Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Cedar Valley Corp.-5/12/2014
FA96 (Form 650019) 05-13 CONTRACT Letting Date: April 15, 2014 Contract ID: 07-8155-731 County: BLACK HAWK Project Engineer: ANENT, INC. Cost Center: 849300 Object Code: 890 Contract Work Type: PCC PAVEMENT — GRADE/REPLACE Bid Order No.: 102 .r-4 DBE Commitment $201,994.815 T.4 •x CQ r°1 4=! This agreement made and entered by and between the CITY OF WATERLOO CONTRACTING AUTHORITY, AND CEDAR VALLEY CORP., LLC. OF WATERLOO, IA, (CE099), CONTRACTOR It is agreed that the notice and instructions to bidders, the proposal filed by the Contractor, the specifications, the plan, if any, for project(s) listed below, together with Contractor's performance bond, are made a part hereof and together with this instrument constitute the contract. This contract contains all of the terms and conditions agreed upon by the parties hereto. A true copy of said plan is now on file in the office of the Contracting Authority under date of 04/10/2014 , PROJECT: STP—U-8155(731)--70-07 WORK TYPE: PCC PAVEMENT — GRADE/REPLACE ROUTE: KIMBALL AVENUE LOCATION: IN THE CITY OF WATERLOO TOWER FEDERAL AID — PREDETERMINED WAGES ARE IN COUNTY: BLACK HAWK ACCOUNTING ID: 31521 LENGTH (MILES): 1.67 PARK DR. TO ACADIA ST. EFFECT The specifications consist of the Standard Specifications for Highway and Bridge Construction, Series 2012 of the Iowa Department of Transportation plus the following Supplemental Specifications, Special Provisions, and addendums: FHWA-1273.05, GS -12004, IA14-1.0, SP -122009, ADDENDUMS: 15APR102.A01, 15APR102.A02 Contractor, for and in considerations of $5,914,306.72 payable as set forth in the specifications constituting a part of this contract, agrees to construct various items of work and/or provide various materials or supplies in accordance with the plans and specifications therefore, and in the locations designated in the Notice to Bidders. Contractor certifies by signature on this contract, under pain of penalties for false certification, that the Contrac- tor has complied with Iowa Code Section 452A.17(8) as amended, if applicable, and Iowa Code Section 91C.5 (Public Registration Number), if applicable. In consideration of the foregoing, Contracting authority hereby agrees to pay the Contractor promptly and accor- ding to the requirements of the specifications the amounts set forth, subject to the conditions as set forth in the specifications. It is further understood and agreed that the above work shall also be commenced or completed in accordance with Page 1B of this Contract and assigned Proposal Notes. To accomplish the purpose herein expressed, the Contracting authority and Contractor have signed this and one other identical instrument. For Fjderal-Aid contracts the Contractor certifies that each subcontract is evidenced in writing and that it contains all `.O fent. p ®vi "ons and requirements of the contract. Contractor (if joint venture) Contracting Authority Contract Award Date MAY 1 4 2014 Iowa DOT Concurrence For Local Agency Contracts Concurrence Date F696 (Form 650019) 11-05 Letting Date: It is further the following April 15, 2014 Contract ID: 07-8155-731 Page: ' 1B Bid Order No. : 102 understood and agreed that the above work shall be commenced or completed in accordance with schedule: SITE NUMBER CONTRACT PERIOD /SITE DESCRIPTION LIQUIDATED DAMAGES CONTRACT LATE START DATE 05/19/2014 240 WORKING DAYS CONTRACT NOTES $2,000.00 CONTRACT SCHEDULE OF PRICES Page: 2 ******************************************************************************** Vendor No.: CE099 Bid Order No.: 102 Contract ID No.: 07-8155-731 Letting Date: April 15, 2014 Primary Work Type: PCC PAVEMENT - GRADE & REPLACE 10:00 A.M. Primary County: BLACK HAWK 1 1 Item 1 Unit Price I Bid Amount Line 1 Item Number 1 Quantity 1 No I Item Description 1 and Unit 1 Dollars 1 Cts I Dollars (Cts SECTION 0001 ROADWAY ITEMS 12101-0850002 CLEARING 1 I I 0010 IAND GRUBBING 1 194.0001 35.000001 6,790.00 1 (UNIT I I 12102-2710070 EXCAVATION, 1 I 0020 (CLASS 10, ROADWAY AND 1 12,840.0001 8.750001 112,350.00 (BORROW ICY 1 I 12105-8425015 TOPSOIL, 1 I I 0030 (STRIP, SALVAGE AND 1 2,740.0001 8.250001 22,605.00 (SPREAD ICY 1 1 12109-8225100 SPECIAL 1 1 I 0040 (COMPACTION OF SUBGRADE 1 83.6701 100.000001 8,367.00 1 TSTA 1 I 12113-0001100 SUBGRADE 0050 (STABILIZATION MATERIAL, (POLYMER GRID 1 1 1SY 1 473.0001 4.000001 1 1 1,892.00 12115-0100000 MODIFIED 1 1 I 0060 (SUBBASE 1 8,171.9001 39.500001 322,790.05 1 ICY 1 I 12121-7425020 GRANULAR 1 1 I 0070 (SHOULDERS, TYPE B 1 332.6001 23.000001 7,649.80 1 (TON 1 I 12123-7450000 SHOULDER 1 1 I 0080 (CONSTRUCTION, EARTH 1 19.5201 185.000001 3,611.20 1 TSTA 1 I 12123-7450020 SHOULDER 1 I I 0090 (FINISHING, EARTH 1 129.2401 110.000001 14,216.40 1 TSTA I I 12213-6745500 REMOVAL OF 1 1 I 0100 (CURB 1 24.9101 1,015.000001 25,283.65 I TSTA 1 I CONTRACT SCHEDULE OF PRICES Page: 3 ******************************************************************************** Vendor No.: CE099 Bid Order No.: 102 Contract ID No.: 07-8155-731 Letting Date: April 15, 2014 Primary Work Type: PCC PAVEMENT - GRADE & REPLACE 10:00 A.M. Primary County: BLACK HAWK 1 Item 1 Unit Price 1 Bid Amount Line 1 Item Number Quantity 1 I No 1 Item Description and Unit 1 Dollars 1 Cts 1 Dollars ICts 12301-1033070 STANDARD OR 1 1 I 0110 ISLIP FORM PORTLAND 1 1,406.0001 47.270001 'CEMENT CONCRETE PAVEMENT, SY 1 I (CLASS C, CLASS 3 1 1 I 'DURABILITY, 7 IN. 1 1 I 66,461.62 12301-1033080 STANDARD OR 1 1 I 0120 ISLIP FORM PORTLAND 1 32,906.9001 34.920001 1,149,108.95 'CEMENT CONCRETE PAVEMENT, SY 1 I 'CLASS C, CLASS 3 1 1 I 'DURABILITY, 8 IN. 1 1 I 12301-1083070 STANDARD OR 1 1 0130 ISLIP FORM PORTLAND 1 689.5001 61.790001 'CEMENT CONCRETE PAVEMENT, SY 1 I 'CLASS M, CLASS 3 1 1 I 'DURABILITY, 7 IN. 1 1 I 42,604.21 12301-1083080 STANDARD OR 1 1 I 0140 ISLIP FORM PORTLAND 1 1,298.2001 45.740001 'CEMENT CONCRETE PAVEMENT, SY 1 'CLASS M, CLASS 3 1 1 'DURABILITY, 8 IN. 1 1 I 59,379.67 12301-4874006 MEDIAN, 0150 'DOWELLED P.C. CONCRETE, IAS PER PLAN SY 1 1 230.9001 36.000001 1 1 8,312.40 12301-4874106 MEDIAN, 0160 'DOWELLED P.C. CONCRETE, 16 INCH SY 1 1 145.2001 36.000001 1 1 5,227.20 12301-4875006 MEDIAN, P.C. 1 I 0170 (CONCRETE, 6 IN. 1 246.7001 36.000001 1 ISY 1 I 8,881.20 12301-6911722 PORTLAND 1 1 I 0180 'CEMENT CONCRETE PAVEMENT 'LUMP 'LUMP 1 1,200.00 'SAMPLES 1 1 12301-7000110 PAYMENT 1 1 I 0190 'ADJUSTMENT 1 33,000.0001 1.000001 'INCENTIVE/DISINCENTIVE EACH 1 I 1FOR PCC PAVEMENT 1 1 I 'THICKNESS (BY SCHEDULE) 1 1 I I I 1 1 33,000.00 CONTRACT SCHEDULE OF PRICES Page: 4 ******************************************************************************** Vendor No.: Contract ID No.: Primary Work Type: Primary County: CE099 Bid Order No.: 07-8155-731 Letting Date: PCC PAVEMENT - GRADE & REPLACE BLACK HAWK 102 April 15, 2014 10:00 A.M. 1 Line 1 No 1 Item Number Item Description Item 1 Unit Price Bid Amount Quantity 1 and Unit 1 Dollars 1 Cts 1 Dollars ICts 12303-0000100 HOT MIX 0200 'ASPHALT MIXTURE, (COMMERCIAL MIX (INCLUDES (TON 'ASPHALT BINDER), AS PER 1 IPLAN 1 70.2001 1 1 175.000001 12,285.00 12303-0041750 HOT MIX 0210 'ASPHALT MIXTURE (3,000, 1 1000 ESAL), BASE COURSE, (TON 13/4 IN. MIX 1 2,109.5001 1 58.65000( 123,722.18 12303-0042750 HOT MIX 0220 'ASPHALT MIXTURE (3,000, 1 1000 ESAL), INTERMEDIATE 'TON 'COURSE, 3/4 IN. MIX 1 914.2001 1 1 59.250001 54,166.35 12303-0043500 HOT MIX 0230 'ASPHALT MIXTURE (3,000, 1000 ESAL), SURFACE (COURSE, 1/2 IN. MIX, NO (SPECIAL FRICTION 1REQUIREMENT TON 609.7001 1 59.450001 36,246.67 12303-0245828 ASPHALT 0240 (BINDER, PG 58-28 1 TON 1 215.7001 1 532.800001 114,924.96 12303-6911000 HOT MIX 0250 'ASPHALT PAVEMENT SAMPLES 'LUMP 1 1LUMP 2,500.00 12303-7000610 PAYMENT 0260 (ADJUSTMENT 11NCENTIVE/DISINCENTIVE EACH (FOR HMA MIXTURE 'LABORATORY VOIDS 1(FORMULA - BY PAY 'FACTOR) 1,100.0001 1 1 1 1 1.00000 1,100.00 12303-7000620 PAYMENT 0270 'ADJUSTMENT 1INCENTIVE/DISINCENTIVE EACH 'FOR HMA MIXTURE FIELD 'VOIDS (FORMULA - BY PAY (FACTOR) 1,100.0001 1.00000 1,100.00 CONTRACT SCHEDULE OF PRICES Page: 5 ******************************************************************************** Vendor No.: CE099 Bid Order No.: 102 Contract ID No.: 07-8155-731 Letting Date: April 15, 2014 Primary Work Type: PCC PAVEMENT - GRADE & REPLACE 10:00 A.M. Primary County: BLACK HAWK I I Item Line 1 Item Number 1 Quantity No 1 Item Description 1 and Unit 1 Unit Price 1 1 Dollars Bid Amount 1 Cts 1 Dollars 'Cts 12304-0101000 TEMPORARY 1 1 I 0280 'PAVEMENT 1 279.9001 120.000001 33,588.00 1 1SY 1 12312-8260051 GRANULAR I 1 I 0290 'SURFACING ON ROAD, CLASS ' 14.0001 29.000001 IA CRUSHED STONE'TON I 406.00 12314-0775010 CALCIUM I I I 0300 'CHLORIDE APPLIED I 24.9001 511.000001 12,723.90 I (TON I I 12315-8275025 SURFACING, 0310 'DRIVEWAY, CLASS A 'CRUSHED STONE I I I 1 159.2001 28.000001 ITON I I 4,457.60 12401-6745650 REMOVAL OF I I I 0320 (EXISTING STRUCTURES (LUMP 'LUMP 1 6,500.00 1 1 I I 12401-6745910 REMOVAL OF I 0330 'SIGN 1 1 (EACH 4.0001 60.000001 240.00 12414-6444100 STEEL PIPE 1 1 I 0340 'PEDESTRIAN HAND RAILING I 76.0001 99.500001 1 ILF 1 I 7,562.00 12415-2110805 PRECAST I I I 0350 'CONCRETE BOX CULVERT, 8 1 496.0001 635.000001 314,960.00 IFT. X 5 FT. ILF I I 12416-0100015 APRONS, I I I 0360 (CONCRETE, 15 IN. DIA. I 1.0001 1,000.000001 1,000.00 I 'EACH I I 12416-0101036 REMOVE AND 0370 'REINSTALL CONCRETE PIPE 'APRONS LESS THAN OR 'EQUAL TO 36 IN. 1EACH I I 3.0001 450.000001 I I I I 1,350.00 12416-0101136 REMOVE AND 1 I I 0380 'REINSTALL CONCRETE PIPE 1 2.0001 1,100.000001 2,200.00 'APRONS GREATER THAN 36 'EACH I I IIN. I I I CONTRACT SCHEDULE OF PRICES Page: 6 ******************************************************************************** Vendor No.: Contract ID No.: Primary Work Type: Primary County: CE099 Bid Order No.: 07-8155-731 Letting Date: PCC PAVEMENT - GRADE & REPLACE BLACK HAWK 102 April 15, 2014 10:00 A.M. 1 Line 1 Item Number No 1 Item Description Item 1 Unit Price Quantity 1 I and Unit 1 Dollars 1 Cts 1 Dollars 'Cts Bid Amount 12416-0102230 APRON, LOW 1 0390 'CLEARANCE CONCRETE,- 1 IEQUIVALENT DIAMETER 30 'EACH IIN. 1 1.0001 1 1 2,225.000001 2,225.00 12430-0000100 MODULAR 0400 'BLOCK RETAINING WALL 1SF 2,773.0001 20.500001 1 56,846.50 12435-0130148 MANHOLE, 1 0410 'SANITARY SEWER, SW -301, 1 148 IN. 'EACH 1 4.0001 3,300.000001 13,200.00 12435-0140148 MANHOLE, 0420 !STORM SEWER, SW -401, 48 1 IIN. 'EACH 2.0001 1 3,200.000001 6,400.00 12435-0140160 MANHOLE, 0430 'STORM SEWER, SW -401, 60 11N. 1EACH 1.0001 1 1 4,750.000001 4,750.00 12435-0140172 MANHOLE, 0440 'STORM SEWER, SW -401, 72 1 IIN• 'EACH 2.0001 1 5,450.000001 1 10,900.00 12435-0140200 MANHOLE, 0450 'STORM SEWER, SW -402 1EACH 10.0001 1 1 4,550.000001 45,500.00 12435-0140300 MANHOLE, 0460 'STORM SEWER, SW -403 1 1EACH 1.0001 4,400.000001 1 4,400.00 12435-0140410 MANHOLE, 0470 'STORM SEWER, SW -404 'MODIFIED 1 1 1EACH 1.0001 6,500.000001 6,500.00 12435-0250100 INTAKE, 0480 1SW-501 1 1 1EACH 9.0001 2,950.000001 1 26,550.00 12435-0250400 INTAKE, 0490 ISW-504 1 1 1EACH 1 1.0001 4,500.000001 1 4,500.00 CONTRACT SCHEDULE OF PRICES Page: 7 ******************************************************************************** Vendor No.: Contract ID No.: Primary Work Type: Primary County: CE099 07-8155-731 PCC PAVEMENT BLACK HAWK Bid Order No.: Letting Date: - GRADE & REPLACE 102 April 15, 2014 10:00 A.M. 1 Line I Item Number No I Item Description Item 1 Unit Price Quantity 1 and Unit 1 Dollars Bid Amount 1 Cts 1 Dollars ICts 12435-0250700 INTAKE, 0500 ISW-507 1 1 1 1EACH 1 26.0001 1 1 3,360.000001 1 87,360.00 12435-0250800 INTAKE, 0510 1SW-508 1 1 1 1EACH 5.0001 1 3,440.000001 1 17,200.00 12435-0250900 INTAKE, 0520 1SW-509 1 1 1 1EACH 1 17.0001 1 3,850.000001 65,450.00 12435-0250910 INTAKE, 0530 ISW-509 MODIFIED 1 1EACH 1 2.0001 1 4,600.000001 1 9,200.00 12435-0251000 INTAKE, 0540 1SW-510 1 1 1 1EACH 1 1.0001 1 4,700.000001 1 4,700.00 12435-0251010 INTAKE, 0550 1SW-510 MODIFIED 1 1 1 1EACH 1 3.0001 1 4,800.000001 1 14,400.00 12435-0251224 INTAKE, 0560 ISW-512, 24 IN. 1 1 1 1EACH 1 2.0001 1 2,400.000001 1 4,800.00 12435-0600010 MANHOLE 0570 (ADJUSTMENT, MINOR 1 1 1 1EACH 1 4.0001 1 600.000001 1 2,400.00 12435-0600020 MANHOLE 0580 (ADJUSTMENT, MAJOR 1 1 1 1EACH 1 1.0001 1 1 2,250.000001 1 2,250.00 12435-0700010 CONNECTION 0590 ITO EXISTING MANHOLE 1 1EACH 1 5.0001 1 1,200.000001 1 6,000.00 12435-0700020 CONNECTION 0600 ITO EXISTING INTAKE 1 1 1 1EACH 1 5.0001 1 1,200.000001 1 6,000.00 CONTRACT SCHEDULE OF PRICES Page: 8 ******************************************************************************** Vendor No.: Contract ID No.: Primary Work Type: Primary County: CE099 07-8155-731 PCC PAVEMENT - GRADE BLACK HAWK Bid Order No.: Letting Date: & REPLACE 102 April 15, 2014 10:00 A.M. 1 Line 1 Item Number No I Item Description Item 1 Unit Price Quantity 1 and Unit 1 Dollars 1 Cts 1 Dollars ICts 1 1 Bid Amount 12502-8212036 SUBDRAIN, 1 0610 'LONGITUDINAL, (SHOULDER) 1 16 IN. DIA. ILF 1 11,630.0001 1 11.000001 1 127,930.00 12502-8220193 SUBDRAIN 0620 'OUTLET (RF -19C) 1 1 1 1EACH 148.0001 1 150.000001 1 22,200.00 12503-0114212 STORM SEWER I 0630 'GRAVITY MAIN, TRENCHED, 1 'REINFORCED CONCRETE PIPE ILF 1(RCP), 2000D (CLASS III),1 112 IN. 1 1 14.0001 1 1 1 88.000001 1 1 1 1,232.00 12503-0114215 STORM SEWER 1 0640 (GRAVITY MAIN, TRENCHED, 1 'REINFORCED CONCRETE PIPE ILF 1 (RCP) , 2000D (CLASS III) , 1 115 IN. 1 1,462.0001 1 1 1 38.000001 1 1 1 55,556.00 12503-0114218 STORM SEWER 1 0650 'GRAVITY MAIN, TRENCHED, 1 'REINFORCED CONCRETE PIPE ILF 1(RCP), 2000D (CLASS III),1 118 IN. 1 1 1,685.0001 1 1 1 35.000001 1 1 1 58,975.00 12503-0114224 STORM SEWER 1 0660 'GRAVITY MAIN, TRENCHED, 1 'REINFORCED CONCRETE PIPE 1LF 1(RCP), 2000D (CLASS III),1 124 IN. 1 1 668.0001 1 1 1 1 62.500001 1 1 1 41,750.00 12503-0114230 STORM SEWER 1 0670 'GRAVITY MAIN, TRENCHED, I IREINFORCED CONCRETE PIPE ILF 1(ROP), 2000D (CLASS III),1 130 IN. 1 180.0001 1 1 1 78.000001 1 1 1 14,040.00 12503-0114236 STORM SEWER I 0680 (GRAVITY MAIN, TRENCHED, 1 'REINFORCED CONCRETE PIPE ILF 1(ROP), 2000D (CLASS III),1 136 IN. 1 902.000' 1 1 1 104.000001 1 1 1 93,808.00 CONTRACT SCHEDULE OF PRICES Page: 9 ******************************************************************************** Vendor No.: CE099 Bid Order No.: 102 Contract ID No.: 07-8155-731 Letting Date: April 15, 2014 Primary Work Type: PCC PAVEMENT - GRADE & REPLACE 10:00 A.M. Primary County: BLACK HAWK 1 Item 1 Unit Price 1 Bid Amount Line I Item Number Quantity 1 1 No 1 Item Description and Unit 1 Dollars 1 Cts 1 Dollars 'Cts 12503-0114242 STORM SEWER 1 1 I 0690 'GRAVITY MAIN, TRENCHED, 1 124.0001 129.000001 'REINFORCED CONCRETE PIPE ILF 1 I (RCP) , 2000D (CLASS III) , 1 I I 142 IN. 1 I I 15,996.00 12503-0114248 STORM SEWER 1 1 I 0700 'GRAVITY MAIN, TRENCHED, ' 83.0001 145.000001 'REINFORCED CONCRETE PIPE ILF 1 I 1(ROP), 2000D (CLASS III),! 1 148 IN. 1 1 I 12,035.00 12503-0114254 STORM SEWER I I I 0710 'GRAVITY MAIN, TRENCHED, 1 78.0001 179.000001 !REINFORCED CONCRETE PIPE ILF 1 I 1(RCP), 2000D (CLASS III),! 1 I 154 IN. 1 1 I 13,962.00 12503-0114260 STORM SEWER 1 1 I 0720 'GRAVITY MAIN, TRENCHED, 1 157.0001 211.000001 IREINFORCED CONCRETE PIPE ILF I I 1(RCP), 2000D (CLASS III),! I 160 IN. 1 I I 33,127.00 12503-0116237 STORM SEWER 1 1 I 0730 'GRAVITY MAIN, TRENCHED, 1 190.0001 87.000001 'REINFORCED CONCRETE ARCH ILF 1 I IPIPE (RCAP), 2000D 1 1 I 1(CLASS A -III), 37 IN. X 1 I I 123 IN. 1 1 I 16,530.00 0740 2503-0116259 STORM SEWER 1 GRAVITY MAIN, TRENCHED, 1 REINFORCED CONCRETE ARCH ILF PIPE (RCAP), 2000D (CLASS A -III), 59 IN. X 1 36 IN. 1 57.0001 188.000001 I I I I 1 1 10,716.00 12503-0200036 REMOVE 1 1 I 0750 'STORM SEWER PIPE LESS 1 4,005.0001 11.00000! 'THAN OR EQUAL TO 36 IN. ILF I I I 1 1 1 44,055.00 CONTRACT SCHEDULE OF PRICES Page: 10 ******************************************************************************** Vendor No.: Contract ID No.: Primary Work Type: Primary County: CE099 Bid Order No.: 07-8155-731 Letting Date: PCC PAVEMENT - GRADE & REPLACE BLACK HAWK 102 April 15, 2014 10:00 A.M. Line I Item Number No I Item Description Item Quantity and Unit 1 Unit Price I Bid Amount I Dollars 1 Cts 1 Dollars 1Cts 12503-0200136 REMOVE 0760 (STORM SEWER PIPE GREATER I (THAN 36 IN. ILF 565.0001 17.000001 9,605.00 12503-0200236 REMOVE AND 0770 (REINSTALL STORM SEWER IPIPE LESS THAN OR EQUAL ITO 36 IN. ILF 68.0001 65.000001 4,420.00 12503-0200341 STORM SEWER I 0780 (ABANDONMENT, FILL AND (PLUG, LESS THAN OR EQUAL ILF ITO 36 IN. DIA. 50.0001 65.000001 3,250.00 12504-0110008 SANITARY 0790 (SEWER GRAVITY MAIN, (TRENCHED, 8 IN. ILF 797.0001 61.000001 48,617.00 12504-0220000 SANITARY 0800 ISEWER SERVICE RELOCATION 1 1 (EACH 1 4.0001 1,825.000001 7,300.00 12504-0240036 REMOVE 0810 (SANITARY SEWER PIPE LESS I ITHAN OR EQUAL TO 36 IN. ILF 1 800.0001 14.500001 11,600.00 12510-6745850 REMOVAL OF 1 0820 (PAVEMENT ISY 34,286.8001 7.700001 264,008.36 12510-6750600 REMOVAL OF 1 0830 (INTAKES AND UTILITY IACCESSES IEACH 62.0001 275.000001 17,050.00 12511-6745900 REMOVAL OF 1 0840 (SIDEWALK ISY 991.6001 9.000001 8,924.40 12511-7526004 SIDEWALK, P.I 0850 IC. CONCRETE, 4 IN. ISY 424.7001 29.500001 12,528.65 12511-7526005 SIDEWALK, P.1 0860 IC. CONCRETE, 5 IN. ISY 851.7001 30.000001 25,551.00 CONTRACT SCHEDULE OF PRICES Page: 11 ******************************************************************************** Vendor No.: CE099 Bid Order No.: 102 Contract ID No.: 07-8155-731 Letting Date: April 15, 2014 Primary Work Type: PCC PAVEMENT - GRADE & REPLACE 10:00 A.M. Primary County: BLACK HAWK I 1 Item I Unit Price I Bid Amount Line I Item Number 1 Quantity 1 I No 1 Item Description 1 and Unit 1 Dollars 1 Cts I Dollars (Cts 12511-7526006 SIDEWALK, P.1 1 I 0870 IC. CONCRETE, 6 IN. 1 255.5001 36.000001 9,198.00 IsY 1 I 12511-7528101 DETECTABLE 1 I I 0880 'WARNINGS 1 490.0001 35.000001 17,150.00 1 ISF 1 12512-1725206 CURB AND 1 1 I 0890 'GUTTER, P.C. CONCRETE, 2.1 1,869.0001 16.000001 10 FT. ILF 1 I 29,904.00 12512-1725256 CURB AND I I I 0900 'GUTTER, P.C. CONCRETE, 2.1 1,848.0001 18.000001 15 FT. ILF 1 I 33,264.00 12515-2475005 DRIVEWAY, P.I I I 0910 IC. CONCRETE, 5 IN. 1 187.8001 32.500001 6,103.50 1 ISY 1 I 12515-2475006 DRIVEWAY, P.I 1 0920 IC. CONCRETE, 6 IN. 1 691.9001 38.000001 26,292.20 1 ISY 1 12515-2475007 DRIVEWAY, P.1 I 1 0930 IC. CONCRETE, 7 IN. 1 78.6001 40.000001 3,144.00 IsY 1 I 12515-6745600 REMOVAL OF 1 1 I 0940 'PAVED DRIVEWAY 1 1,452.8001 9.000001 13,075.20 ISY 1 I 12516-8625000 COMBINED I I I 0950 'CONCRETE SIDEWALK AND I 44.5001 495.000001 'RETAINING WALL ICY I 22,027.50 12516-8725000 P.C. 1 1 I 0960 'CONCRETE RETAINING WALL I 63.0001 650.000001 1 ICY 1 I 40,950.00 12518-6910000 SAFETY 1 I I 0970 'CLOSURE 1 39.0001 225.000001 8,775.00 1 'EACH 1 I CONTRACT SCHEDULE OF PRICES Page: 12 ******************************************************************************** Vendor No.: Contract ID No.: Primary Work Type: Primary County: CE099 Bid Order No.: 07-8155-731 Letting Date: PCC PAVEMENT - GRADE & REPLACE BLACK HAWK 102 April 15, 2014 10:00 A.M. 1 Line 1 Item Number No I Item Description Item 1 Unit Price I Bid Amount Quantity 1 I and Unit 1 Dollars 1 Cts I Dollars 'Cts 12519-1001000 FENCE, 1 0980 'CHAIN LINK, VINYL COATED 1 1 ILF 170.0001 1 40.000001 1 6,800.00 12519-4200090 REMOVAL AND 1 0990 'REINSTALLATION OF FENCE, 1 (WOOD ILF 20.0001 1 50.000001 1 1,000.00 12519-4200190 REMOVAL OF 1 1000 'FENCE, WOOD 1 1 ILF 7.0001 1 25.000001 1 175.00 12524-6765010 REMOVE AND 1 1010 'REINSTALL SIGN AS PER 1 (PLAN (EACH 62.0001 1 150.000001 1 9,300.00 12524-9276010 PERFORATED 1 1020 'SQUARE STEEL TUBE POSTS 1 1 ILF 1 325.0001 1 10.000001 1 3,250.00 12524-9276021 PERFORATED 1030 'SQUARE STEEL TUBE POST 'ANCHOR, BREAK -AWAY SOIL 11NSTALLATION 1 1 1EACH 1 21.0001 1 1 200.000001 1 1 4,200.00 12524-9276024 PERFORATED 1040 'SQUARE STEEL TUBE POST 1ANCHOR, BREAK -AWAY 1CONCRETE INSTALLATION 1 1 1EACH 12.0001 1 1 350.000001 1 1 4,200.00 12524-9325001 TYPE A 1050 'SIGNS, SHEET ALUMINUM 1 1 SF 551.0001 1 15.500001 1 8,540.50 12525-0000100 TRAFFIC 1060 ISIGNALIZATION 1 1LUMP 1 1 1LUMP 1 925,000.00 12525-0000120 REMOVAL OF 1070 'TRAFFIC SIGNALIZATION I 1LUMP 1 1LUMP 1 1 1 12,500.00 1 12527-9263109 PAINTED 1080 'PAVEMENT MARKING, 'WATERBORNE OR 1SOLVENT-BASED 1STA 1 1 459.9701 1 1 1 36.750001 1 1 16,903.90 CONTRACT SCHEDULE OF PRICES Page: 13 ******************************************************************************** Vendor No.: Contract ID No.: Primary Work Type: Primary County: CE099 Bid Order No.: 07-8155-731 Letting Date: PCC PAVEMENT - GRADE & REPLACE BLACK HAWK 102 April 15, 2014 10:00 A.M. 1 Line 1 Item Number No I Item Description Item Quantity and Unit 1 Unit Price I Bid Amount I I I Dollars I Cts I Dollars (Cts 12527-9263137 PAINTED 1090 'SYMBOLS AND LEGENDS, 'WATERBORNE OR 1SOLVENT-BASED 1 (EACH 1 59.0001 110.000001 6,490.00 12527-9263180 PAVEMENT 1100 'MARKINGS REMOVED TSTA 74.1801 70.000001 5,192.60 12527-9263190 SYMBOLS AND 1 1110 'LEGENDS REMOVED 1 'EACH 6.0001 90.000001 540.00 12528-8400048 TEMPORARY 1120 'BARRIER RAIL, CONCRETE 1 1 1 ILF 5,320.0001 7.250001 38,570.00 12528-8400256 TEMPORARY 1130 'TRAFFIC SIGNALS 1 1 1 1EACH 1 5.0001 7,000.000001 35,000.00 12528-8445110 TRAFFIC 1140 'CONTROL 1 1LUMP 1LUMP 1 61,300.00 12528-8445113 FLAGGERS 1150 1 1 1EACH 100.0001 1 1 335.000001 1 33,500.00 12529-5070110 PATCHES, 1160 IFULL-DEPTH FINISH, BY 1AREA 1 1SY 47.2001 250.000001 11,800.00 12529-5070120 PATCHES, 1170 IFULL-DEPTH FINISH, BY 1COUNT 1 1 1EACH 4.0001 1 350.000001 1,400.00 12529-8174010 SUBBASE 1180 1(PATCHES) 1 1 SY 1 47.2001 26.000001 1 1,227.20 12533-4980005 1190 'MOBILIZATION 1 1LUMP 1 1LUMP 1 309,550.00 CONTRACT SCHEDULE OF PRICES Page: 14 *******************.************************************************************* Vendor No.: Contract ID No.: Primary Work Type: Primary County: CE099 Bid Order No.: 07-8155-731 Letting Date: PCC PAVEMENT - GRADE & REPLACE BLACK HAWK 102 April 15, 2014 10:00 A.M. Line 1 Item Number No 1 Item Description Item Quantity and Unit 1 Unit Price 1 Dollars 1 Bid Amount I Cts 1 Dollars ICts 12551-0000110 TEMP CRASH 1200 'CUSHION IEACH 8.0001 825.000001 6,600.00 12554-0204000 WATER 1210 'SERVICE STUB, COPPER ILINE REPLACEMENT 1EACH 4.0001 2,000.000001 8,000.00 12599-9999005 ('EACH' 1220 IITEM) INTAKE PROTECTION I 'EACH 66.0001 100.000001 6,600.00 12599-9999005 ('EACH' 1230 IITEM) MAINTENANCE OF 1INTAKE PROTECTION IEACH 132.0001 5.000001 660.00 12599-9999005 ('EACH' 1240 (ITEM) PRECAST CONCRETE 'BOX CULVERT PLUG, 8 FT. IX 5 FT. 1 IEACH 1.0001 1 3,300.00000' 1 3,300.00 12599-9999005 ('EACH' 1250 IITEM) REMOVAL OF INTAKE I 'PROTECTION 'EACH 66.0001 25.000001 1,650.00 12599-9999005 ('EACH' 1260 (ITEM) SCHOOL SPEED 'LIMIT ASSEMBLY WITH 'FLASHING BEACONS IEACH 1.0001 25,000.000001 1 1 25,000.00 12599-9999005 ('EACH' 1270 IITEM) SUBDRAIN CLEANOUT 1 1 IEACH 19.0001 1 1,400.000001 26,600.00 12599-9999009 ('LINEAR 1280 IFEET' ITEM) PRECAST ICONC BOX CULVERT, 7 FT. IX 3 FT. ILF 107.0001 510.000001 I• 54,570.00 12599-9999010 ('LUMP SUM' 1 1290 IITEM) RECTANGULAR RAPID (LUMP IFLASHING BEACON 'INSTALLATION 1LUMP 1 8,750.00 1 CONTRACT SCHEDULE OF PRICES Page: 15 ******************************************************************************** Vendor No.: CE099 Bid Order No.: 102 Contract ID No.: 07-8155-731 Letting Date: April 15, 2014 Primary Work Type: PCC PAVEMENT - GRADE & REPLACE 10:00 A.M. Primary County: BLACK HAWK I 1 Item I Unit Price 1 Bid Amount Line 1 Item Number 1 Quantity I 1 No 1 Item Description 1 and Unit 1 Dollars 1 Cts 1 Dollars !Cts 12599-9999018 ('SQUARE 1 I I 1300 !YARDS' ITEM) STANDARD 1 244.0001 75.000001 18,300.00 1OR SLIP FORM PORTLAND ISY 1 I !CEMENT CONCRETE PAVEMENT,' 1 I 'CLASS C, CLASS 3 1 1 1 'DURABILITY, 8 IN., 1 1 1 'STAMPED 1 1 1 12599-9999018 ('SQUARE 1 I I 1310 'YARDS' ITEM) STANDARD 1 114.6001 105.000001 12,033.00 IOR SLIP FORM PORTLAND ISY 1 'CEMENT CONCRETE PAVEMENT,' 1 'CLASS M, CLASS 3 1 1 I 'DURABILITY, 8 IN., 1 1 I 'STAMPED 1 1 I 12601-2634105 MULCHING, 1 1320 'BONDED FIBER MATRIX 1 1 IACRE 3.7001 1 2,500.00000! 1 9,250.00 12601-2636044 SEEDING AND 1 1330 'FERTILIZING (URBAN) !ACRE 3.7001 1,200.000001 4,440.00 12601-2638352 SLOPE I 1 I 1340 'PROTECTION, WOOD 1 266.7001 6.000001 'EXCELSIOR MAT ISQ 1 I 1,600.20 12602-0000020 SILT FENCE 1 1 I 1350 1 1 3,220.0001 1.750001 I 1LF 1 I 5,635.00 12602-0000030 SILT FENCE 1360 'FOR DITCH CHECKS 1 1 1 LF 1 65.0001 4.50000! 1 1 292.50 12602-0000071 REMOVAL OF 1 1 I 1370 'SILT FENCE OR SILT FENCE 1 3,285.0001 0.250001 IFOR DITCH CHECKS 1LF 1 821.25 12602-0000101 MAINTENANCE 1 1 1 1380 IOF SILT FENCE OR SILT 1 3,285.0001 0.250001 'FENCE FOR DITCH CHECK 1LF 1 I 1 1 1 1 821.25 CONTRACT SCHEDULE OF PRICES Page: 16 ******************************************************************************** Vendor No.: Contract ID No.: Primary Work Type: Primary County: CE099 07-8155-731 PCC PAVEMENT BLACK HAWK Bid Order No.: Letting Date: - GRADE & REPLACE 102 April 15, 2014 10:00 A.M. 1 Line 1 Item Number No 1 Item Description Item 1 Quantity 1 and Unit Unit Price 1 1 1 Dollars 1 Cts 1 Dollars ICts Bid Amount 12602-0010010 1390 'MOBILIZATIONS, EROSION 1CONTROL 1 1 1EACH 1 6.0001 1 1 500.000001 1 3,000.00 12602-0010020 1 1400 'MOBILIZATIONS, EMERGENCY 1 'EROSION CONTROL 'EACH 1 3.0001 1 1,000.000001 1 3,000.00 'TOTAL BID 1 5,914,306.72 Iowa Department of Transportation Office of Contracts Addendum Date of Letting: April 15, 2014 Date of Addendum: April 2, 2014 B.O. Proposal ID Proposal Work Type County Project Number Addendum 102 07-8155-731 PCC PAVEMENT - GRADE & REPLACE BLACK HAWK STP -U-8155(731)--70-07 15APR102.A01 Notice: Only the bid proposal holders receive this addendum and responsibility for notifying any potential subcontractors or suppliers remains with the proposal holder. Make the following changes to the PROPOSAL SCHEDULE OF PRICES: Change Proposal Line No. 0060 2115-0100000 MODIFIED SUBBASE: From: 8,175.900 CY To: 8,171.900 CY Change Proposal Line No. 0110 2301-1033070 STANDARD OR SLIP FORM PORTLAND CEMENT CONCRETE PAVEMENT, CLASS C, CLASS 3 DURABILITY, 7 IN.: From: 1,305.700 SY To: 1,406.000 SY Change Proposal Line No. 0120 2301-1033080 STANDARD OR SLIP FORM PORTLAND CEMENT CONCRETE PAVEMENT, CLASS C, CLASS 3 DURABILITY, 8 IN.: From: 34,038.900 SY To: 32,906.900 SY Change Proposal Line No. 0130 2301-1083070 STANDARD OR SLIP FORM PORTLAND CEMENT CONCRETE PAVEMENT, CLASS M, CLASS 3 DURABILITY, 7 IN.: From: 721.600 SY To: 689.500 SY Change Proposal Line No. 0190 2301-7000110 PAYMENT ADJUSTMENT INCENTIVE/DISINCENTIVE FOR PCC PAVEMENT THICKNESS (BY SCHEDULE): From: 34,000.000 EACH To: 33,000.000 EACH Change Proposal Line No. 0210 2303-0041750 HOT MIX ASPHALT MIXTURE (3,000,000 ESAL), BASE COURSE, 3/4 IN. MIX: From: 2,153.900 TON To: 2,109.500 TON Change Proposal Line No. 0220 2303-0042750 HOT MIX ASPHALT MIXTURE (3,000,000 ESAL), INTERMEDIATE COURSE, 3/4 IN. MIX: From: 935.900 TON To: 914.200 TON Page 1 of 19 Change Proposal Line No. 0230 2303-0043500 HOT MIX ASPHALT MIXTURE (3,000,000 ESAL), SURFACE COURSE, Y2 IN. MIX, NO SPECIAL FRICTION REQUIREMENT: From: 624.100 TON To: 609.700 TON Change Proposal Line No. 0240 2303-0245828 ASPHALT BINDER, PG 58-28: From: 220.500 TON To: 215.700 TON If the above changes are not made, they will be made as shown here. Make the following change to the PLAN: SHEET C.02: Change the first line in the first tabulation on the left side of the sheet [Item Code "Multiple Items" and Item "All PCC and HMA paving and structural concrete items.], the Iowa Department of Transportation Standard Specifications Section number for Certified Plant Inspection from "2512" to "2521." SHEET C.08: Replace the TABULATION OF MODIFIED SUBBASE (6 -INCH THICK) with the attached TABULATION OF MODIFIED SUBBASE (6 -INCH THICK). SHEET C.10: Replace the TABULATION OF PCC PAVEMENT, NON -REINFORCED, 7 -INCH with the attached TABULATION OF PCC PAVEMENT, NON -REINFORCED, 7 -INCH. Replace the TABULATION OF PCC PAVEMENT, NON -REINFORCED, CLASS C, 8 - INCH with the attached TABULATION OF PCC PAVEMENT, NON -REINFORCED, CLASS C, 8 -INCH. Replace the TABULATION OF HOT MIX ASPHALT (HMA) PAVEMENT, 3M ESAL, BASE (3/4 IN. MIX) with the attached TABULATION OF HOT MIX ASPHALT (HMA) PAVEMENT, 3M ESAL, BASE (3/4 IN. MIX). Replace the TABULATION OF HOT MIX ASPHALT (HMA) PAVEMENT, 3M ESAL, INTERMEDIATE (3/4 IN. MIX) with the attached TABULATION OF HOT MIX ASPHALT (HMA) PAVEMENT, 3M ESAL, INTERMEDIATE (3/4 IN. MIX). Replace the TABULATION OF HOT MIX ASPHALT (HMA) PAVEMENT, 3M ESAL, SURFACE (1/2 IN. MIX) with the attached TABULATION OF HOT MIX ASPHALT (HMA) PAVEMENT, 3M ESAL, SURFACE (1/2 IN. MIX). Make the following change to the PLAN: SHEETS A.01, R.01, U.04, AND U.07: Page 2 of 19 Replace SHEETS A.O1, R.O1, U.04, and U.07 with the attached SHEETS A.O1, R.O1, U.04, and U.07. These replacement sheets have been signed and sealed. Make the following change to the PLAN: SHEETS D.02, D.03, D.04, E.01, E.02, AND E.03: Replace SHEETS D.02, D.03, D.04, E.01, E.02, and E.03 with the attached SHEETS D.02, D.03, D.04, E.01, E.02, and E.03. Information on existing CenturyLink facilities, obtained after the initial plan set submittal, has been added to these sheets. Make the following change to the PLAN: SHEET J.O1: GENERAL CONSTRUCTION NOTE No. 5: Revised to state: THE FOLLOWING KIMBALL AVENUE INTERSECTION RETURNS ARE ALLOWED TO BE CLOSED AT ANY TIME WITH APPROPRIATE SAFETY CLOSURES AND DETOUR SIGNING: BROOKERIDGE DRIVE (WEST APPROACH), RACHAEL STREET, THE KIMBALL AVENUE FRONTAGE ROAD SOUTH INTERSECTION, PARK LANE, AND THE KIMBALL AVENUE FRONTAGE ROAD NORTH INTERSECTION." In other words, the phrase "...DURING THE DAYTIME..." should be replaced with "...AT ANY TIME..." to clarify the Designer's intent. Page 3 of 19 TABULATION OF MODIFIED SUBBASE (6 -INCH THICK) LOCATION Average Width Ft. Length Ft. AREA Sq. Ft. AREA Sq. Yds. THICK - NESS Inches VOLUME Cu. Yds. REMARKS Station to Station Side KIMBALL AVE 108+06.6 TO 110+77.3 BOTH 80.4 270.7 21764 2418 6 403.0 STAGES 1 & 2 - S OF SAN MARNAN DR 111+56.7 TO 124+25.0 BOTH 76.0 1268.3 96444 10716 6 1786.0 STAGES 1 & 2 - N OF SAN MARNAN DR 120+00.0 TO 120+64.5 RT 10.8 65 702 78 6 13.0 HMA PARKING LOT FOR PARCEL 83 121+54.4 TO 122+75.0 RT 5.0 120.6 601 67 6 11.1 HMA PAVED DRIVE AREA E OF RETAINING WALL FOR PARCEL 82b PARKING LOT 124+25.0 TO 135+34.9 BOTH 65.4 1109.9 72615 8069 6 1344.7 STAGES 5 & 6 135+34.9 TO 147+75,0 BOTH 68.4 1240.1 84765 9418 6 1569.7 STAGES 3A & 4 147+75.0 TO 154+09.8 BOTH 67.8 634.8 43009 4779 6 796.5 STAGES 7 & 8 - S OF RIDGEWAY DR 154+62.8 TO 158+48.9 BOTH 65.4 386.1 25267 2807 6 467.9 STAGES 7 & 8 - N OF RIDGEWAY DR 155+11.9 TO 157+21.5 RT 3.0 209.8 634 71 6 11.7 HMA PAVED DRIVE AREA E OF RETAINING WALL FOR PARCEL 50b PARKING LOT SAN MARNAN DR 205+13.8 TO 213+43.4 BOTH 20.1 829.6 16638 1849 6 308.1 STAGE 4 - MEDIAN ALONG SAN MARNAN DR 205+64.9 TO 213+45.2 LT 18.8 780.3 14695 1633 6 272.1 STAGE 3 - N SIDE OF SAN MARNAN DR W OF KIMBALL AVE 209+69.6 TO 213+43.5 RT 11.8 373.9 4411 490 6 81.7 STAGE 3 - S SIDE OF SAN MARNAN DR W OF KIMBALL AVE 215+44.1 TO 226+12.8 LT 21.6 1068.7 23100 2567 6 427.8 STAGE 3 - N SIDE OF SAN MARNAN DR E OF KIMBALL AVE PARK LN 302+24.9 TO 305+14.6 BOTH 29.5 289.7 8552 950 6 158.4 STAGES 4A AND 4B 306+38.7 TO 309+73.2 BOTH 41.8 334.5 13982 1554 8 345.2 STAGE 3 RIDGEWAY AVE 402+30.5 TO 406+70.5 RT 9.6 440 4241 471 6 78.5 STAGE 9 - S SIDE OF RIDGEWAY AVE W OF KIMBALL AVE 407+99.7 TO 411+82.3 RT 10.4 382.7 3978 442 6 73.7 STAGE 9 - S SIDE OF RIDGEWAY AVE E OF KIMBALL AVE 409+65.6 TO 411+45.0 LT 6.9 179.4 1231 137 6 22.8 STAGE 9A 8,171.9 411,2014 G00412.10 - Tabulations for C Sheets (12 24-2013).xlstModified Subbase 1:54 PM G00412.10 - Tabulations for C Sheets (12-24-2013).xls\Pavement, PCC, 7 In Page 5of19 O CO O C 1 306+01.5 TO 306+38.7 1 303+60.0 TO 304+97.3 1 303+60.0 TO 305+14.6 PARK LN 207+58.3 TO 208+76.3 1 SAN MARNAN DR 1 149+63.2 TO 150+40.9 1 135+45.9 TO 136+19.8 1 129+57.4 TO 130+22.2 1 122+77.1 TO 123+442 v + N O 3 CO" + V 117+21.2 TO 117+97.6 KIMBALL AVE BOTH -4 -I —4 LT -1 -4 —1 LT ODNN COIV OhBOCi)01 A `) N _. at V W 6 _ _. CO V V W CO .A V O 6 69 dp. IN OF Length Ft. N N co CO 01 al al a' COO NCO 44. CHI V _s N T iso CO C39 V "'V 1.1 .A. fag V GJ 1784 I y CO � etas WPO CO 40 E RETURN AT KIMBALL AVE STAGE 4A + PVMT BETWEEN FRONTAGE RD & KIMBALL AVE STAGE 4B PHEASANT LN RETURN KIMBALL AVE FRONTAGE RD (N INTERSECTION) RETURN KIMBALL AVE FRONTAGE RD (S INTERSECTION) RETURN RACHAEL ST RETURN RT -IN / RT -OUT ACCESS DRIVE BROOKERIDGE DR E RETURN BROOKERIDGE DR W RETURN VFORCED, 7 -INCH REMARKS 61 Jo 9 asvd 0 Li° cr) 0 0 LL. 0 0 LL0 03 w w re (.1 u.1 w 0) uj w CO w w co w CD a) w CO w 1- 0 re 04 0 z z 04 • "D co >- a 5 O co lc? co r a 0 a et CO CV est co co 0 .17) CV co co co co c.i co co. cc) c71 0) 14) hi 2 1st c`71 co e- 14) e- co 0 CLI 0 1. C.1 at a r co c.i `st e - CV e- 0 0) 0) a) CO co co CO 1 14) co 0 CO 0) Cr) 0) CV 0 CO 0 co r z 0 0 co re Station to Station w 2 0 0 to. cc) co 0 to 0 r- 0 0) 14) co c 1.0 0 co 8 0 0) CO 0 4 6I Jo L 1 7 00 w Z n Got* Station to Station ce 2 7 8 0 cc? Tr. cc! F.) 0 0 m 4 ao ••a• 4r, (.0)4 oo r, (0 1 a?. cal 0 0 07) co co 0 0 1••• 0 CO 0) co cc Lq 0 0 8 0 -t c.; ,0 cc? 11— vt Fss —J 141 0 CO r 8 co 0 CO 0 co CO co co CO cS" co CO 0 A 8 0 91.". c51— 4 4 (NI ao r 1,4 r G00412.10 - Tabulations for C Sheets (12-24-2013).xls\HMA Pavement G00412.10 - Tabulations for C Sheets (12-24-2013).xls\HMA Pavement 1 M 1 409+65.6T0411+45.0 4.07+99.7 TO 411+82.3 1 402+30.5 TO 406+70.5 1 RIDGEWAY AVE 306+38.7 TO 309+73.2 � 303+18.8 TO 303+60.0 � 302+24.9 TO 303+60.0 J PARK LN 214+94.1 TO 226+09.8 209+69.6 TO 213+43.5 208+75.9 TO 213+43.4 205+64.9 TO 213+45.2 205+13.6 TO 208+49.5 SAN MARNAN DR 11 1 1 1 1 1 _� � r7pXI —I —I —I co OrMI T —I —I I—XOr0 —I-1=-1 CO w = —00101 tO .p :el W,ODp bc, O 6 aCo��s 6 W N 6 .A. 4 OF HOT MIX ASPHALT (HMA) PAVEMENT, ESAL, INTERMEDIATE (3/4 IN. MIX) AVG. THICK- DENSITY WIDTH LENGTH AREA AREA NESS (Lbs per WEIGHT Ft. Ft. Sq. Ft. Sq. Yds. Inches Cu. Ft..) Tons REMARKS a (0Np �b)a W A CBiN-a . 01 1065.7 CO W-4001 COCfl p%pp W CO WA N � N ® ANN en W N �NWNP� W W CTI CD a W gl _ 279.0 11,024.2 W W W W W W W W W W W a it 147 i 147 — a— A.,4 a a _'CD_i 41. � CO.co IN) ;33 ®341°a.49.W a Page 8of19 TABULATION OF HOT MIX ASPHALT (HMA) PAVEMENT, . . 3M ESAL, SURFACE (1/2 IN MIX) LOCATION AVG. WIDTH Ft. LENGTH Ft. AREA Sq. Ft. AREA Sq. Yds. THICK- NESS Inches DENSITY (Lbs per Cu. Ft..) WEIGHT Tons REMARKS Station to Station Side SAN MARNAN DR 205+13.6 TO 208+49.5 BOTH 10.4 335.8 3,498 388.6 2 147 42.8 205+64.9 TO 213+45.2 LT 11.8 780.3 9,218 1,024.2 2 147 112.9 208+75.9 TO 213+43.4 BOTH 11.2 467.5 5,231 581.3 2 147 64.1 209+69.6 TO 213+43.5 RT 8.8 373.9 3,286 365.1 2 147 40.3 214+94.1 TO 226+09.8 LT 11.8 1065.7 12,606 1,400.7 2 147 154.4 PARK LN 302+24.9 TO 303+60.0 RT 0.5 135.1 62 6.8 2 147 0.8 303+18.8 TO 303+60.0 LT 8.0 41.2 329 36.6 2 147 4.0 306+38.7 TO 309+73.2 BOTH 31.8 334.5 10,626 1,180.6 2 147 130.2 RIDGEWAY AVE 402+30.5 TO 406+70.5 RT 5.7 440.1 2,511 279.0 2 147 30.8 407+99.7 TO 411+82.3 RT 5.4 382.6 2,064 229.3 2 147 25.3 409+65.6 TO 411+45.0 LT 1.9 179.4 334 37.1 2 147 4.1 TOTAL = 000412.10 - Tabulations for C Sheets (12-24-2013).xls\HMA Pavement 4/1/2014 1:57 PM y( PCC PAVEMENT - GRADE AND REPLACE )( LEI TING DATE REVIS1GNS TOTAL 278 PROJECT IDENTIFICATION NUMBER W Department of Transportation STP-U-B1551?31)--70-07 �, PROJECT NUMBER Highway Division 11.0.1/. PROJECT NUMBER This project is covered by the [owe Department 01 Natural Resources NPDES General Permit No. 2. The PLANS OF PROPOSED IMPROVEMENT ON THE contractor shall carry out the terms andconditions neral Permitand storm ofwhich la Is a part of these contractdocu ants. Refer to Section 2602 of the Standard Specifications for addltional Information. U A �lN D W n �% STEW" J. ° V W✓ S L STEW" N. AO /ATE] ©TY oF w O C INDEX OF SHEETS No. Description 1LACK jQvK C©fl PCC PAVEMENT GRADE AND KIMBALL AVENUE FROM TOWER PARK DR TO ACADIA ST AND SAN MARNAN DR, PARK LN, AND RIDGEWAY AVE As Noted aeEm,Bw� F.Y. 2014 KIMBALL AVE TRANSPORTATION IMPROVEMENTS CITY CONTRACT N0. 843 REPLACE SIDE ROADS —1 A.01LESHEE A02 TITLE PROJECT LOCATION KAP k03 LEGEND AND SY1aa EIPORNINDO1 SHEET 8.01.8.08 TYPICAL CROSSSECMIDNSARD STANDARD NOTES i C.01-C.21 IVFoRS1a�TIOPROJECT N, ATIONS ESTIMATE REFERENCE C22 STORM WATER POLLUTION PREVENTIONPLAN 8.01.8.09 PtNFO.E SHEETS• OS.01-EAR SAN-ARYSEWERPLANATS PRO FtOADSIE ETr NOTES EA1�E91 PiAN,9tS1PROF8.E SHEETS-SIDE ROAO9 REMOVALS SHEETS 0.014Tm REFERENCE TES AND BENCHMARKS H.01.128 RIGHT.OnWAYATWEASEMR/TSHEETS �.. . mg i ,LD1,L13 TRAFFIC CONTROL AND CONSTRICTION STAGING SHEETS Rt, !g:'ZJ. = ,' pS0&CIIOOAari ., Paler to the Prapoml Form for llet of Applicable mmcUtcatlmro. I I K01d(A5 PAVEMENTMA AND Sf6MNG SHEETS L.01-L10 INTERSECTION GENETRICSAND JOINTING LAYOUT SHEETS �FJT t______ m M91-b1.03 STORM SEWER TA2UL TIONS pp F p° 1. a ..,+I i � . i ! 9/1. Kwlnanrg Save,. Safer to /nide 1101.15 of tro SpenftcaUaoa 1 N.OI-N2S TRAFF'18 SIGNAL SHEETS ••` I'' 8.01-1'-11 EROSION CONTROL PL II SHEETS ° `'� II 111 " �. 8.01-5.12 S�IDEWAINSHEETS 191..flETAIA@NGWALL SHEETS e I! 7', MILEAGE SUMMARY IL�/ 197-1113 STANDARD AND SPEC DETAILS �r�. �? � -ya� - OM unnm, teM.Pr. .. .IPA - W91.0.9 CROSS RCTKNV3PAANDIE X01-X22 CROSS SECTIONS-5100 ROADS •- II Em + 'IOtAORLA9! • 9'64 looree.e0 To arca. 154.Wd9 TM. Oat e l p� id � • e �� TOTAL IIIMOMMOSALt P£18/31SAANTAI OA sw.7e uA65 ��� % .arw .as.a� TO eTw sm+w..m a>stif ' user SEE SHEET 8.06 FOR Ll� T $ !� 't A p ,mw.aEamxeak wows ND mazzt ODD OF STANDARD ROAD PLANS. � • �'� we- / / i P.ATA STA A#.iGYe TO . 'wmNSJa MOT 610 ° - r -�. / rar tEaam rov+r un . __ 11__11 r.es: .. _._ 0.011 + ct'lr, . $ : DG w �/ •I ""' �A9 Tc RIK 4, :233 osis 6104- INDEX OF SEALS - Shed N0. Name TypS TOT4lE6AAM6PPANECr BBi 09 teas LARDYP. 1000015ERM& P.E. BLOM SIEDAE10810GWAU. RO1 RM BErDS. :P 'l.ESPRIMARY NSf di wATERPOlUMN PitEp.'FENmONPLW canna DONIRL PLANS ` ... 204 WAWA INA S.* P.E. 'A.DOONSALTE rousse WAU. UOT SWMEZ 0. DEMO. P.E. RCB CtAVERTANDMODPIEDEVTAKE fLPECAIL DETAILS 0411401.1034807Jr M"10 SCALE �a For Detailed Project Location Map - Refer to Sheet A.02. CITY OF WATERLOO a�UIQ '.. aim [spar MAT cots no 05/101001/564 WOO OIIFCTPNSRu DESIGN DATA URBAN Tf®BOOO®FMaSEWgBOFOPoEFS9ffiNONllf airy `. y 1�PaPaOOp IH OOAw A OW Wi' A Of am ATE OP 1 wmsisirm 00? um A pC dDIIffEN MOOT OA WS 4r DIE STATE OP MIA. 2009 AADT 18.700 V P.D.Q , A 1tlg 02E. 2035 AADT 22.300 V.P.D. i -4,494404, ® Z1 NO. 11a3t �'' (�jj+� �� 2035 OHV 2.230 V.P.H. _Kim iiiia� p y lL7�U�.IL5 AP 'M Gr tMa aa¢AMt SATE Is xt¢emx St. cors l7 �aaagtaaa\ � AMe. t tOaag1R Ili. \ TRUCKS �.2 C` aka sorrneEaiuOSION IS eta TO MAS - vauw�Oa� C t? 5 t L: n 4 ., aatvuag4 1.•$�Q2�-$Q$9IQg TDtal S...n:,. -y as , Ail MEP- R.01-8.0 a 11.64-3•11 ,. ���a ���iR •-.y��.. Design ESAIs 7.999.076 � ti ENGLISH 1003 DOT DESIGN TEAR AMENT DESIGN CITY OF WATERLOO BLACK HAWK pRoacT NuKBER STP-U-8155 731--70-07 gal 4473E8 A.01 :1-.47 P.'A 1/31/2014 k2e P:\000412.10\Ogn\G0041210.01.aht 6T Jo II 32Ed ON NOSNI O2! OO1 31VM JO ALIO mmtip L© -OZ --S: sssL8-n mooK 51 V w 0 F n m a V m a o ��Q{(,io o n C m s p/ i e�f p gin g�Q${ � g Q9 Q� Q» m• K9 �O �7 O U. Oi nµ07 a i- P it 411 3 P 11 12 1 : LP gi 24: + O O � � .«3 as .g 4 m g.3 Eh '7411 1 �+ : - 3m 3 " 1 R- R Rm QQ yO 5 mµ mt f: la.mQQ: 3 b 3Som !.°�o 10A Gi oo �.:Z3 c �Sm . 33 m �o» 3sm m 1'1 0 38 P ml:1(1 yl 778 7 '�R —$O O♦_ 2 3- Si m 1 OR 0o m 33 $: 838 gR �' 73: R3 RR o 33r 3 R 43 µ 030 3 Sg & — °0 am< �m 2 R Q3: 3 $ S i a- m:n P,7 - gm n q 49- q p 03 €3� RmQ 0 Fm a VI 2 * 0 R - mi R ;-9 g G •� fid~ w ♦g �gR~ O 3 Q as i" g Qw w,„ o m MOm R. a98 ; $° 7~ �5 00 g � $� �3 3g • a R +c§ X "3 gig 0 g 3 a -A 11mn 0» i o E c3 $+ X03 w R Nmry2m -8 p; . m~ 91i �0,�3 mm 3 4 4• 1 14 - "12 9 00. 0m�m_ egt 'eele 9 Dg w '� C9 0 a is 0 0 0 v 0 m3 SNOI1331OUd 37ViNl Rano s a w 2 ; N ay 1 2 g� Z5 m Fg Fag 7m7 R Rix 0 082 1211 9945 2 000 23' gw, �3m 47 9 3 STORRWATER POLLUTION PREVENTION PLN NOTESI Page 12 of 19 �Bp' O1Ot Zi >O09. NOIS3C11N3l V OO12l31VM JO A110 E,_ ;m .-_P-_ „me+3. S31I1Ndf1O '8 S310N 1V 3N39 6I Jo EI ogrd ( $/ ! IS310N 1VH3N39 :S310N NOIld11V.SNl E5'L06 • 9,9.9 5Z -I '9Z -I 1 Zb'906 u•sa•�ct Zb'L06 LI' L061 00100 t A z 1 Z1 U, om 1-cmo I 01- L._ • GA, m- x I zw LOCO • •. •• Cad LOLD10 • F.J. NI mm XCC. ..>.,.•Z WO_aJ wa 0 ZZ >fa1SLJJ 0 {I &b°L06 &6'906 08'90( II'L0b bP906 ZZ•L06 'gr -506 Z9'L0b Page 14 of 19 61 J° 32ud 8 8 ,7.77 ___ "908.07 \ \ \ \ \ \ 908,42 _\ 908.70 \ \\ 90 T.42 \ w \ f 909 10 L \ \ \ \ \ \ \ \ \ 909.34 909,79 910.06 1_ 91.0.47 "?910.73 911,...18 911.32 91.1.89 911.96 912,59_,_ 912.63 13.36 C) -i { 0 --I m r O 0 CO r 918.35-- n 918.77 2 919 09PROP ELEV � 19.51EX ELH 913.33_ p920.16 _ 920,.42_ 920.74 914,01 914.06 14.72 14.83 9.15_ 3 915.63 -18 -13 w916.41 916.,82 917.18 917..9._ 917.97 - - BROOKERIDGE DR 920_.97 921.27 (n X21.45 . _ .. 21.71 C OD 921.85 922.10 • E 22.45 LO-OL--i 6£L 922.42 922.72 22.90 VPC •00.00 \919.09 N \ 9s m 922.74_ 923.04 923.16 923. 01. 923.31 w -923,35 23.45 1923,.24 923.54 4 • be•I£6 E8-0-0 85'0E es—at 0z '\ £T•0E6 z II (_ 11 11_ x =- 11 89'60 11 WV 11 ——BbTbz: 11 'j 41 AA 50 %26: 11" na- _ _ ti0"6Z8 a� 11 t ` 48'82 1 °11 11 1 41 u 11 I 11 Q, 11 }10 11 -AA 89'LZ :ll z 11 11 r 11 eb•L26 m .. .. 62 "L26 11 w II 9£'806 61'028 68'LZ 08'9061 11 - 11 00 '04; F Tll N - 11 iI 11 a 11 £T - S m�ci • cr. mLLT w.zd I wD >WYJ6 'p AlAt 11 a II 0; 11 ¢ 1} .._ a,..._ 11 1 II U. I1 I1 cc' II 'II - .,,, - I 1 29 °-5Z6 II F'! 14 II (0II 89'526 n x_ TV 6b f 11 w 11 .1_I-... 1I_ mll ( II FII 7 11 II II pj1 II - II 11 b0506 II v II JI -.11 II z 1I II - II II Al E8'1708 II x 11 99"626 II w II bL'172E4 6Z"6 II °- II tI I1' 11 z II 11 F¢ II 1t _JDa 11 11 xa 11 11 a`:,'O 11 E9'806 00'09. £i'L06 _08'9 04'90 EI'9Z6 - 08`52b 88'820 05.50 gr�Z LE'5Z6 _TZ'S�6 90'50 L0"5 56'40 08 L5.626 6£-'626 06'42 50'6 0£'424 Tt'6Z6 61'1,0 --LS "8Zi 1 1 1 1 I — I 1 a 1 sr 0 Page 16 of 19 A313 X3bL'EZ6 A31A—d611d'EZ6 99'608 a0b'EZ6 BLACK HAWK AMENT DESIGN 102/I/4 Nd 80,8E,01 10305214009\N90\01'214009\.d 6I Jo LI 32Pd 1 925.54 DI X D •64.86 1 924.51 925.17 r G 924.29 924.3 w A2 , 1 924_86. �,_ Z , _ 1923.9.0 0 1 924 35—�- L923.50 0 1 923. 84 PiP _, _1 P M23.10 i 923.0 to /0Z q 1� q922.60 .._ _;.322..4 922. @6._ .321..9 I 921 . . _ _ _920.98 920. 7, 928.87 1 ,_ I —920.45 920,2. .1l 0-l_--919,,.98__19.91 519.8f919.98 1.32.04 _ _......___ 1918.92... T- 919,20918.3E _e.._ IPS 9 q 1, __.. 918.74 917.88 / 918.20;917—A1_ _917,66 916._93 51.7..13 916 916. 65916. 59 915.98._____ 916.,1791.6,@.5 915.50 _9115.69915.52315.,01 91.4.59914.45919.9 _.„913. 41913. 38 912.83912.85 912.46 912 24912.33 .911.99 J911.67911.81 911.13911.28:915.87__._ V 806 ,■���F IIIMI iF..li 3AV "?1VBWI)I ; Ilk , -I��.:n Immo o F B5'L -OP L.C46 =I aI Cr cc 1,1 .1 $ x -ee�a6 TL"606X5'606"' "0n50`0161 Page 18 of 19 P.\300412. 10\OGN\G0041210E01.SHT 12,38.10 PM 4/1/2014 102/1/6 Wd 11,8C,2I 0\0I'ZI6000\,d 1HS'1030[2I6 61 J° 61 and Iowa Department of Transportation Office of Contracts Addendum Date of Letting: April 15, 2014 Date of Addendum: April 11, 2014 B.O. Proposal ID Proposal Work Type County Project Number Addendum 102 07-8155-731 PCC PAVEMENT - GRADE & REPLACE BLACK HAWK STP -U-8155(731)--70-07 15APR102.A02 Notice: Only the bid proposal holders receive this addendum and responsibility for notifying any potential subcontractors or suppliers remains with the proposal holder. Make the following changes to the PROPOSAL SCHEDULE OF PRICES: Change Proposal Line No. 0470: From: 2435-0140400 MANHOLE, STORM SEWER, SW -404 To: 2435-0140410 MANHOLE, STORM SEWER, SW -404 MODIFIED Change Proposal Line No. 0820: From: 2510-6750501 REMOVAL AND CRUSHING OF PAVEMENT To: 2510-6745850 REMOVAL OF PAVEMENT If the above changes are not made, they will be made as shown here. Make the following change to the PLAN: SHEET C.02: Add the following note to the ESTIMATE REFERENCE INFORMATION for the item 2435-0140410 MANHOLE, STORM SEWER, SW -404 MODIFIED: See tabulations on "M" sheets. See "D" and "E" sheets. The 12'-0" minimum depth called out on Standard Road Plan SW -404 does not apply to this structure. Provide reduced -length precast riser section or cut standard riser section in field. Provide Type E casting with adjusting ring(s), as needed. Change the ESTIMATE REFERENCE INFORMATION for the item 2115-0100000, MODIFIED SUBBASE to read as follows: Material for this item may be obtained from removal and crushing of existing pavement. If recycled pavement is used, material gradation shall be modified as follows: Change % passing No. 8 sieve for Gradation 14 to "10-25." See "B" sheets. See tabulation on Sheet C.08. Page 1 of 3 SHEET C.03: Add the following note to the ESTIMATE REFERENCE INFORMATION for the item 2510-6745850, REMOVAL OF PAVEMENT: Crushed pavement may be used to furnish modified subbase material. See Modified Subbase item for changes to required material gradation, if recycled pavement is used. Contractor shall be responsible for certified gradations. Contractor shall certify that material passes required gradation before it can be incorporated into Project. See tabulation on Sheet C.06. See "F" sheets. If recycled pavement is used, the following shall apply: Only recycled pavement material from this Project may be used as modified subbase material. City - owned parcel in SW quadrant of U.S. 20 / Kimball Avenue overpass may be available for Contractor's crushing operations. Contractor shall be required to obtain City approval and City permit for use of site. Contractor shall be required to develop and submit for approval a Storm Water Pollution Prevention Plan for crushing site prior to beginning crushing operations. Surface restoration (topsoil replacement, if necessary, and seeding, fertilizing, and mulching) of the crushing site shall be incidental to this item. Contact Aric Schroeder, City Planner, 319- 291-4366, for submittal and approval requirements. Make the following change to the PLAN: SHEETS C.06: Replace REMOVAL AND CRUSHING OF PAVEMENT Tabulation with the attached REMOVAL OF PAVEMENT Tabuolation. SHEETS M.02: Change manhole structure S-3 type to "SW -404 MODIFIED". Page 2 of 3 E jo £ abed REMOVAL OF PAVEMENT TYPE OF PROXIMATE PAVEMENT THICKNESS I AREA REMARKS Inches Sq. Yds. STAGE 1 (KIMBALL AVE S OF SAN MARNAN DR) STAGE 1 (KIMBALL AVE N OF SAN MARNAN DR) STAGE 2 (KIMBALL AVE S OF SAN MARNAN DR) STAGE 2 (KIMBALL AVE N OF SAN MARNAN DR) STAGE 3A (KIMBALL AVE) STAGE 4 (KIMBALL AVE) STAGE 5 KIMBALL AVE) STAGE 6 (KIMBALL AVE) STAGE 7 (KIMBALL AVE S OF RIDGEWAY AVE) STAGE 7 (KIMBALL AVE N OF RIDGEWAY AVE) STAGE 8 (KIMBALL AVE S OF RIDGEWAY AVE) STAGE 8 (KIMBALL AVE N OF RIDGEWAY AVE) STAGE 4 (SAN MARNAN DR W OF KIMBALL AVE) STAGE 3 (PHEASANT LN) STAGE 3 (SW QUAD OF SAN MARNAN DR AND KIMBALL AVE) STAGE 3 (NW QUAD OF SAN MARNAN DR AND KIMBALL AVE) STAGE 3 (N SIDE OF SAN MARNAN DR E OF KIMBALL AVE) I STAGE 4A (S SIDE OF PARK LN W OF KIMBALL AVE) STAGE 4B (N SIDE OF PARK LN W OF KIMBALL AVE) STAGE 3 (PARK LN E OF KIMBALL AVE) 10 STAGE 7 1 10 A O 1R1+) ((pp lq VV 874.7 41872 3535.4 3732.7 2877.4 r N N CO CO COit 1045.2 P 106.8 M mt'7 1. 270.4 NI CO W q COC Of 17 5 on 6.5 4 -5 on 7-8 5 on 6.5 4-5 on 7-8 5 on 7 5 on 7 4-5 on 7 4-5 on 7 5 on 7 3 on 7 5 on 7 Oh MLG. 0 ..- Q) V' C O�O O co it C O �®) it h1.- 2 on 7 N A- N N HMA Overlay on PCC Crack & Seat HMA Overlay on PCC Crack & Seat HMA Overlay on PCC Crack & Seat HMA Overlay on PCC Crack & Seat HMA Overlay on PCC Crack & Seat HMA Overlay on PCC Crack & Seat HMA Overlay on PCC Crack & Seat HMA Overlay on PCC Crack & Seat HMA Overlay on PCC Crack & Seat HMA Overlay on PCC Crack & Seat HMA Overlay on PCC Crack & Seat HMA Overlay on PCC Crack & Seat HMA Overlay on PCC Crack & Seat PCC w! HMA Overlay HMA Overlay on PCC Crack & Seat HMA Overlay on PCC Crack & Seat HMA Overlay on PCC Crack & Seat PCC 0 0 II HMA Overlay on RCC Full -Depth HMA Full -Depth HMA Full -Depth HMA x x x X X x x x X x x x x x x x X x x X X X X X X X X X X X X X X X LL AVE 110+77 124+25 P- to., 124+25 147+75 147+75 119 + to t+p M 154+10 158+49 O I+e�p 1t9 O) I 1 SAN MARNAN DR 213+44 l- q+�p ly + 07 N LL9 `1- CO N 222+28 PARK LN 1 U) + CO9 304+97 M }} 0 KIMBALL AVE 124+35 147+90 LO CO M d OO 2 Yto 108+06 it, -0) pp O 1 111+57 135+35 0) to + N 1A N N 147+75 t0) E 1[) + M �'+ 205+75 a + CO h N '0t �+ r N - +1 04 N & I215+44 O (0 O en CO CO V) 1 124+25 1 to N. 14 14 O +s 2 r n 0 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS General Nondiscrimination Nonsegregated Facilities Davis -Bacon and Related Act Provisions Contract Work Hours and Safety Standards Act Provisions Subletting or Assigning the Contract Safety: Accident Prevention False Statements Concerning Highway Projects Implementation of Clean Air Act and Federal Water Pollution Control Act Compliance with Governmentwide Suspension and Debarment Requirements 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 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 contractor's immediate superintendence and to all work performed on the contract by piecework, station work, or by subcontract. 1 FHWA-1273 — Revised May 1, 2012 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. 11. 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 $10,000, 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 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 Govemment 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. 2 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. If the review indicates that the discrimination may extend beyond the actions reviewed, such corrective action shall include all affected persons. d. The contractor will promptly investigate all complaints of alleged discrimination made to the contractor in connection with 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 fumish 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 3 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. 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 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 4 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 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 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 (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 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 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 - 5 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 Fomi WH -347 is available for this purpose from the Wage and Hour Division Web site at http://www.dol.gov/esa/whd/forms/wh347instr.htm 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 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 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 joumeymen 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 joumeyman's hourly rate) specified in the contractor's 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 6 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 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 joumeymen 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 specked 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 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 joumeymen 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 at 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 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 Govemment 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. 7 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 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 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. n 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 State 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 fumish (a) a competent superintendent or supervisor who is employed by the firm, has full authority to direct performance of the work in accordance with the contract 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 8 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 T his pro vision 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 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 T his pro v i s i o n 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 concemed 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 fumished 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 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 9 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:/Iwww.epls.govt), which is compiled by the General Services Administration. �F ^ 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 Govemment, 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 govemmental 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. 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 Govemment, the department, or agency with which 10 this transaction originated may pursue available remedies, including suspension and/or debarment. c. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant leams 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. 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.gov/), 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 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. 11 ' S- • PREDETERMINED WAGE RATE IA14 - 1.0 General Decision Number: . IA140001 01/03/2014 IA1 Superseded General Decision Number: IA130001 State: Iowa Construction Types: Heavy and Highway Counties: Adair, Adams, Allamakee, Appanoose, Audubon, Benton, Black Hawk, Boone, Bremer, Buchanan, Buena Vista, Butler, Calhoun, Carroll, Cass, Cedar, Cerro Gordo, Cherokee, Chickasaw, Clarke, Clay, Clayton, Clinton, Crawford, Dallas, Davis, Decatur, Delaware, Des Moines, Dickinson, Dubuque, Emmet, Fayette, Floyd, Franklin, Fremont, Greene, Grundy, Guthrie, Hamilton, Hancock, Hardin, Harrison, Henry, Howard, Humboldt, Ida, Iowa, Jackson, Jasper, Jefferson, Johnson, Jones, Keokuk, Kossuth, Lee, Linn, Louisa, Lucas, Lyon, Madison, Mahaska, Marion, Marshall, Mills, Mitchell, Monona, Monroe, Montgomery, Muscatine, O'Brien, Osceola, Page, Palo Alto, Plymouth, Pocahontas, Polk, Pottawattamie, Poweshiek, Ringgold, Sac, Shelby, Sioux, Story, Tama, Taylor, Union, Van Buren, Wapello, Warren, Washington, Wayne, Webster, Winnebago, Winneshiek, Woodbury, Worth and Wright Counties in Iowa. STATEWIDE EXCEPT SCOTT COUNTY HEAVY CONSTRUCTION PROJECTS (Does not include work on or pertaining to the Mississippi or Missouri Rivers or on Water and Sewage Treatment Plants), AND HIGHWAY PROJECTS (does not include building structures in rest areas) Modification Number Publication Date 0 01/03/2014 SUTA2002-003 02/28/2012 CARPENTERS AND PILEDRIVERMEN: Rates Fringes ZONE 1 23.92 9.93 ZONE 2 21.83 9.93 ZONE 3 21.83 9.93 ZONE 4 20.80 8.25 ZONE 5** 20.25 6.85 CONCRETE FINISHER: ZONE 1 ZONE 2 ZONE 3 ZONE 4 ZONE 5 IA 140001 - 1 21.80 21.80 21.80 19.60 18.00 7.00 7.00 7.00 5.45 6.00 PREDETERMINED WAGE RATE IA14 -1.0 ELECTRICIANS: (STREET AND HIGHWAY LIGHTING AND TRAFFIC SIGNALS) ZONE 1, ZONE 2, AND ZONE 3 ZONE 4 ZONE 5 20.55 5.70 19.25 5.70 17.00 5.70 IRONWORKERS: (SETTING OF STRUCTURAL STEEL) ZONES 1 AND 2 25.05 7.45 ZONE 3 24.75 7.75 ZONE 4 20.65 6.60 ZONE 5** 20.25 6.10 LABORERS: Rates Fringes ZONE 1 AND ZONE 2 GROUP AA 21.01 7.65 GROUP A 20.21 7.65 GROUP B 18.33 7.65 GROUP C 15.10 7.65 ZONE 3 GROUP AA 21.01 7.65 GROUP A 20.21 7.65 GROUP B 18.33 7.65 GROUP C 15.10 7.65 ZONE 4 GROUP A 17.40 7.65 GROUP B 16.08 7.65 GROUP C 13.20 7.65 ZONE 5 GROUP A 17.95 6.00 GROUP B 15.20 6.00 GROUP C 14.60 6.00 POWER EQUIPMENT OPERATORS: ZONE 1 GROUP A GROUP B GROUP C GROUP D ZONE 2 GROUP A GROUP B GROUP C GROUP D ZONE 3 GROUP A GROUP B GROUP C GROUP D IA 140001 - 2 26.85 12.90 25.25 12.90 22.75 12.90 22.75 12.90 26.10 12.90 24.50 12.90 21.95 12.90 21.95 12.90 26.70 15.10 24.90 15.10 23.90 15.10 23.90 15.10 ZONE 4 GROUP A GROUP B GROUP C GROUP D ZONE 5 GROUP A GROUP B GROUP C GROUP D PREDETERMINED WAGE RATE IA14 - 1.0 25.50 24.36 22.28 22.28 22.07 21.03 19.70 18.70 8.55 8.55 8.55 8.55 6.80 6.80 6.80 6.80 TRUCK DRIVER (AND PAVEMENT MARKING DRIVER/SWITCHPERSON) ZONE 1 19.65 9.60 ZONE 2 19.65 9.60 ZONE 3 19.65 9.60 ZONE 4 19.70 5.35 ZONE 5 17.75 5.35 ZONE DEFINITIONS ZONE 1 The Counties of Polk, Warren and Dallas for all Crafts, and Linn County Carpenters only. ZONE 2 The Counties of Dubuque for all Crafts and Linn County for all Crafts except Carpenters. ZONE 3 The Cities of Burlington, Clinton, Fort Madison, Keokuk, and Muscatine (and abutting municipalities of any such cities). ZONE 4 Story, Black Hawk, Cedar, Jasper, Jones, Jackson, Louisa, Madison, and Marion Counties; Clinton County (except the City of Clinton), Johnson County, Muscatine County (except the City of Muscatine), the City of Council Bluffs, Lee County and Des Moines County. ZONE 5 All areas of the state not listed above. LABORER CLASSIFICATIONS - ALL ZONES GROUP AA - Skilled pipelayer (sewer, water and conduits) and tunnel laborers (zones 1, 2 and 3). GROUP A - Carpenter tender on bridges and box culverts; curb machine (without a seat); deck hand; diamond & core drills; drill operator on air tracs, wagon drills and similar drills; form setter/stringman on paving work; gunnite nozzleman; joint sealer kettleman; laser operator; pipelayer (sewer, water, and conduits) Zone 4 & 5; powderman tender; powderman/blaster; saw operator; tunnel laborer (zones 4 and 5). IA 140001 - 3 PREDETERMINED WAGE RATE IA14 -1.0 GROUP B - Air, gas, electric tool operator; barco hammer; carpenter tender; caulker; chain sawman; compressor (under 400 cfm); concrete finisher tender; concrete processing materials and monitors; cutting torch on demolition; drill tender; dumpmen; electric drills; fence erectors; form line expansion joint assembler; form tamper; general laborer; grade checker; handling and placing metal mesh, dowel bars, reinforcing bars and chairs; hot asphalt laborer; installing temporary traffic control devices; jackhammeiman; mechanical grouter; painter (all except stripers); paving breaker; planting trees, shrubs and flowers; power broom (not self-propelled); power buggyman; rakers; rodman (tying reinforcing steel); sandblaster; seeding and mulching; sewer utility topman/bottom man; spaders; stressor or stretcherman on pre or post tensioned concrete; stringman on re/surfacing/no grade control; swinging stage, tagline, or block and tackle; tampers; timberman; tool room men and checkers; tree climber; tree groundman; underpinning and shoring caissons over twelve feet deep; vibrators; walk behind trencher; walk behind paint stripers; walk behind vibrating compactor; water pumps (under three inch); work from bosun chair. GROUP C - Scale weigh person; traffic control/flagger, surveillance or monitor; water carrier. POWER EQUIPMENT OPERATOR CLASSIFICATIONS - ALL ZONES GROUP A - All terrain (off road) forklift, Asphalt breakdown roller (vibratory); Asphalt laydown machine; asphalt plant; Asphalt screed; bulldozer (finish); central mix plant; concrete pump; crane; crawler tractor pulling scraper; directional drill (60,000 (lbs) pullback and above); dragline and power shovel; dredge engineer; excavator (over 1/2 cu. yd.); front end loader (4 cy and over); horizontal boring machine; master mechanic; milling machine (over 350 hp); motor grader (finish); push cat; rubber tired backhoe (over 'A cu. yd.); scraper (12 cu. yd. and over or finish); Self-propelled rotary mixer/road reclaimer; sidebroom tractor; slipform portland concrete paver; tow or push boat; trenching machine (Cleveland 80 or similar). GROUP B - Articulated off road hauler, asphalt heater/planer; asphalt material transfer vehicle; Asphalt roller; belt loader or similar loader; bulldozer (rough); churn or rotary drill; concrete curb machine; crawler tractor pulling ripper, disk or roller; deck hand/oiler; directional drill (less than 60,000 (lbs) pullback); distributor; excavator (1/2 cu. yd. and under); form riding concrete paver; front end loader (2 to less than 4 cu. yd.); group equipment greaser; mechanic; milling machine (350 hp. and less); paving breaker; portland concrete dry batch plant; rubber tired backhoe (1/2 cu. yd. and under); scraper (under 12 cu. yd.); screening, washing and crushing plant (mobile, portable or stationary); shoulder machine; skid loader (1 cu. yd. and over); subgrader or trimmer; trenching machine; water wagon on compaction. GROUP C - Boom & winch truck; concrete spreader/belt placer; deep wells for dewatering; farm type tractor (over 75 hp.) pulling disc or roller; forklift; front end loader (under 2 cu. yd.); motor grader (rough); pile hammer power unit; pump (greater than three inch diameter); pumps on well points; safety boat; self-propelled roller (other than asphalt); self-propelled sand blaster or shot blaster, water blaster or striping grinder/remover; skid loader (under 1 cu. yd.); truck mounted post driver. 1A140001 - 4 PREDETERMINED WAGE RATE IA14 -1.0 GROUP D - Boiler; compressor; cure and texture machine; dow box; farm type or utility tractor (under 75 hp.) pulling disk, roller or other attachments; group greaser tender; light plants; mechanic tender; mechanical broom; mechanical heaters; oiler; pumps (under three inch diameter); tree chipping machine; truck crane driver/oiler. **CARPENTERS AND PILEDRIVERMEN, or IRONWORKERS (ZONE 5) Setting of structural steel; any welding incidental to bridge or culvert construction; setting concrete beams. 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 that identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is union or non-union. Union Identifiers An identifier enclosed in dotted lines beginning with characters other than "SU" denotes that the union classification and rate have found to be prevailing for that classification. Example: PLUM0198-005 07/01/2011. The first four letters, PLUM, indicate the international union and the four -digit number, 0198, that follows indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. The date, 07/01/2011, following these characters is the effective date of the most current negotiated rate/collective bargaining agreement which would be July 1, 2011 in the above example. Union prevailing wage rates will be updated to reflect any changes in the collective bargaining agreements governing the rates. 0000/9999: weighted union wage rates will be published annually each January. Non Union Identifiers Classifications listed under an "SU" identifier were derived from survey data by computing average rates and are not union rates; however, the data used in computing these rates may include both union and non-union data. Example: SULA2004-007 05-13-2010. SU indicates the rates are bot union majority rates, LA indicates the State of Louisiana; 2004 is the year of the survey; and 007 is an internal number used in producing the wage determination. A 1993 or later, IA 140001 - 5 PREDETERMINED WAGE RATE IA14 -1.0 05/13/2010, indicates the classifications and rates under that identifier were issued as a General Wage Determination on that date. Survey wage rates will remain in effect and will not change until a new survey is conducted. WAGE DETERMINATION APPEALS PROCESS 1.) 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, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. 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, D. C. 20210 2.) If the answer to the question in 1.) 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, D. C. 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. IA 140001 - 6 PREDETERMINED WAGE RATE IA14 -1.0 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to 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, D. C. 20210 4.) All decisions by the Administrative Review Board are final: END OF GENERAL DECISION IA 140001 - 7 JACKENT-03 PLBRILES AL RL'� CERTIFICATE OF LIABILITY INSURANCE DATE DfYYYY) 5/6/2014 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Arthur J. Gallagher Risk Management. Services, Inc. 604 Locust St # 800 Des Moines, IA 50309 CONTACT NAME: PHONE 5)51309-6200 FAX 515 309-6225 MA Lo, Ext): ( (AIC, No): ( ) ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: Cincinnati Insurance Company 10677 INSURED Jackson Enterprises Corp. Cedar Valley Corp. Cedar Valley Corp., LLC 2637 Wagner Road Waterloo, IA 50703 INSURER B : INSURER C : 112/01/2013 I j I INSURER D: EACH OCCURRENCE INSURER E: DAMAGE TO RENTED PREMISES (Ea occurrence) INSURER F : COVERAGES CERTIFICATE NUMBER: • THIS IS TO CERTIFY THAT THE POLICIES INDICATED. NOTWITHSTANDING ANY REQUIREMENT, CERTIFICATE MAY BE ISSUED OR MAY EXCLUSIONS AND CONDITIONS OF SUCH OF PERTAIN, POLICIES. SR ..----------------- INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS THE INSURANCE AFFORDED BY THE POLIC ES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE yLVD i POLICY NUMBER I (imi 1 POLICY M DI DIYEYYY) (MM//DCY D//YY�YY) LIMITS A GENERAL X LIABILITY COMMERCIAL GENERAL LIABILITY X OCCUR X CPP0894610 112/01/2013 I j I 12/01/2014 EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED PREMISES (Ea occurrence) $ 100 000 CLAIMS -MADE MED EXP (My one person) $ 5,000 X X 50ft excl deleted PERSONAL & ADV INJURY $ 1,000,000 XCU Included GENERAL AGGREGATE $ 2,000,000 GEN1 AGGREGATE LIMIT APPLIES PER 7 POLICY rici JET 1 LOC PRODUCTS - COMP/OP AGG $ 2,000,000 Emp Ben $ 1,000,000 A AUTOMOBILE X X LIABILITY ANY AUTO ALL OWNED AUTOS HIRED AUTOS —I SCHEDULED i AUTOS j NON -OWNED X i AUTOS I CPA0894610 I 12/01/2013 12/01/2014 COMBINED SINGLE LIMIT (Ea accident) 1,000 000 $ , BODILYINJURY(Perperson) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (PER ACCIDENT $ $ A X UMBRELLA LIAB EXCESS LIAB X OCCUR i CLAIMS -MADE CPP0894610 112/01/2013 j 12/01/2014 EACH OCCURRENCE $ 2,000,000 AGGREGATE $ 2,000,000 DED 1 1 RETENTION $ $ A WOREMPLOYERS' LIABILITY ERS COMPENSATION AND ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBEREXCLUDED? (Mandatory In NH) If yes, describe under DESCRIPTION OF OPERATIONS Y / N N / A i WC1918723 1 12/01/2013 1 12/01/2014 X i TORY LIMITS I. $ 100,000 E.L EACH ACCIDENT - --- E.L DISEASE - EA EMPLOYE $ 100,000 below E.L. DISEASE - POLICY LIMIT $ 500,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) The City of Waterloo is additional insured on the General Liability (GA2330207) with regards to STP -U-8155(731)-70-07 Contract ID: 07-8155-731 Kimball Ave Blackhawk COunty CERTIFICATE HOLDER CANCELLATION City of Waterloo Cit Mulberryf St.ACCORDANCE 71Waterloo, IA 50703 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2010/05) © 1988-2010 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Form 181419 (01-12) Alowa Department of Transportation 4111P CONTRACTOR'S BOND Bond Number. 190027015 Proposal I.D.: 07-8155-731 County: Black Hawk KNOW ALL PERSONS BY THESE PRESENTS: That we, Cedar Valley Corp., LLC of Waterloo, IA (hereinaftercalled the Principal) and Liberty Mutual Insurance Company of Boston, MA (hereinafter called the Surety) are held and firmly bound unto the City of Waterloo (hereinafter called the Contracting Authority) Iowa, in the penal sum* (Iowa DOT, County, or City name, etc.) of Five Million Nine Hundred Fourteen Thousand Three Hundred Six Dollars and 72/100 dollars ($ 5,914,306.72 lawful money of the United States, to the payment of which sum, well and truly to be made, we bind ourselves, our executors, administrators, successors, and assigns jointly and severally by these presents. THE CONDITION OF THIS OBUGATION IS SUCH, THAT whereas the above bounden Principal did on the day of .2014 enter into a written contract with the Contracting Authority to perform PCC Pavement - Grade & Replace as called for Letting April 15, 2014; Project: STP -U-8155(731)-70-07 Copy of which contract, together with all of its terms, covenants, conditions, and stipulations, is Incorporated herein and made a part hereof as fully and completely as if said contract were recited at length; and whereas, the principal and sureties on this bond hereby agree to pay all persons, firms, or corporations having contracts directly with the principal or with subcontractors, all just claims due them for labor performed or materials furnished, In the performance of the contract on account of which this bond is given, when the same are not satisfied out of the potion of the contract price which the public corporation is required to retain until completion of the public improvements, but the principal and sureties shall not be liable to said persons, firms, or corporations unless the claims of said claimants against said portion of the contract price shall have been established as provided by law. Now, if the principal shall In all respects fulfil his said contract according to the terms and tenor thereof, and shall satisfy all claims and demands inured for the same, and shall fully indemnify and save trarmiess the Contracting Authority from all costs and damages which it may suffer by reason of failure to do so and shall fully reimburse and repay the Contracting Authority ail outlays and expense which it may incur in making good any such default, then the obligation Is to be void and of no effect otherwise to remain in full force and effect Every surety on this bond shall be deemed and held, any contract to the contrary notwithstanding, to consent without notice: 1. To any extension of time to the contractor In which to perform the contract. 2. The the bond shall remain in futi force and effect until the contract Is completed within the specified contract period, within an extension thereof, or within a period of time after the contract period has elapsed and the Ilquidated damage penalty is being charged against the contractor. 3. To any change In the plans, stions, or contract, when such change does not involve an increase of more than 20 percent of the total contract price, and shall then be released only as to such excess Increase. 4. That no provision of this bond or of any other contract shall be valid which limits to less than five years from the completion of the contract the fight to sue on this bond for defects In work quality or material not discovered or known to the Contracting Authority at the time such work is accepted. This bond io to be considered a performance bond and secures the Contracting Authority the right to recover from the contractor on account of maters l or labor entered into the work or work performed not in accordance with the contract, specifications, or plans. The contractor does not by this lbllga cion guarantee to maintain the work for live years. IN WIT -NESS WHEREOF, we have hereunto set our hands and seals this day of , 2014 =Cedar y*ley Corp LLC Principal B � ,� � _ , By: �IteJ kc,ri 1? �a F'-e-s:c�„i Title Liberty Mutual Insurance Company By: Surety Stacy Venn Attorney -in -Fact Address:Des Moines, Iowa Title Principal Title By: Surety Address: Title For contracts where a County Board of Supervisors is the Contracting Authority: This bond approved by the County, this day of (Board of Supervisors of) Chairperson (Signature) For contracts where the DOT nor a County Board of Supervisors Is the Contracting Authority: This bond approved by the City of Waterloo (Contracti2g14rity) , this l d Title/Signature DISCLOSURE STATEMENT FOR CONTRACTOR'S PERFORMANCE BONDS The information requested will be used by the Iowa Department of Transportation to detemhhre it a cantradorfvendor Is bonded In accord with the requirements established by the contracting authority. This secures the (DOT and/or the State of Iowa the right to recover from the conlractorNendor If material orlabor entered Mc the work performed is not in accord with the contrail, speateatJons, or plant Persons outakte the Department may occasionally request this Information. Failure to provide at required informaton will result In denial or the award of the contract. ',•,,—.. e, This Power of Attorney thnits the acts of those named herein, and they have no authority to bind the Company except In the manner and to the extent herein stated. Not valid for mortgage, note, loan, letter of credit, bank deposit, currency rate, Interest rate or residual value guarantees. To confirm the validity of this Power of Attorney call 610.632.0240 between 9:00 am and 4:30 pm EST on any business day. American Fire and Casualty Company liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That American Fire & Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massastu setts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the 'Companies'), pursuant to and by authority herein set forth, does hereby name, constitute and appoint,taco Venn of the dry of West Des Moi nes , state of IA Its true and lawful attorney-in-fact, ey-in-fact, with fun power and authority hereby conferred to sign, execute and acknowledge the following surety bond: Principal Name: Cedar Valley Corp., LLC Obligee Name: City of Waterloo Surety Bond Number. 190027015 Bond Amount See Bond Form IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 18e day of November. 2013. STATE OF PENNSYLVANIA as COUNTY OF MONTGOMERY By: American Fire and Casualty Company The Ohio Casualty Insurance Company Liberty Mutual Insurance Company Wesjr4merican Insurance Company , David .Carey, Assistant Secretary On this 1831 day of November, before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of American Fire and Casualty Company, Liberty Mutual Insurance Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. IN WITNESS WHEREOF, I have hereunto subsalbed my name and affixed nry notarial seal at Plymouth Meeting, Pennsyhaia, on the day and year first above written. COMMONWEALTH OF PENNSYLVANIA Notarial Seal Teresa Pastelia, Notary Public Plymouth lWp., Montgomery County My Commission Expires March 28,201T Member Pennsylvanla Assodatlon of Notaries This Power of Attom: ' de and executed pursuant to and by authority of the following By-laws and Authorizations of American Fire and Casualty Company, The Ohb Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: ARTICLE N — OFFICERS — Section 12. Power of Attorney. Any officer or other offdal of the Corporation authorized for that purpose In writing by the Chairman or the President, and subject to such limitation as the Chairman or the Presktent may presatbe, shall appoint such attorneys -in -fad, as may be necessary to ad in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertaldngs, bonds, reo gnfzances and other surety obligations. Such attorneys -intact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attamey- in-fad under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE )011— Execution of Contracts — SECTION 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such Imitations as the chairman or the president may prescribe, shall appoint such attorneys -kr -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acmowledge and deriver as surety any and all undertakings, bonds, recagnizances and other surety obligations. Such attomeys-k -fact subject to the fmitations set forth in their respective powers of attorney, shall have full power to bird the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as it signed by the president and attested by the secretary. Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys - in -fact as may be necessary to act on behalf of the Company to make, execute, seal, adohowledge and deliver as surety any and all undertakings, bonds, reoognizances and other surety obligations. Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mehanicaty reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Gregory W. Davenport, the undersigned, Assistant Secretary, of American Fire and Casualty Company, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the orlg!nal power of attomey of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, Is in fuM force and effect end has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this day of By: Teresa Pastehvt) 2114 By: Gregory W. Davenport, Assistant Secretary