, or report submitted pursuant to provisions of the Federal-aid Roads Act 1. In the performance of this contract the contractor shall comply approved July 21, 1916, (39 Stat. 355), as amended and supple- with all applicable Federal, State, and local laws governing safety, mented; health, and sanitation (23 CFR 635). The contractor shall provide all safeguards, safety devices and protective equipment and take Shall be fined not more that$10,000 or imprisoned not more than 5 any other needed actions as it determines,or as the SHA contract- years or both." ing officer may determine, to be reasonably necessary to protect the life and health of employees on the job and the safety of the X. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL public and to protect property in connection with the performance WATER POLLUTION CONTROL ACT of the work covered by the contract. (Applicable to all Federal-aid construction contracts and to all 2. It is a condition of this contract, and shall be made a condition related subcontracts of$100,000 or more.) of each subcontract, which the contractor enters into pursuant to this contract, that the contractor and any subcontractor shall not By submission of this bid or the execution of this contract, or permit any employee, in performance of the contract, to work in subcontract, as appropriate, the bidder, Federal-aid construction surroundings or under conditions which are unsanitary, hazardous contractor, or subcontractor, as appropriate, will be deemed to or dangerous to his/her health or safety, as determined under have stipulated as follows: 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 1. That any facility that is or will be utilized in the performance of (40 U.S.C.333). this contract, unless such contract is exempt under the Clean Air 3. Pursuant to 29 CFR 1926.3, it is a condition of this contract that Act, as amended (42 U.S.C. 1857 et seq., as amended by Pub.L. the Secretary of Labor or authorized representative thereof, shall 81.604), and under the Federal Water Pollution Control Act, as Y. February 3, 2011 9 REQUIRED CONTRACT PROVISIONS FEDERAL-AID CONSTRUCTION CONTRACTS amended(33 U.S.C. 1251 et seq.,as amended by Pub.L. 92-500), ineligible, or voluntarily excluded from participation in this covered Executive Order 11738, and regulations in implementation thereof transaction, unless authorized by the department or agency (40 CFR 15) is not listed, on the date of contract award, on the entering into this transaction. U.S. Environmental Protection Agency (EPA) List of Violating Facilities pursuant to 40 CFR 15.20. g. The prospective primary participant further agrees by submitting this proposal that it will include the clause titled "Certifi- 2. That the firm agrees to comply and remain in compliance with cation Regarding Debarment, Suspension, Ineligibility and Volun- all the requirements of Section 114 of the Clean Air Act and tary Exclusion-Lower Tier Covered Transaction," provided by the Section 308 of the Federal Water Pollution Control Act and all department or agency entering into this covered transaction, regulations and guidelines listed thereunder. without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. 3. That the firm shall promptly notify the SHA of the receipt of any communication from the Director, Office of Federal Activities, EPA, h. A participant in a covered transaction may rely upon a indicating that a facility that is or will be utilized for the contract is certification of a prospective participant in a lower tier covered under consideration to be listed on the EPA List of Violating transaction that is not debarred, suspended, ineligible, or volun- Facilities. tarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method 4. That the firm agrees to include or cause to be included the and frequency by which it determines the eligibility of its principals. requirements of paragraph 1 through 4 of this Section X in every Each participant may, but is not required to, check the nonprocure- nonexempt subcontract, and further agrees to take such action as ment portion of the "Lists of Parties Excluded From Federal the government may direct as a means of enforcing such require- Procurement or Nonprocurement Programs" (Nonprocurement ments. List)which is compiled by the General Services Administration. XI.CERTIFICATION REGARDING DEBARMENT,SUSPENSION, I. Nothing contained in the foregoing shall be construed to INELIGIBILITY AND VOLUNTARY EXCLUSION require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge 1. Instructions for Certification - Primary Covered Transac- and information of participant is not required to exceed that which tions: is normally possessed by a prudent person in the ordinary course of business dealings. (Applicable to all Federal-aid contracts-49 CFR 29) j. Except for transactions authorized under paragraph f of these instructions, if a participant in a covered transaction knowingly a. By signing and submitting this proposal, the prospective enters into a lower tier covered transaction with a person who is primary participant is providing the certification set out below. suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies b. The inability of a person to provide the certification set out available to the Federal Government, the department or agency below will not necessarily result in denial of participation in this may terminate this transaction for cause or default. covered transaction. The prospective participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection '""" with the department or agency's determination whether to enter into this transaction. However, failure of the prospective primary Certification Regarding Debarment,Suspension,Ineligibility participant to furnish a certification or an explanation shall disquali- and Voluntary Exclusion--Primary Covered Transactions fy such a person from participation in this transaction. 1. The prospective primary participant certifies to the best of its c. The certification in this clause is a material representation of knowledge and belief,that it and its principals: fact upon which reliance was placed when the department or agency determined to enter into this transaction. If it is later a. Are not presently debarred, suspended, proposed for determined that the prospective primary participant knowingly debarment, declared ineligible, or voluntarily excluded from rendered an erroneous certification, in addition to other remedies covered transactions by any Federal department or agency; available to the Federal Government, the department or agency may terminate this transaction for cause of default. b. Have not within a 3-year period preceding this proposal been convicted of or had a civil judgement rendered against them for d. The prospective primary participant shall provide immediate commission of fraud or a criminal offense in connection with written notice to the department or agency to whom this proposal is obtaining, attempting to obtain, or performing a public (Federal, submitted if any time the prospective primary participant learns that State or local) transaction or contract under a public transaction; its certification was erroneous when submitted or has become violation of Federal or State antitrust statutes or commission of erroneous by reason of changed circumstances. embezzlement, theft, forgery, bribery, falsification or destruction of records,making false statements,or receiving stolen property; e. The terms "covered transaction," "debarred," "suspended," "ineligible,""lower tier covered transaction,""participant,""person," c. Are not presently indicted for or otherwise criminally or civilly "primary covered transaction," "principal," "proposal," and "volun- charged by a governmental entity (Federal, State or local) with tarily excluded,"as used in this clause, have the meanings set out commission of any of the offenses enumerated in paragraph 1 b of in the Definitions and Coverage sections of rules implementing this certification;and Executive Order 12549. You may contact the department or agency to which this proposal is submitted for assistance in obtaining a copy of those regulations. f. The prospective primary participant agrees by submitting this d. Have not within a 3-year period preceding this applica- proposal that, should the proposed covered transaction be entered tion/proposal had one or more public transactions (Federal, State into, it shall not knowingly enter into any lower tier covered or local)terminated for cause or default. transaction with a person who is debarred, suspended, declared February 3, 2011 10 REQUIRED CONTRACT PROVISIONS FEDERAL-AID CONSTRUCTION CONTRACTS 2. Where the prospective primary participant is unable to certify to I. Except for transactions authorized under paragraph e of these any of the statements in this certification, such prospective instructions, if a participant in a covered transaction knowingly participant shall attach an explanation to this proposal. 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 2.Instructions for Certification -Lower Tier Covered Transac- remedies, including suspension and/or debarment. tions: (Applicable to all subcontracts, purchase orders and other lower tier transactions of$25,000 or more-49 CFR 29) Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion--Lower Tier Covered Transactions: a. By signing and submitting this proposal, the prospective 1. The prospective lower tier participant certifies, by submission of lower tier is providing the certification set out below. this proposal,that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or b. The certification in this clause is a material representation of voluntarily excluded from participation in this transaction by any fact upon which reliance was placed when this transaction was Federal department or agency. entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in 2. Where the prospective lower tier participant is unable to certify addition to other remedies available to the Federal Government, to any of the statements in this certification, such prospective the department, or agency with which this transaction originated participant shall attach an explanation to this proposal. may pursue available remedies, including suspension and/or debarment. "'""` c. The prospective lower tier participant shall provide immediate XII. CERTIFICATION REGARDING USE OF CONTRACT written notice to the person to which this proposal is submitted if at FUNDS any time the prospective lower tier participant learns that its FOR LOBBYING certification was erroneous by reason of changed circumstances. (Applicable to all Federal-aid construction contracts and to all d. The terms "covered transaction," "debarred," "suspended," related subcontracts which exceed$100,000-49 CFR 20) "ineligible," "primary covered transaction," "participant," "person," "principal," "proposal," and "voluntarily excluded," as used in this 1. The prospective participant certifies, by signing and submitting clause, have the meanings set out in the Definitions and Coverage this bid or proposal, to the best of his or her knowledge and belief, sections of rules implementing Executive Order 12549. You may that: contact the person to which this proposal is submitted for assis- tance in obtaining a copy of those regulations. a. No Federal appropriated funds have been paid or will be paid,by or on behalf of the undersigned,to any person for influenc- e. The prospective lower tier participant agrees by submitting ing or attempting to influence an officer or employee of any Federal this proposal that, should the proposed covered transaction be agency, a Member of Congress, an officer or employee of Con- entered into, it shall not knowingly enter into any lower tier covered gress, or an employee of a Member of Congress in connection with transaction with a person who is debarred, suspended, declared the awarding of any Federal contract, the making of any Federal ineligible, or voluntarily excluded from participation in this covered grant, the making of any Federal loan, the entering into of any transaction, unless authorized by the department or agency with cooperative agreement, and the extension, continuation, renewal, which this transaction originated. amendment, or modification of any Federal contract,grant, loan, or cooperative agreement. f. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled b. If any funds other than Federal appropriated funds have been "Certification Regarding Debarment, Suspension, Ineligibility and paid or will be paid to any person for influencing or attempting to Voluntary Exclusion-Lower Tier Covered Transaction," without influence an officer or employee of any Federal agency, a Member modification, in all lower tier covered transactions and in all of Congress, an officer or employee of Congress, or an employee solicitations for lower tier covered transactions. of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall g. A participant in a covered transaction may rely upon a complete and submit Standard Form-LLL, "Disclosure Form to certification of a prospective participant in a lower tier covered Report Lobbying,"in accordance with its instructions. transaction that is not debarred, suspended, ineligible, or volun- tarily excluded from the covered transaction, unless it knows that 2. This certification is a material representation of fact upon which the certification is erroneous. A participant may decide the method reliance was placed when this transaction was made or entered and frequency by which it determines the eligibility of its principals. into. Submission of this certification is a prerequisite for making or Each participant may, but is not required to,check the Nonprocure- entering into this transaction imposed by 31 U.S.C. 1352. Any ment List. 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 h. Nothing contained in the foregoing shall be construed to $100,000 for each such failure. 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 3. The prospective participant also agrees by submitting his or her is normally possessed by a prudent person in the ordinary course bid or proposal that he or she shall require that the language of this of business dealings. certification be included in all lower tier subcontracts,which exceed $100,000 and that all such recipients shall certify and disclose accordingly. MEMORANDUM .4)„0_624e- Date: February 14, 2012 G U To: Monica Mika, Director of Finance and Administration From: Michael Bedell, P.E., Senior Engineer RE: Bid Request No. B1100079 BOCC Approval Date February 27,2012 Bids were received and opened on February 9, 2012 for contract services for the construction of Bridge 6- 25A Rehabilitation Project. Four bids were received for the project and amounts ranged from $545,744.00 to $699,485.00 with the lowest bid submitted by Naranjo Civil Constructors from Greeley, Colorado. This project has Federal-Aid grant funds being administered through CDOT. CDOT Contracts Branch has reviewed our bid information and given their concurrence to award the construction contract. The total grant funds obligated by CDOT for this project are $360,000.00. The County will be responsible for the remaining costs. My recommendation is to award a construction contract to the low bidder, Naranjo Civil Construction, in the amount of$545,744.00. Construction is planned to take place during the months of March and April, 2012. Please contact me if you have questions or need further information. Attachments: CDOT Concurrence to Award Letter Bid Tabulation 7/0D/' 0)70/07 O5 d z-e6-2w. STATE OF COLORADO DEPARTMENT OF TRANSPORTATION Pr; 1O Contracts and Market Analysis Branch BRO C030-041 4201 East Adonaaa Avenue WCB 6-25A Rehab Denver,Colorado 80222 Prof Code 17909 Telephone:(303)757-9736 Facsimile: (303)252-066.5 February 14, 2012 Mr. Michael Bedell Weld County Public Works Department PO Box 758 Greeley, CO 80632 Dear Mr Bedell: Based on my review of the financial statement dated February 10, 2012 and receipt of: -CDOT Form 605, Contractors Performance Capability Statement -CDOT Form 606, Anti-Collusion Affidavit -CDOT Form 621, Assignment of Anti-Trust Claims and -Documentation of conformance with CDOT UDBE Contract Goal Policy, the County's award of Project BRO C030-041 to Naranjo Civil Constructors is approved. Please include a copy of FHWA Form 1273 as part of your contract with Naranjo Civil Constructors Your cooperation in this matter is appreciated. Sinc erely, CDOT Award Officer JSW/jsw cc: Tim Tuttle, R-4 Region EEO Officer, R-4 Ott, Agreements Yehdego/Ngo, Projects & Grants Loeper, Program & Project Analysis Liljenberg,R. Business Programs Central Files BID TABULATION 2-09-12 WCB 6-25A REHABILITATION(B1100079) ITEM ESTIMATED UNIT PRICE TOTAL UNIT PRICE TOTAL NUMBER CONTRACT ITEM UNIT QUANTITY Naranjo Civil Naranjo Civil American Civil American Civil 202 Removal of Asphalt Mat(Planing) SY 1251 5500 56,25500 55.00 $6,255 00 202 Removal of Concrete Panels EACH 20 $280.00 35,60000 $500.00 $10,000 00 202 Removal of Steel Lateral Bracing LS I $165000 51,650.00 $5,000.00 $5,000.00 202 Removal of Bridge Rail IS 594 $690 $4,09860 SI1O0 $6,53400 206 Structure Excavation CY 459 52000 $9,180.00 53600 $16,524.00 206 Structure Backfll(Class I) CY 459 $4600 $21,114.00 $5500 525,24500 206 Sediment Removal and Disposal CY 1600 $22.40 $35,840 00 $2500 540,000.00 208 Concrete Washout Structure EACH 1 $56000 $560.00 $1000.00 $1,000 00 403 Hot Mix Asphalt(Grade 5)(75)(PG 64-22) TON 211 $8500 $17,935.00 $8000 $16,880 00 509 Structural Steel(Lateral Bracing) LBS 1320 51340 $17,68800 $12.00 515,84000 509 Threaded Bar(I'Diameter,150 KSI) LF 260 516.20 $4,21200 $22.00 $5,720.00 509 Clean and Paint Slrucmral Steel LS I0 $12.000.00 $12,000.00 513,100.00 113,100.00 515 Waterproofing Membrane SY 9840 520.60 $20,27040 $2000 $19,680.00 518 Bridge Expansion Joint(Asphaltic Plug) LF 150 $134.00 $20,100 00 $12500 518,75000 601 Concrete Class D(bridge) CY 15 $71000 524,85000 565000 $22,750.00 602 Reinforcing Steel(Epoxy Coated) LBS 3,000 53.30 59,900.00 SI 25 $3,750.00 606 Bodge Rail(Type I OR) LF 594 $15300 $90,88200 $17000 $100,98000 606 Guardrail Type 3(3'I I/2'Past Spacing) LF 22 15800 $1,276.00 513.00 $72600 606 Guardrail Transition Type 3G EACH 3 $1,23000 53,69000 51,400 00 54,20000 606 j Guardrail Type 3K Fad Anchorage EACH $1,240 00 $1,24000 5120000 $1,200.00 606 Guardrail End Anchorage(Non-Flared) EACH 3 5?26000 $6,710 00 52,300 00 j $6,90000 620 Sanitary Facility EACH I $5000 $500.00 $48500 548500 626 Mobilization and Dewatering LS I $160,000 00 $160,000 00 $138,200.00 $138,200.00 627 Marking Paint GAL 20 $18000 $3600.00 $700 5140.0 (Low VOC Solvent Base) 630 Construction Traffic Sign(Panel Size A) EACH 18 $6700 $2,546 00 $660 52,508.00 630 j Construction Traffic Sign(Panel Size B) EACH 6 5790 $47400 88000 $480 630 Conaouction Traffic Sign(Special) SF 132 51300 5171600 $140 $1948.0 630 Berner(Type 3 M-H)(Temporary) EACH 6 51210 57260 $120.00 S7200 603 Portable Variable Message Boards DAY 42 $61 00 $2,56200 $6000 52,520.0 630 Traffic Control Management DAY 43 $95000 57365000 $54000 523,2200 630 Traffic Control Inspection DAY 17 59700 516490 5960 $163200 700 F/A Minor Contract Revisions FA 1 525,000 00 $25,00.0 525,000 525,00.0 700 F/A Fuel Coat Adjustment FA 1 52,000.0 52,000 00 $2,000 00 $20000 700 F/A Erosion Control FA 55,000.00 35,0000 55,000 00 55,0000 700 F/A On The lob Training(0 flours Required) HOUR 0 S00 500 $00 $00 700 F/A OJT Colorado Training Program FA 1 520000 520000 520000 $200.00 700 F/A Asphalt Cement Coo Adjustment FA 1 51000.0 510000 51,000.00 51,000.00 TOTAL $545,744.00 TOTAL $547,247.00 Arithmetic Errors No Errors No Errors DBE Goal-8.0% 30.00% 12.00% BID TABULATION 2-09-12 WCB 6-25A REHABILITATION (B1100079) ITEM ESTIMATED UNIT PRICE TOTAL MGT PRICE TOTAL NIMBER CONTRACT HEM UNIT QUANTITY Paramount Paramount ABCO ABCO 202 Removal of Asphalt Mat(Planing) SY 1251 S985 $12,32235 5700 $8,757.00 202 Removal of Concrete Panels EACH 20 $1516.18 $30,323.60 $400.00 58,00000 202 Removal of Steel Lateral Bracing LS 1 $11,95400 $18,95400 53,500.00 53,500 00 202 Removal of Bridge Rail LF 594 $14.49 $8,60106 $11.00 $6,534 00 206 Structure Excavation CV 459 $34.27 $15,72993 $12.50 $5,737.50 206 Structure Backlit!(Class I) CY 459 $31.31 $14,37129 $21 50 $9,868.50 206 Sediment Removal and Disposal CY 1600 $13.50 $21,600.00 $21.50 $34,40000 208 Concrete Washout Structure EACH I $1,50700 $150700 $90000 $80000 403 Hot Mix Asphalt(Grade 5)(75)(PG 6442) TON 211 $92.45 $19,50695 $9300 $19,623.00 509 Structural Steel(Lateral Bracing) LBS 1,320 $22.95 $30,294.00 5800 $10,56000 509 Threaded Bar(1'Diameter,150 KSI) LF 260 $91.09 $23,68340 $10.50 $7,930.00 509 Clean and Paint Structural Steel I.S 10 523,55200 $23,55200 $10,000.00 $10,000.00 515 Waterproofing Membrane SY 984.0 519.84 $19,522 56 $1100 $10,82400 518 Bridge Expansion Joint(Asphaltic Plug) LF 150 5164.43 $24,664.50 $15500 $23,250.00 601 Concrete Class D(Bridge) CY 35 $806.08 $28,211.80 $68500 523,97500 602 Reinforcing Steel(Epoxy Coated) LBS 3,000 $1 43 $4,290.00 $205 56,15000 606 Bridge Rail(Type 10R) LF 594 $182.35 5108,31590 $130.00 $7722000 606 Guardrail Type 3(3'1 1/2"Post Spacing) IA' 22 $31.91 $70202 $32.25 $709.50 606 Guardrail Transition Type 30 EACH 3 $1,353 14 $4,059 42 $1300.00 $3,900.00 606 Guardrail Type 3K End Anchorage EACH I $1,203 57 $1203.57 $1,12500 $1,12500 606 Guardrail End Anchorage(Non-Flared) EACH 3 52,28270 $6,848.10 52,25000 $6,75000 620 Sanitary Facility EACH I 345200 545200 535000 $35000 626 Mobilization and Dewatenng LS I $81,11600 $81,11600 5352000.00 5152,00000 627 Marking Paint(Low VOC Solvent Base) GAL 20 $13961 $2,792.20 $68.50 $177000 630 Construction Traffic Sign(Panel Sire A) EACH 38 $7679 32,918 02 56500 $2,47000 630 Construction Traffic Sign(Panel Size B) EACH 6 $101 43 5608.58 $76 7$ $460 50 630 Construction Traffic Sign(Special) SF 132 51641 52,166 12 $1100 51,71600 630 Brinier(Type 3M-B)(Temporary) EACH 6 $230.57 $1,383.42 $125,00 $750.00 603 Portable Variable Message Boards DAY 42 $12057 5506394 $7500 $3,150 00 630 Traffic Control Management DAY 43 $44950 $19,328 50 $53000 522,79000 630 Traffic Control Inspection DAY 17 $104.0) $1,169.19 $95.00 5161500 700 F/A Minor Contract Revisions FA I $25,000.00 525,000.00 $25,00000 $25000.0,) 700 F/A Fuel Coss Adjustment FA I $2,00000 52,000.00 $2,000.00 $2,000.00 700 F/A Erosion Control FA I $5,00000 $5,000 00 $9,000 00 55,000.00 100 F/A On The lab Training(0 Hours Required) HOUR 0 $0.00 $000 $000 $000 700 F/A OIT Colorado Training Program FA I 370000 $200 00 $20000 520000 700 F/A Asphalt Cement Cost Adjustment FA I $1000.00 51000.00 51,000 00 51000.00 _$569,068.42 TOTAL $699,485.00 Arithmetic Errors No Errors $1000.00 Error DBE Goal=8.D% 2540% 9.00% WELD COUNTY PURCHASING 915 10TH St Room #334, Greeley CO 80631 I 8 6 I - 2 0 II E-Mail: mwaltersAco.weld.co.us E-mail: reverett(a.co.weld.co.us Phone: (970) 356-4000, Ext 4222 or 4223 �V Fax: (970) 336-7226 W E L O NTY Y u DATE OF BID: February 9TH, 2012 REQUEST FOR: BRIDGE #6/25A REHABILITATION (CDOT) DEPARTMENT: Public Works Dept BID NO: #B1100079 PRESENT DATE: February 13TH 2012 APPROVAL DATE: February 271", 2012 VENDORS TOTAL AMOUNT H & L CONCRETE INC $545,744.00 DBA NARANJO CIVIL CONSTRUCTORS INC 1863 2ND AVENUE GREELEY CO 80631 AMERICAN CIVIL CONSTRUCTORS INC $547,247.00 4901 S WINDERMERE STREET LITTLETON CO 80120 PARAMOUNT CONSTRUCTION INC $569,068.42 4701 JACKSON STREET DENVER CO 80216 ABCO CONTRACTING INC $699,485.00 2180 E 74TH PLACE DENVER CO 80229 **BIDS ARE BEING REVIEWED BY THE PUBLIC WORKS DEPARTMENT 2012-0402 & 3/201.2- g67DoW7 BID TABULATION 2-09-12 WCB 6-25A REHABILITATION (B1100079) ITEM ESTIMATED UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL NUMBER CONTRACT ITEM UNIT QUANTITY Naranjo Civil Naranjo Civil American Civil American Civil Paramount Paramount ABCO ABCO 202 Removal of Asphalt Mat(Planing) SY 1251 $5.00 $6,255.00 $5O0 $6,255.00 $9.85 $12,322.35 $7.00 $8,75700 202 Removal of Concrete Panels EACH 20 $280.00 $5,600.00 $500.00 $10,00000 $1,516.18 $30,323.60 $400.00 $8,000.00 202 Removal of Steel Lateral Bracing LS I $1,65000 $1,650.00 $5,000.00 $5,000.00 $18,954 00 $18,95400 $3,50000 $3,500.00 202 Removal of Bridge Rail LF 594 $6.90 $4,098.60 $11.00 $6,534.00 $1449 $8,607.06 $11O0 $6,534.00 206 Structure Excavation CY 459 $20.00 $9,180.00 $36.00 $16,524.00 $34.27 $15,72993 $12.50 $5,737.50 206 Structure Backfill(Class I) CY 459 $46.00 821,114.00 $55.00 $25,245.00 $3731 $14,371.29 $21.50 $9,868.50 206 Sediment Removal and Disposal CY 1600 $22.40 $35,840.00 $25.00 $40,000.00 $13.50 $21,600.00 $21.50 $34,400.00 208 Concrete Washout Structure EACH I $560.00 $560.00 $1,000.00 $1,000.00 $1,507.00 $1,50700 $800.00 $800.00 403 Hot Mix Asphalt(Grade S)(75)(PG 64-22) TON 211 $85.00 $17,935.00 $80.00 $16,880.00 $92.45 $19,506.95 893.00 $19,623.00 509 Structural Steel(Lateral Bracing) LBS 1,320 $13.40 $17,688.00 $12.00 $15,840.00 $22.95 $30,29400 $8.00 $10,560.00 509 Threaded Bar(1"Diameter,150 KSI) LF 260 816.20 $4,212.00 $22.00 $5,720.00 $91,09 $23,683.40 830.50 $7,930.00 509 Clean and Paint Structural Steel LS 1.0 812,000.00 $12,000.00 $13,100.00 $13,100.00 $23,552.00 $23,552.00 810,000.00 $10,000.00 515 Waterproofing Membrane SY 984.0 $2O60 $20,270.40 $20.00 $19,680.00 $19.84 $19,522 56 $11.00 $10,824.00 518 Bridge Expansion Joint(Asphaltic Plug) LF 150 $134.00 $20,100.00 $125.00 $18,750.00 $164.43 $24,664.50 $155.00 $23,250.00 601 Concrete Class D(Bridge) CY 35 $710.00 $24,850.00 $650.00 $22,750.00 $806.08 $28,212.80 $685.00 $23,975.00 602 Reinforcing Steel(Epoxy Coated) LBS 3,000 $3.30 $9,900.00 $1.25 $3,750.00 $1.43 $4,290.00 $2.05 $6,150.00 606 Bridge Rail(Type 10R) LF 594 $153O0 $90,882.00 $170.00 $100,980.00 $18235 $108,315.90 $130.00 $77,220.00 606 Guardrail Type 3(3'1 12"Post Spacing) LF 22 $58.00 $1,276.00 $33.00 $726.00 $31.91 $702.02 $32.25 $709.50 606 Guardrail Transition Type 3G EACH 3 $1,230.00 $3,690.00 $1,400.00 84,200.00 $1,353.14 $4,05942 $1,300.00 $3,900.00 606 Guardrail Type 3K End Anchorage EACH I $1,240.00 $1,240.00 $1,200.00 $1,200.00 $1,203.57 $1,203.57 $1,125.00 $1,125.00 606 Guardrail End Anchorage(Non-Flared) EACH 3 $2,260.00 86,780.00 $2,300.00 $6,900.00 $2,282.70 $6,848.10 $2,250.00 $6,750.00 620 Sanitary Facility EACH I $500.00 $500.00 $485O0 $485.00 $45200 $452.00 $350.00 $350.00 626 Mobilization and Dewatering LS 1 $160,000.00 $160,000.00 $138,200.00 $138,200.00 $81,11600 $81,116.00 $352,000.00 $352,000.00 627 Marking Paint(Low VOC Solvent Base) GAL 20 $180.00 $3,600.00 $70.00 $1,400.00 $139.61 $2,792.20 $68.50 $1,370.00 630 Construction Traffic Sign(Panel Size A) EACH 38 867.00 $2,546.00 $66.00 $2,508.00 $76.79 $2,918.02 $65.00 $2,470.00 630 Construction Traffic Sign(Panel Size B) EACH 6 $79.00 $474.00 $80.00 $480.00 $101.43 $608.58 $76.75 $460.50 630 Construction Traffic Sign(Special) SF 132 $13.00 $1,716.00 $14.00 $1,848 00 $16.41 $2,166.12 $13.00 $1,716.00 630 Barrier(Type 3M-B)(Temporary) EACH 6 $121.00 $726.00 $120.00 $720.00 $230.57 $1,383.42 8125.00 $750.00 603 Portable Variable Message Boards DAY 42 $61.00 $2,562.00 $60,00 $2,520.00 $120.57 $5,063.94 $75.00 $3,150.00 630 Traffic Control Management DAY 43 $550.00 $23,650.00 $540.00 $23,220.00 $449.50 $19,328.50 $530.00 $22,790.00 630 Traffic Control Inspection DAY 17 $97.00 $1,649.00 $96.00 81,632.00 $104.07 $1,769.19 $95.00 $1,615.00 700 F/A Minor Contract Revisions FA I $25,000.00 $25,000,00 $25,000.00 $25,000.00 $25,000.00 $25,000.00 $25,000,00 $25,000.00 700 F/A Fuel Cost Adjustment FA I $2,000,00 $2,000.00 $2,000.00 $2,000.00 $2,000.00 $2,000,00 $2,000.00 $2,000.00 700 F/A Erosion Control FA 1 $5,000.00 $5,000.00 $5,000,00 $5,000.00 $5,000.00 $5,000.00 $5,000.00 $5,000.00 700 F/A On The Job Training(0 Hours Required) HOUR 0 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 700 F/A OJT Colorado Training Program FA 1 $200.00 8200.00 $200.00 $200.00 $200.00 $200.00 $200,00 $200.00 700 F/A Asphalt Cement Cost Adjustment FA I $1,000.00 $1,000.00 $1,000.00 $1,000.00 $1,000.00 $1,00000 $1,000.00 $1,000.00 TOTAL $545,744.00 TOTAL $547,247.00 TOTAL $569,068.42 TOTAL $699,485.00 Arithmetic Errors No Errors No Errors No Errors $1,000.00 Error DBE Goal=8.0% 30.00% 12.00% 25.40% 9.00% Hello