Loading...
HomeMy WebLinkAboutStickfort Construction Co.-6/11/2012FA96 (Form 850019) 05-12 CONTRACT Letting Date: May 15, 2012 Contract ID: 07-8155-714 County: BLACK HAWK Project Engineer: AECOM Cost Center: 849300 Object Code: 890 Contract Work Type: PCC PAVEMENT - NEW Please return this copy to: City Clerk & Finance Department 715 Mulberry Street Waterloo, IA 50703 Bid Order No.: 101 DBE Commitment $40,070.00 This agreement made and entered by and between the CITY OF WATERLOO CONTRACTING AUTHORITY, AND STICKFORT CONSTRUCTION CO. OF HUDSON, IA, (ST597), 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 05/10/2012 PROJECT: STP -U-8155(714)--70-07 WORK TYPE: PCC PAVEMENT - NEW ROUTE: E. DONALD STREET LOCATION: IN THE CITY OF WATERLOO FROM US 63 TO MILDRED AVE FEDERAL AID - PREDETERMINED WAGES ARE IN EFFECT COUNTY: BLACK HAWK ACCOUNTING ID: 29856 LENGTH (MILES): 0.4 The specifications consist of the Standard Specifications for Highway and Bridge Construction, Series 2009 of the Iowa Department of Transportation plus the following Supplemental Specifications, Special Provisions, and addendums: DBE --2012, DBE -120417, FHWA-1273.04, GS -09005, IA12-1.1, SS -09015, ADDENDUMS: 15MAY101.A01 Contractor, for and in considerations of $1,552,871.63 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. By By Contrac L) Iowa DOT Concurrence Contract 9 tit -2-Ta—tei Local Agency Contracts Contractor (if •int venture) Contract Award Date JUN 4 4 2012 Concurrence Date FB96 (Form 650019) 11-05 Letting Date: May 15, 2012 Contract ID: 07-8155-714 Page: 1B Bid Order No. : 101 It is further understood and agreed that the above work shall be commenced or completed in accordance with the following schedule: SITE NUMBER CONTRACT PERIOD /SITE DESCRIPTION LIQUIDATED DAMAGES CONTRACT LATE START DATE 06/18/2012 125 WORKING DAYS CONTRACT NOTES $1,000.00 CONTRACT SCHEDULE OF PRICES Page: 2 ******************************************************************************** Vendor No.: ST597 Contract ID No.: 07-8155-714 Primary Work Type: PCC PAVEMENT - NEW Primary County: BLACK HAWK Bid Order No.: 101 Letting Date: May 15, 2012 10:00 A.M. I I Item 1 Unit Price I Bid Amount Line I Item Number 1 Quantity I I No 1 Item Description 1 and Unit I Dollars 1 Cts 1 Dollars ICts SECTION 0001 ROADWAY ITEMS 12101-0850001 CLEARING I I I 0010 AND GRUBBING 1 0.0201 100,000.000001 2,000.00 (ACRE I I 12101-0850002 CLEARING I I I 0020 (AND GRUBBING I 74.8001 12.000001 I (UNIT I I 897.60 12102-2710070 EXCAVATION, 1 I I 0030 ICLASS 10, ROADWAY AND I 7,629.0001 5.500001 41,959.50 (BORROW ICY I I 12102-2712015 EXCAVATION, I I I 0040 ICLASS 12, BOULDERS OR 1 300.0001 5.000001 1,500.00 'ROCK FRAGMENTS ICY I I 12105-8425005 TOPSOIL, 1 1 I 0050 (FURNISH AND SPREAD 1 3,544.6001 10.000001 35,446.00 1 ICY 1 I 12109-8225100 SPECIAL I I I 0060 (COMPACTION OF SUBGRADE 1 21.1401 150.000001 3,171.00 I ISTA I I 12115-0100000 MODIFIED I I I 0070 (SUBBASE I 2,821.0001 28.500001 80,398.50 I ICY I I 12123-7450000 SHOULDER I I I 0080 (CONSTRUCTION, EARTH I 41.7001 100.000001 4,170.00 I (STA I I 12301-1033090 STANDARD OR I I I 0090 ISLIP FORM PORTLAND I 10,521.9001 43.250001 455,072.18 ICEMENT CONCRETE PAVEMENT,ISY I I 'CLASS C, CLASS 3 I I IDURABILITY, 9 IN. I I I 12301-6911722 PORTLAND I I I 0100 (CEMENT CONCRETE PAVEMENT (LUMP ILUMP I 1,350.00 (SAMPLES I I I CONTRACT SCHEDULE OF PRICES Page: 3 Vendor No.: ST597 Contract ID No.: 07-8155-714 Primary Work Type: PCC PAVEMENT - NEW Primary County: BLACK HAWK Bid Order No.: 101 Letting Date: May 15, 2012 10:00 A.M. 1 1 Item 1 Unit Price 1 Bid Amount Line 1 Item Number I Quantity 1 1 No 1 Item Description 1 and Unit 1 Dollars 1 Cts 1 Dollars (Cts 12312-8260061 GRANULAR 1 1 1 0110 (SURFACING ON ROAD, CLASS 1 1,020.0001 16.000001 1B CRUSHED STONE(TON 1 1 16,320.00 12401-6745354 REMOVAL OF 1 0120 (CONCRETE FOOTINGS, AS 1 'PER PLAN AS PER PLAN 'EACH 1 1.0001 2,000.000001 1 2,000.00 12401-6745910 REMOVAL OF 0130 !SIGN 1 1 1 1EACH 1 6.0001 50.000001 1 300.00 12416-0100042 APRONS, 0140 'CONCRETE, 42 IN. DIA. 1 1 (EACH 1 1.0001 1 2,200.000001 1 2,200.00 12435-0130148 MANHOLE, 0150 'SANITARY SEWER, SW -301, 1 148 IN. (EACH 1 1.0001 1 1 2,840.000001 1 2,840.00 12435-0130348 MANHOLE, 1 0160 'SANITARY SEWER, SW -303, 1 148 IN. (EACH 5.0001 1 2,950.000001 1 14,750.00 12435-0140172 MANHOLE, 1 0170 'STORM SEWER, SW -401, 72 1 IIN. (EACH 1 6.0001 1 5,910.00000' 35,460.00 12435-0140196 MANHOLE, 1 0180 'STORM SEWER, SW -401, 96 1 'IN. (EACH 1.0001 1 9,975.000001 1 9,975.00 12435-0250700 INTAKE, 0190 1SW-507 1 1 1 'EACH 1 1.0001 1 1 2,650.000001 1 2,650.00 12435-0250800 INTAKE, 1 0200 ISW-508 1 1 (EACH 1 2.0001 1 2,650.00000' 1 5,300.00 12435-0250810 INTAKE, 1 0210 1SW-508 MODIFIED 1 'EACH 1 2.0001 1 3,050.000001 6,100.00 CONTRACT SCHEDULE OF PRICES Page: 4 ******************************************************************************** Vendor No.: ST597 Contract ID No.: 07-8155-714 Primary Work Type: PCC PAVEMENT - NEW Primary County: BLACK HAWK Bid Order No.: 101 Letting Date: May 15, 2012 10:00 A.M. 1 1 Item 1 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 1Cts 12435-0251000 INTAKE, 1 0220 ISW-510 1 1 (EACH 1 5.0001 1 2,750.000001 13,750.00 12435-0251010 INTAKE, 1 0230 1SW-510 MODIFIED 1 1 (EACH 1 2.0001 3,100.000001 6,200.00 12435-0251110 INTAKE, 0240 1SW-511 MODIFIED 1 1 1EACH 1 2.0001 1 1 2,850.000001 1 5,700.00 12435-0254100 INTAKE, 0250 ISW-541 1 1 1EACH 1 7.0001 2,700.000001 1 18,900.00 12435-0254110 INTAKE, 0260 ISW-541 MODIFIED 1 1 (EACH 1 5.0001 1 2,700.000001 1 13,500.00 12435-0254200 INTAKE 1 1 I 0270 (EXTENSION UNIT, SW -542 1 13.0001 900.000001 11,700.00 I (EACH 1 I 12435-0254500 INTAKE, 1 0280 ISW-545 1 1 (EACH 1 2.0001 3,700.000001 1 7,400.00 12435-0400000 DROP 0290 (CONNECTION, SW -307 1 1 1 1EACH 1 3.0001 1 2,640.000001 1 7,920.00 12435-0600010 MANHOLE 1 0300 (ADJUSTMENT, MINOR 1 1 (EACH 1 3.0001 1 1 400.000001 1 1,200.00 12435-0600020 MANHOLE 0310 [ADJUSTMENT, MAJOR 1 1 1EACH 2.0001 850.000001 1,700.00 12435-0700010 CONNECTION 1 0320 ITO EXISTING MANHOLE 1 (EACH 2.0001 1,250.000001 2,500.00 CONTRACT SCHEDULE OF PRICES Page: 5 * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * Y. Vendor No.: ST597 Contract ID No.: 07-8155-714 Primary Work Type: PCC PAVEMENT - NEW Primary County: BLACK HAWK Bid Order No.: 101 Letting Date: May 15, 2012 10:00 A.M. 1 Item 1 Unit Price 1 Bid Amount Line 1 Item Number Quantity 1 I No 1 Item Description and Unit I Dollars ( Cts 1 Dollars 'Cts 12435-0700020 CONNECTION 1 I I 0330 1TO EXISTING INTAKE 1 1.0001 1,500.000001 1,500.00 I EACH 1 1 12502-8212034 SUBDRAIN, 1 0340 'LONGITUDINAL, (SHOULDER) 1 3,147.4001 7.400001 14 IN. DIA. ILF I 1 23,290.76 12502-8220193 SUBDRAIN 0350 'OUTLET (RF -19C) 1 EACH I I 28.0001 100.000001 1 1 2,800.00 12503-0114215 STORM SEWER 1 1 I 0360 'GRAVITY MAIN, TRENCHED, 1 712.0001 33.000001 (REINFORCED CONCRETE PIPE ILF I I 1(RCP), 2000D (CLASS III),( 1 I 115 IN. 1 1 I 23,496.00 12503-0114227 STORM SEWER 1 1 I 0370 'GRAVITY MAIN, TRENCHED, 1 224.0001 53.000001 'REINFORCED CONCRETE PIPE ILF 1 I 1(RCP), 2000D (CLASS III),( 1 I 127 IN. 1 1 I 11,872.00 12503-0114236 STORM SEWER 1 I I 0380 'GRAVITY MAIN, TRENCHED, 1 400.0001 76.000001 'REINFORCED CONCRETE PIPE ILF 1 1 1(RCP), 2000D (CLASS III),1 1 136 IN. 1 1 I 30,400.00 12503-0114242 STORM SEWER 1 0390 (GRAVITY MAIN, TRENCHED, 1 'REINFORCED CONCRETE PIPE ILF 1(RCP), 2000D (CLASS III),1 142 IN. 1 3,096.0001 1 1 1 94.000001 1 1 291,024.00 12503-0200036 REMOVE I I I 0400 'STORM SEWER PIPE LESS 1 888.0001 13.000001 'THAN OR EQUAL TO 36 IN. ILF 1 1 I 1 1 I 11,544.00 12504-0110008 SANITARY 0410 'SEWER GRAVITY MAIN, 'TRENCHED, 8 IN. 1 LF 1 1 166.8001 33.000001 1 1 5,504.40 CONTRACT SCHEDULE OF PRICES Page: 6 ******************************************************************************** Vendor No.: ST597 Contract ID No.: 07-8155-714 Primary Work Type: PCC PAVEMENT - NEW Primary County: BLACK HAWK Bid Order No.: 101 Letting Date: May 15, 2012 10:00 A.M. I 1 Item 1 Unit Price 1 Bid Amount Line 1 Item Number 1 Quantity 1 I No 1 Item Description 1 and Unit 1 Dollars 1 Cts 1 Dollars 'Cts 12504-0110012 SANITARY 1 I I 0420 'SEWER GRAVITY MAIN, 1 74.0001 45.000001 3,330.00 'TRENCHED, 12 IN. ILF 1 1 12504-0116008 SANITARY 1 1 I 0430 ''SEWER GRAVITY MAIN, 1 20.0001 100.000001 2,000.00 'TRENCHED, DUCTILE IRON ILF 1 I 'PIPE (DIP), 8 IN. 1 1 I 12504-0200606 SANITARY 0440 'SEWER SERVICE STUB WITH !RISER, DUCTILE IRON, 6 IIN. ILF I I 160.0001 155.000001 I I I I 24,800.00 12504-0240036 REMOVE 1 I I 0450 'SANITARY SEWER PIPE LESS 1 608.0001 14.000001 (THAN OR EQUAL TO 36 IN. ILF 1 I I I I 1 8,512.00 12507-3250005 ENGINEERING 1 I I 0460 'FABRIC 1 64.0001 5.000001 320.00 ISY I I 12507-6800061 REVETMENT, 1 I I 0470 1CLASS E 1 44.0001 35.000001 1,540.00 'TON I 1 12510-6745850 REMOVAL OF 1 I I 0480 'PAVEMENT 1 7,834.2001 5.000001 39,171.00 1 ISY I 1 12510-6750600 REMOVAL OF 1 1 I 0490 'INTAKES AND UTILITY 1 18.0001 300.000001 5,400.00 'ACCESSES !EACH 1 I 12511-0300000 REMOVAL OF 0500 'RECREATIONAL TRAIL ISY 1 706.4001 5.000001 1 3,532.00 12511-0302600 I 1 I 0510 'RECREATIONAL TRAIL, 1 725.4001 34.500001 25,026.30 'PORTLAND CEMENT CONCRETE, ISY 1 I 16 IN. I 1 I CONTRACT SCHEDULE OF PRICES Page: 7 ********************************************************************************.. Vendor No.: ST597 Contract ID No.: 07-8155-714 Primary Work Type: PCC PAVEMENT - NEW Primary County: BLACK HAWK Bid Order No.: 101 Letting Date: May 15, 2012 10:00 A.M. 1 I Item 1 Unit Price 1 Bid Amount Line 1 Item Number 1 Quantity 1 I No 1 Item Description 1 and Unit 1 Dollars 1 Cts 1 Dollars (Cts 12511-6745900 REMOVAL OF 1 1 I 0520 'SIDEWALK 1 238.6001 5.000001 1,193.00 1 ISY I 1 12511-7526004 SIDEWALK, P.I I I 0530 IC. CONCRETE, 4 IN. 1 691.1001 36.000001 24,879.60 1 ISY 1 12511-7526006 SIDEWALK, P.I I I 0540 IC. CONCRETE, 6 IN. I 151.5001 38.00000' 5,757.00 I ISY I I 12511-7528101 DETECTABLE 0550 'WARNINGS 1 1 1 SF 1 1 494.0001 22.000001 10,868.00 12515-2475006 DRIVEWAY, P.I 1 I 0560 IC. CONCRETE, 6 IN. I 912.2001 35.200001 32,109.44 1 ISY I 1 12515-6745600 REMOVAL OF 1 I I 0570 'PAVED DRIVEWAY 1 662.1001 5.000001 3,310.50 1 ISY 1 I 12518-6910000 SAFETY 1 I I 0580 'CLOSURE I 18.0001 100.00000' 1,800.00 1 'EACH 1 1 12519-3300600 FENCE, I 1 I 0590 (SAFETY 1 1,500.0001 3.000001 4,500.00 I ILF I I 12519-4200020 REMOVAL AND I I I 0600 'REINSTALLATION OF FENCE, 1 70.0001 20.000001 'CHAIN LINK ILF 1 1 1,400.00 12524-6765010 REMOVE AND 1 I I 0610 'REINSTALL SIGN AS PER 1 28.0001 150.000001 4,200.00 'PLAN 'EACH I I 12524-9275100 WOOD POSTS 1 1 I 0620 FOR TYPE A OR B SIGNS, 4 I 161.0001 9.000001 IIN. X 4 IN. ILF I I 1,449.00 ******************* Vendor No.: Contract ID No.: Primary Work Type: Primary County: CONTRACT SCHEDULE OF PRICES Page: 8 ************************************************************* ST597 07-8155-714 PCC PAVEMENT - NEW BLACK HAWK Bid Order No.: 101 Letting Date: May 15, 2012 10:00 A.M. 1 Line 1 Item Number No 1 Item Description Item Quantity and Unit Unit Price Bid Amount 1 Dollars 1 Cts 1 Dollars 'Cts 12524-9325001 TYPE A 0630 'SIGNS, SHEET ALUMINUM 1 1SF 1 56.8001 1 1 19.000001 1 1,079.20 12527-9263109 PAINTED 0640 'PAVEMENT MARKING, 'WATERBORNE OR 1SOLVENT-BASED 1 1 1STA 1 1 69.3401 1 1 1 57.500001 1 1 3,987.05 12527-9263137 PAINTED 0650 'SYMBOLS AND LEGENDS, 'WATERBORNE OR (SOLVENT -BASED 1 1 1EACH 1 1 22.0001 1 1 80.000001 1 1 1,760.00 12528-844511.0 TRAFFIC 0660 'CONTROL 1 1LUMP 1 1LUMP 1 7,300.00 12528-8445113 FLAGGERS 1 0670 1 1 1 'EACH 5.0001 1 1 325.000001 1 1,625.00 12533-4980005 0680 (MOBILIZATION 1 1LUMP 1 1LUMP 1 1 1 25,000.00 1 12549-0006210 SPOT REPAIR 1 0690 'BY PIPE REPLACEMENT, BY 1 'COUNT 'EACH 1 1.0001 1 500.000001 1 500.00 12549-0006220 SPOT REPAIR 1 0700 'BY PIPE REPLACEMENT, BY 1 'LINEAR FOOT ILF 16.0001 1 70.000001 1 1,120.00 12554-0112006 WATER MAIN, 1 0710 'TRENCHED, DUCTILE IRON 1 IPIPE (DIP), 6 IN. ILF 108.0001 1 39.000001 1 4,212.00 12554-0112008 WATER MAIN, 1 0720 'TRENCHED, DUCTILE IRON 1 (PIPE (DIP), 8 IN. ILF 36.0001 1 50.000001 1 1,800.00 12554-0112020 WATER MAIN, 1 0730 'TRENCHED, DUCTILE IRON 1 'PIPE (DIP), 20 IN. ILF 1 36.0001 1 150.000001 1 5,400.00 CONTRACT SCHEDULE OF PRICES Page: 9 ******************************************************************************** Vendor No.: Contract ID No.: Primary Work Type: Primary County: ST597 07-8155-714 PCC PAVEMENT - NEW BLACK HAWK Bid Order No.: 101 Letting Date: May 15, 2012 10:00 A.M. 1 Line 1 Item Number No 1 Item Description Item Quantity and Unit 1 Dollars Unit Price Bid Amount 1 Cts 1 Dollars (Cts 12554-0203000 FITTINGS BY 1 0740 'WEIGHT, DUCTILE IRON 1 1 ILB 1 1,788.0001 1 10.000001 1 17,880.00 12554-0210201 FIRE 1 0750 'HYDRANT ASSEMBLY, WM-201 1 'EACH 1 3.0001 1 5,600.000001 1 16,800.00 12599-9999005 ('EACH' 0760 'ITEM) REMOVE FIRE 1HYDRANT 1 1 1EACH 1 3.0001 1 1 750.000001 2,250.00 '2599-9999005 ('EACH' 0770 'ITEM) REMOVE WATER 'VALVE MANHOLES 1 1 1EACH 1 5.0001 1 1 650.000001 3,250.00 12599-9999005 ('EACH' 0780 'ITEM) WATER SERVICE 1RECONNECTION, COPPER, 13/4 IN. 1 1 1EACH 1 3.0001 1 1 1 1,500.000001 1 4,500.00 12599-9999009 ('LINEAR 0790 'FEET' ITEM) WATER (SERVICE LINE, COPPER, 13/4 IN. 90.6001 1 16.000001 1 1 1,449.60 12601-2633100 MOWING 0800 1 1 12601-2634150 MULCHING, 0810 'WOOD CELLULOSE FIBER 1 1 1 'ACRE 1 1 1ACRE 12601-2636044 SEEDING AND 1 0820 'FERTILIZING (URBAN) 1 1 'ACRE 1 65.000001 1 1,500.000001 1 1 1,500.000001 1 204.10 7,065.00 7,065.00 12601-2642120 STABILIZING 1 0830 'CROP - SEEDING AND 1 (FERTILIZING (URBAN) 'ACRE 3.1401 1 1 350.000001 1 1,099.00 12602-0000020 SILT FENCE 1 0840 1 1 1 ILF 1,310.0001 1 1 2.500001 1 3,275.00 CONTRACT SCHEDULE OF PRICES Page: 10 ******************************************************************************** Vendor No.: Contract ID No.: Primary Work Type: Primary County: ST597 07-8155-714 PCC PAVEMENT - NEW BLACK HAWK Bid Order No.: 101 Letting Date: May 15, 2012 10:00 A.M. 1 Line 1 Item Number No 1 Item Description Item Quantity and Unit Unit Price 1 Bid Amount 1 1 Cts 1 Dollars (Cts 1 Dollars 12602-0000071 REMOVAL OF 0850 'SILT FENCE OR SILT FENCE 1 (FOR DITCH CHECKS ILF 1,310.0001 0.600001 1 786.00 12602-0000101 MAINTENANCE 0860 10F SILT FENCE OR SILT 'FENCE FOR DITCH CHECK ILF 1 500.0001 0.500001 1 1 250.00 12602-0000312 PERIMETER 1 0870 AND SLOPE SEDIMENT 'CONTROL DEVICE, 12 IN. ILF 'DIA. 1 3,058.0001 1 1 1 2.95000' 1 1 9,021.10 12602-0000350 REMOVAL OF 0880 'PERIMETER AND SLOPE 'SEDIMENT CONTROL DEVICE ILF 1 1 3,058.0001 1 1 0.600001 1 1 1,834.80 SECTION 0002 MOBILIZATION FOR EROSION CONTROL FOR THE CONTRACT 12602-0010010 0890 'MOBILIZATIONS, EROSION 1CONTROL 1 1 1EACH 1.0001 1 500.000001 1 500.00 12602-0010020 1 0900 (MOBILIZATIONS, EMERGENCY 1 'EROSION CONTROL (EACH 1.0001 1 1,000.000001 1 1,000.00 'TOTAL BID 1 1,552,871.63 Addendum Iowa Department of Transportation Date of Letting: May 15, 2012 Office of Contracts Date of Addendum: May 10, 2012 B.O. Proposal ID Proposal Work Type County Project Number Addendum 101 07-8155-714 PCC Pavement - New Black Hawk STP -U-8155(714)--70-07 15may101.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 change to the Plans: Add the following attached tabulations: Tab. 104-9 LONGITUDINAL SUBDRAIN SHOULDER AND BACKSLOPE Tab. 110-17 REMOVAL OF INTAKES AND UTILITY ACCESSES Tab. 110-18 REMOVAL OF STORM SEWER PIPE Page 1 of 4 LONGITUDINAL SUBDRAIN SHOULDER AND BACKSLOPE 0 Refer to RL-13, EW-203, or EW-204. Refer to Soils Sheets 104-9 04-17-12 * Not a bid item Location Longitudinal Subdrain (RF-19C) Subdrain Outlet Porous* Backfill Class "A"* Crushed Stone Remarks Line No, Road or Lane ident. Station to Station Side Depth Shoulder Backslope Bridge Berm 1 RF-19C, RF-19E, or RF-19F D Size Length Size Length Size Type Length Station Size Standard Road Plan and Type IN IN FT IN FT IN FT IN CY CY 1 Donald 12+49.0 14+32.0 RT 24.0 4.0 223.0 12+49.0 4.0 RF-19C 10,3 0.2 14+32.0 4.0 RF-19C 0.2 2 Donald 14+32.0 16+50.0 RT 24.0 4.0 258.@ T 14+32.0 16+50.0 4.0 4.0 RF-19C RF-19C RF-19C _ 11.9 0.2 ii.2 r 3 Donald 17+44.0 18+14.0 RT 24.0 4.0 110.0 17+44.0 4.0 5.1 0.2 18+14.0 18+14.0 19+35.0 4.0 4.0 4.0 RF-19C _ RF 19C RF-19C 7.5 0.2 0.2 0.2 Donald 18+14.019+35.0 RT 24.0 4.0 161.0 _ 5 Donald _ _ 19+35.0 22+88.0 RT 24.0 4.0 393.0 19+35.0 22+88.0 4.0 4.0 RF-19C 18.2 0.2 0.2 RF-19C 6 Donald 22+88.0 24+98,0 RT 24.0 4.0 250.0 22+88.0 24+98.0 4.0J 4.0 1 RF-19C 11.6 0.2 RF-19C 0.2 7 Donald 12+55.0 14+50.0 LT 24.0 4.0 235.0 12+55.0 4.0 RF-19C 10.9 0.2 8 14+50.0 4.0 RF-19C 0.2 __Donald 14+50.0 16+32.8 LT 24.0 4.0 222.8 .s-__..._ 14+50.0 _..__16+32.84.0 4.0 RF-19C _._...RF 19C 10.3 0.2 0,2 9 Donald 17+43.0 18+10.0 LT 24.0 4.0 107.0 17+43.0 4.0 RF-19C 5.0 0.2 � 18+10.0 4.0 RF-19C 0.2 10 Donald 18+10.0 19+33.0 LT 24.0 4.0 163.0 18+10.0 4.0 RF-19C 7.5 0.2 19+33.0 4.0 RF-19C 0.2 11_ 12 _ Donald Donald 19+33.0 22+98.0 LT LT 24.0 24.0 4.0 4.0 405.0 113.0 19+33.0 22+98.0 22+98.0 4.0 4.0 4.0 RF-19C RF-19C RF-19C 18.8 0.2 5.2 0.2 0.2 22+98.0 424+02.1 424+02.11 424+07.3 24+14.0 24+10.0 4.0 Rf 19C 0.2 13 14 Donald Donald 424+07.3 24+10.0 24+14.0 LT LT 24.0 4.0 4.0 246.0 4 0 4.0 4.0 RF 19C RF-19C RF-19C 11.4 12.1 0.2 0.2 0.2 26+30.7 24.0 260.7 26+30.7 4.0 RF-19C 0.2 otals 3147.4 0.0 28 I 145.8 5.6 Page 3 of 4 110-17 12-13-11 REMOVAL OF INTAKES AND UTILITY ACCESSES #REF! Location Description Disposal Station 1 Side 10+86.9 LT Intake By_Contractor 11+20.3 LT Intake By Contractor 10+82.3 RT Intake By Contractor 13+22.5 ' LT Manhole By. Contractor 13+22.4 RT Intake By_Contractor 13+55.3 LT Intake By Contractor 13+56.12 LT Manhole By_Contractor 16+56.49 LT..,._ Manhole By Contractor 16+39.7 LT Intake ...8_Y Contractor 17+21.2. LT Intake By_Contractor 17+07.6 LT i Manhole By_Contractor 17+03.7 € LT Manhole By Contractor 23+13.8_.. LTIntake - By_Contractor 26+90.0 ! LT Intake - By_Contractor 27+12.0 RT Manhole By Contractor Intakes: 9 ..,.Utility Accesses: 6 Total: 15 Page 3 of 4 REMOVAL OF STORM SEWER PIPE Refer to Tabulation 104-58 * Not a Bid Item 110-18 12-13-11 Location Station to Station Pipe Diameter Pipe <= 36 In Pipe > 36 In In Ft Ft Disposal 11+20.3 1 10+86.9 15 32 By Contractor 10+86.9 10+82.3 15 52 By Contractor 10+82_3.: 12+52.7 18 168 By Contractor 12+52.7 13+22.5 18 67 By Contractor 13+22.4 i 13+22.5 Unknown 8 By Contractor 13+55.3 13+56.1 Unknown 20 By Contractor 13+22.5 13+56.1 - 18 31 By Contractor 13+56.1 16+56.5 18 300 By Contractor 16+39.7 : 16+56.5 15 35 By Contractor 17+21.2 : 17+07.6 Unknown 14 By Contractor 17+07.6 i......... . ............ 17+03.7 15 _.. ...25__...._._..._ By Contractor.. 17+03.7 17+03.5 30 50 By Contractor 23+13.8 ' 26+90.0 12 44 By Contractor 26+90.0 27+12.0 12 42 .By Contractor Removal of Storm Sewer <= 36 IN: 888 Page 4 of 4 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS Page I. General 1 I1. Nondiscrimination 1 III. Nonsegregated Facilities 3 IV. Payment of Predetermined Minimum Wage 3 V. Statements and Payrolls 5 VI. Record of Materials, Supplies, and Labor 5 VII. Subletting or Assigning the Contract 5 VIII. Safety: Accident Prevention 6 IX. False Statements Conceming Highway Projects 6 X. Implementation of Clean Air Act and Federal Water Pollution Control Act 6 Xl. Certification Regarding Debarment, Suspension, Ineligibility, and Voluntary Exclusion 6 XII. Certification Regarding Use of Contract Funds for Lobbying 8 ATTACHMENTS A. Employment Preference for Appalachian Contracts (included in Appalachian contracts only) I. GENERAL 1. These contract provisions shall apply to all work performed on the contract by the contractor's own organization and with the assistance of workers under the contractors immediate superinten- dence and to all work performed on the contract by piecework, station work, or by subcontract. 2. Except as otherwise provided for in each section, the contractor shall insert in each subcontract all of the stipulations contained in these Required Contract Provisions, and further require their inclusion in any lower tier subcontract or purchase order that may in tum be made. The Required Contract Provisions shall not be incorporated by reference in any case. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with these Required Contract Provisions. 3. A breach of any ofthe stipulations contained in these Required Contract Provisions shall be sufficient grounds for termination of the contract. 4. A breach of the following clauses of the Required Contract Provisions may also be grounds for debarment as provided in 29 CFR 5.12: Section I, paragraph 2; Section IV, paragraphs 1, 2, 3, 4, and 7; Section V, paragraphs 1 and 2a through 2g. 5. Disputes arising out of the labor standards provisions of Section IV (except paragraph 5) and Section V of these Required Contract Provisions shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the U.S. Department of Labor (DOL) as set forth in 29 CFR 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the DOL, or the contractor's employees or their representatives. 6. Selection of Labor. During the performance of this contract, the contractor shall not a. discriminate against laborfrom any other State, possession, orterritory ofthe United States (exceptforemployment preference for Appalachian contracts, when applicable, as specified in Attachment A), or b. employ convict labor for any purpose within the limits of the project unless it Is labor performed by convicts who are on parole, supervised release, or probation. Il. NONDISCRIMINATION (Applicable to all Federal -aid construction contracts and to all Form FHWA-1273 (Rev. 3-94) related subcontracts of $10,000 or more.) 1. Equal Employment Opportunity: Equal employment opportu- nity (EEO) requirements not to discriminate and to take affirmative action to assure equal opportunity as set forth under laws, executive orders, rules, regulations (28 CFR 35, 29 CFR 1630 and 41 CFR 60) and orders of the Secretary of Labor as modified by the provisions prescribed herein, and imposed pursuant to 23 U.S.C. 140 shall constitute the EEO and specific affirmative action standards for the contractor's project activities under this contract. The Equal Opportu- nity Construction Contract Specifications set forth under 41 CFR 60- 4.3 and the provisions of the American Disabilities Act of 1990 (42 U.S.C. 12101 et 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 State highway agency (SHA) and the Federal Govemment in carrying out EEO obligations and in their review of his/her activities under the contract. b. The contractor will accept as his operating policy the following statement "It is the policy of this Company to assure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, sex, color, national origin, age or disability. Such action shall include: employment, upgrading, demotion, or transfer, recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprentice- ship, preapprenticeship, and/or on-the-job training." 2. EEO Officer. The contractor will designate and make known to the SHA contracting officers an EEO Officer who will have the responsibiliityforand must be capable of effectively administering and promoting an active contractor program of EEO and who must be assigned adequate authority and responsibility to do so. 3. Dissemination of Policy: All members of the contractors staff who are authorized to hire, supervise, promote, and discharge employees, or who recommend such action, or who are substantially involved in such action, will be made fully cognizant of, and will implement, the contractors EEO policy and contractual responsibili- ties 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 minority group employees. d. Notices and posters setting forth the contractors EEO policy will be placed in areas readily accessible to employees, applicants for employment and potential employees. e. The contractor's EEO policy and the procedures to imple- ment such policy will be brought to the attention of employees by means of meetings, employee handbooks, or other appropriate means. 4. Recruitment: When advertising for employees, the contractor will include in all advertisements for employees the notation: "An Equal Opportunity Employer." All such advertisements will be placed Page 1 in publications having a large circulation among minority groups in the area from which the project work force would normally be derived. a. The contractor will, unless precluded by a valid bargaining agreement, conduct systematic and direct recruitment through public and private employee referral sources likely to yield qualified minority group applicants. To meet this requirement, the contractor will identify sources of potential minority group employees, and establish with such identified sources procedures whereby minority group applicants may be referred to the contractorfor employment consider- ation. b. In the event the contractor has a valid bargaining agreement providing for exclusive hiring hall referrals, he is expected to observe the provisions of that agreement to the extent that the system permits the contractor's compliance with EEO contract provisions. (The DOL has held that where implementation of such agreements have the effect of discriminating against minorities or women, or obligates the contractor to do the same, such implementation violates Executive Order 11246, as amended.) c. The contractorwill encourage his present employees to refer minority group applicants for employment. Information and proce- dures with regard to referring minority group applicants will be discussed with employees. 5. Personnel Actions: Wages, working conditions, and employee benefits shall be established and administered, and personnel actions of every type, including hiring, upgrading, promotion, transfer, demotion, layoff, and termination, shall be taken without regard to race, color, religion, sex, national origin, age or disability. The following procedures shall be followed: a. The contractor will conduct periodic inspections of project sites to insure that working conditions and employee facilities do not indicate discriminatory treatment of project site personnel. b. The contractor will periodically evaluate the spread of wages paid within each classification to determine any evidence of discrimi- natory wage practices. c. The contractor will periodically review selected personnel actions in depth to determine whether there is evidence ofdiscrimina- tion. Where evidence is found, the contractor will promptly take corrective action. If the review indicates that the discrimination may extend beyond the actions reviewed, such corrective action shall include all affected persons. d. The contractor will promptly investigate all complaints of alleged discrimination made to the contractor in connection with his obligations under this contract, will attempt to resolve such com- plaints, and will take appropriate corrective action within a reasonable time. If the investigation indicates that the discrimination may affect persons other than the complainant, such corrective action shall include such other persons. Upon completion of each investigation, the contractor will inform every complainant of all of his avenues of appeal. 6. Training and Promotion: a. The contractor will assist in locating, qualifying, and increasing the skills of minority group and women employees, and applicants for employment. b. Consistent withthe contractor's work force requirements and as permissible under Federal and State regulations, the contractor shall make full use of training programs, i.e., apprenticeship, and on-the-job training programs for the geographical area of contract performance. Where feasible, 25 percent of apprentices or trainees in each occupation shall be in their first year of apprenticeship or training. In the event a special provision fortraining is provided under this contract, this subparagraph will be superseded as indicated in the special provision. c. The contractor will advise employees and applicants for employment of available training programs and entrance require- ments for each. d. The contractor will periodically review the training and promotion potential of minority group and women employees and will encourage eligible employees to apply for such training and promo- tion. 7. Unions: If the contractor relies in whole or in part upon unions as a source of employees, the contractor will use his/her best efforts to obtain the cooperation of such unions to increase opportunities for Page 2 minority groups and women within the unions, and to effect referrals by such unions of minority and female employees. Actions by the contractor either directly or through a contractor's association acting as agent will include the procedures set forth below: a. The contractor will use best efforts to develop, in coopera- tion with the unions, joint training programs aimed toward qualifying more minority group members and women for membership in the unions and increasing the skills of minority group employees and women so that they may qualify for higher paying employment. b. The contractor will use best efforts to incorporate an EEO clause into each union agreement to the end that such union will be contractually bound to refer applicants without regard to their race, color, religion, sex, national origin, age or disability. c. The contractor is to obtain information as to the referral practices and policies of the labor union except that to the extent such information is within the exclusive possession of the labor union and such labor union refuses to fumish such information to the contractor, the contractor shall so certify to the SHA and shall set forth what efforts have been made to obtain such information. d. In the event the union is unable to provide the contractor with a reasonable flow of minority and women referrals within the time limit set forth in the collective bargaining agreement, the contractor will, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex, national origin, age or disability; making full efforts to obtain qualified and/or qualifiable minority group persons and women. (The DOL has held that it shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority employees.) In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246, as amended, and these special provisions, such contractor shall immediately notify the SHA. 8. Selection of Subcontractors, Procurement of Materials and Leasing of Equipment The contractor shall not discriminate on the grounds of race, color, religion, sex, national origin, age or disability in the selection and retention of subcontractors, including procure- ment of materials and leases of equipment. a. The contractor shall notify all potential subcontractors and suppliers of his/her EEO obligations under this contract. b. Disadvantaged business enterprises (DBE), as defined in 49 CFR 23, shall have equal opportunity to compete for and perform subcontracts which the contractor enters into pursuant to this contract. The contractor will use his best efforts to solicit bids from and to utilize DBE subcontractors or subcontractors with meaningful minority group and female representation among their employees. Contractors shall obtain lists of DBE construction firms from SHA personnel. c. The contractorwill use his best efforts to ensure subcontrac- tor compliance with their EEO obligations. 9. Records and Reports: The contractor shall keep such records as necessary to document compliance with the EEO requirements. Such records shall be retained for a period of three years following completion of the contract work and shall be available at reasonable times and places for inspection by authorized representatives of the SHA and the FHWA. a. The records kept by the contractor shall document the following: (1) The number of minority and non -minority group members and women employed in each work classification on the project (2) The progress and efforts being made in cooperation with unions, when applicable, to increase employment opportunities for minorities and women; (3) The progress and efforts being made in locating, hiring, training, qualifying, and upgrading minority and female employees; and (4) The progress and efforts being made in securing the services of DBE subcontractors or subcontractors with meaningful minority and female representation among their employees. b. The contractors will submit an annual report to the SHA Form FHWA-1273 (Rev. 3-94) each July for the duration of the project, indicating the number of minority, women, and non -minority group employees currently engaged in each work classification required by the contract work. This information is to be reported on Form FHWA-1391. If on -the job training is being required by special provision, the contractor will be required to collect and report training data. III. NONSEGREGATED FACILITIES (Applicable to all Federal -aid construction contracts and to all related subcontracts of $10,000 or more.) a. By submission of this bid, the execution of this contract or subcontract, or the consummation of this material supply agreement or purchase order, as appropriate, the bidder, Federal -aid construc- tion contractor, subcontractor, material supplier, or vendor, as appropriate, certifies that the firm does not maintain or provide for its employees any segregated facilities at any of its establishments, and that the firm does not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. The firm agrees that a breach of this certification is a violation of the EEO provisions of this contract. The firm further certifies that no employee will be denied access to adequate facilities on the basis of sex or disability. b. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, timeclocks, locker rooms, and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive, or are, in fact, segregated on the basis of race, color, religion, national origin, age or disability, because of habit, local custom, or otherwise. The only exception will be for the disabled when the demands for accessibility override (e.g. disabled parking). c. The contractor agrees that it has obtained or will obtain identical certification from proposed subcontractors or material suppliers prior to award of subcontracts or consummation of material supply agreements of $10,000 or more and that it will retain such certifications in its files. IV. PAYMENT OF PREDETERMINED MINIMUM WAGE (Applicable to all Federal -aid construction contracts exceeding $2,000 and to all related subcontracts, except for projects located on roadways classified as local roads or rural minor collectors, which are exempt.) 1. General: a. All mechanics and laborers employed or working upon the site of the work will be paid unconditionally and not less often than once a week and without subsequent deduction or rebate on any account [except such payroll deductions as are permitted by regulations (29 CFR 3) issued by the Secretary of Labor under the Copeland Act (40 U.S.C. 276c)] the full amounts of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment. The payment shall be computed at wage rates not less than those contained in the wage determination of the Secretary of Labor (hereinafter "the wage determination") which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor or its subcon- tractors and such laborers and mechanics. The wage determination (including any additional classifications and wage rates conformed under paragraph 2 of this Section IV and the DOL poster (WH -1321) or Form FHWA-1495) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. For the purpose of this Section, contributions made or costs reasonably anticipated for bona fide fringe benefits under Section 1(b)(2) of the Davis -Bacon Act (40 U.S.C. 276a) on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of Section IV, paragraph 3b, hereof. Also, for the purpose of this Section, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs, which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in paragraphs 4 and 5 of this Section IV. Form FHWA-1273 (Rev. 3-94) b. Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein, provided, that the employer's payroll records accurately set forth the time spent in each classification in which work is performed. c. All rulings and interpretations of the Davis -Bacon Act and related acts contained in 29 CFR 1, 3, and 5 are herein incorporated by reference in this contract. 2. Classification: a. The SHA contracting officer shall require that any class of laborers or mechanics employed under the contract, which is not listed in the wage determination, shall be classified in conformance with the wage determination. b. The contracting officer shall approve an additional classifica- tion, wage rate and fringe benefits only when the following criteria have been met (1) the work to be performed by the additional classifica- tion requested is not performed by a classification in the wage determination; (2) the additional classification is utilized in the area by the construction industry; (3) the proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination; and (4) with respect to helpers, when such a classification prevails in the area in which the work is performed. c. If the contractor or subcontractors, as appropriate, the laborers and mechanics (if known) to be employed in the additional classification or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the DOL, Administrator of the Wage and Hour Division, Employment Standards Administration, Washington, D.C. 20210. The Wage and Hour Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contract- ing officer within the 30 -day period that additional time is necessary. d. In the event the contractor or subcontractors, as appropri- ate, the laborers or mechanics to be employed in the additional classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Wage and Hour Administrator for determination. Said Administrator, or an authorized representative, will issue a determina- tion within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30 -day period that additional time is necessary e. The wage rate (including fringe benefits where appropriate) determined pursuant to paragraph 2c or 2d of this Section IV shall be paid to all workers performing work In the additional classification from the first day on which work is performed in the classification. 3. Payment of Fringe Benefits: a. Wheneverthe minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor or subcontractors, as appropriate, shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly case equivalent thereof. b. If the contractor or subcontractor, as appropriate, does not make payments to a trustee or other third person, he/she may consider as a part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, provided, that the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis -Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. Page 3 4. Apprentices and Trainees (Programs of the U.S. DOL) and Helpers: a. Apprentices: (1) Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the DOL, Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State apprenticeship agency recognized by the Bureau, or if a person is employed in his/her first 90 days of probationary employ- ment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training ora State apprenticeship agency (where appropriate) to be eligible for probationary employ- ment as an apprentice. (2) The allowable ratio of apprentices to joumeyman-level employees on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any employee listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate listed in the wage determination for the classification of work actually performed. In addition, any 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 or subcontractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the joumeyman-level hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. (3) Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the joumeyman-level hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator for the Wage and Hour Division determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. (4) In the eventthe Bureau ofApprenticeship and Training, or a State apprenticeship agency recognized by the Bureau, with- draws approval of an apprenticeship program, the contractor or subcontractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the comparable work performed by regular employees until an acceptable program is approved. b. Trainees: (1) Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the DOL, Employment and Training Administration. (2) The ratio of trainees to journeyman -level employees on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Any employee 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 Tess than the applicable wage rate on the wage determination for the ciassiflcation of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. (3) Every trainee must be paid at not less than the rate specified in the approved program for his/her level of progress, expressed as a percentage of the joumeyman-level hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Page 4 Division determines that there is an apprenticeship program associ- ated with the corresponding joumeyman-level wage rate on the wage determination which provides for less than full fringe benefits for apprentices, in which case such trainees shall receive the same fringe benefits as apprentices. (4) In the event the Employment and Training Administra- tion withdraws approval of a training program, the contractor or subcontractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. c. Helpers: Helpers will be permitted to work on a project tithe helper classification is specified and defined on the applicable wage determination or is approved pursuant to the conformance procedure set forth in Section IV.2. Any worker listed on a payroll at a helper wage rate, who is not a helper under a approved definition, shall be paid not less than the applicable wage rate on the wage determina- tion for the classification of work actually performed. 5. Apprentices and Trainees (Programs of the U.S. DOT): Apprentices and trainees working under apprenticeship and skill training programs which have been certified by the Secretary of Transportation as promoting EEO in connection with Federal -aid highway construction programs are not subject to the requirements of paragraph 4 of this Section IV. The straight time hourly wage rates for apprentices and trainees under such programs will be established by the particular programs. The ratio of apprentices and trainees to joumeymen shall not be greater than permitted by the terms of the particular program. 6. Withholding: The SHA shall upon its own action or upon written request of an authorized representative of the DOL withhold, or cause to be withheld, from the contractor or subcontractor under this contract or any other Federal contract with the same prime contractor, or any other Federally -assisted contract subject to Davis -Bacon prevailing wage requirements which is held by the same prime contractor, as much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontrac- tor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the wages required by the contract, the SHA contracting officer may, after written notice to the contractor, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. 7. Overtime Requirements: No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers, mechanics, watchmen, or guards (including apprentices, trainees, and helpers described in paragraphs 4 and 5 above) shall require or permit any laborer, mechanic, watchman, or guard in any workweek in which he/she is employed on such work, to work in excess of 40 hours in such workweek unless such laborer, mechanic, watchman, or guard receives compensation at a rate not less than one -and -one-half times his/her basic rate of pay for all hours worked in excess of 40 hours in such workweek. 8. Violation: Liability for Unpaid Wages; Liquidated Damages: In the event of any violation of the clause set forth in paragraph 7 above, the contractor and any subcontractor responsible thereof shall be liable to the affected employee for his/her unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory) for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer, mechanic, watchman, or guard employed in violation of the clause set forth in paragraph 7, in the sum of $10 for each calendar day on which such employee was required or permit- ted ermitted to work in excess of the standard work week of 40 hours without payment of the overtime wages required by the clause set forth in paragraph 7. 9. Withholding for Unpaid Wages and Liquidated Damages: Form FHWA-1273 (Rev. 3-94) The SHA shall upon its own action or upon written request of any authorized representative of the DOL withhold, or cause to be withheld, from any monies payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other Federally -assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph 8 above. V. STATEMENTS AND PAYROLLS (Applicable to all Federal -aid construction contracts exceeding $2,000 and to all related subcontracts, except for projects located on roadways classified as local roads or rural collectors, which are exempt.) 1. Compliance with Copeland Regulations (29 CFR 3): The contractor shall comply with the Copeland Regulations of the Secretary of Labor which are herein incorporated by reference. 2. Payrolls and Payroll Records: a. Payrolls and basic records relating thereto shall be maintained by the contractor and each subcontractor during the course of the work and preserved for a period of 3 years from the date of completion of the contract for all laborers, mechanics, apprentices, trainees, watchmen, helpers, and guards working at the site of the work. b. The payroll records shall contain the name, social security number, and address of each such employee; his or her correct classification; hourly rates of wages paid (including rates of contribu- tions or costs anticipated for bona fide fringe benefits or cash equivalent thereof the types described in Section 1(b)(2)(B) of the Davis Bacon Act); daily and weekly number of hours worked; deductions made; and actual wages paid. In addition, for Appala- chian contracts, the payroll records shall contain a notation indicating whether the employee does, or does not, normally reside in the labor area as defined in Attachment A, paragraph 1. Whenever the Secretary of Labor, pursuant to Section IV, paragraph 3b, has found that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in Section 1(b)(2)(B) of the Davis Bacon Act, the contractor and each subcontractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, that the plan or program has been communicated in writing to the laborers or mechanics affected, and show the cost anticipated or the actual cost incurred in providing benefits. Contractors or subcontractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprentices and trainees, and ratios and wage rates prescribed in the applicable programs. c. Each contractor and subcontractor shall fumish, each week in which any contract work is performed, to the SHA resident engineer a payroll of wages paid each of its employees (including apprentices, trainees, and helpers, described in Section IV, para- graphs 4 and 5, and watchmen and guards engaged on work during the preceding weekly payroll period). The payroll submitted shall set out accurately and completely all of the information required to be maintained under paragraph 2b of this Section V. This information may be submitted in any form desired. Optional Form WH -347 is available for this purpose and may be purchased from the Superin- tendent of Documents (Federal stock number 029-005-0014-1), U.S. Govemment Printing Office, Washington, D.C. 20402. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. d. Each payroll submitted shall be accompanied by a ''State- ment of Compliance," signed by the contractor or subcontractor or his/her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (1) that the payroll for the payroll period contains the information required to be maintained under paragraph 2b of this Section V and that such information is correct and complete; (2) that such laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages eamed, without rebate, either directly or indirectly, and that no deductions have been made Form FHWA-1273 (Rev. 3-94) either directly or indirectly from the full wages eamed, other than permissible deductions as set forth in the Regulations, 29 CFR 3; (3) that each laborer or mechanic has been paid not less that the applicable wage rate and fringe benefits or cash equivalent for the classification of worked performed, as specified in the applicable wage determination incorporated into the contract. e. The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH -347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph 2d of this Section V. f. The falsification of any of the above certifications may subject the contractor to civil or criminal prosecution under 18 U.S.C. 1001 and 31 U.S.C. 231. g. The contractor or subcontractor shall make the records required under paragraph 2b of this Section V available for inspec- tion, copying, or transcription by authorized representatives of the SHA, the FHWA, or the DOL, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the SHA, the FHWA, the DOL, or all may, after written notice to the contractor, sponsor, applicant, or owner, take such actions as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. VI. RECORD OF MATERIALS, SUPPLIES, AND LABOR 1. On all Federal -aid contracts on the National Highway System, except those which provide solely for the installation of protective devices at railroad grade crossings, those which are constructed on a force account or direct labor basis, highway beautification contracts, and contracts for which the total final construction cost for roadway and bridge is less than $1,000,000 (23 CFR 635) the contractor shall: a. Become familiar with the list of specific materials and supplies contained in Form FHWA-47, "Statement of Materials and Labor Used by Contractor of Highway Construction Involving Federal Funds," prior to the commencement of work under this contract. b. Maintain a record of the total cost of all materials and supplies purchased for and incorporated in the work, and also of the quantities of those specific materials and supplies listed on Form FHWA-47, and in the units shown on Form FHWA-47. c. Fumish, upon the completion of the contract, to the SHA resident engineer on Form FHWA-47 together with the data required in paragraph 1b relative to materials and supplies, a final labor summary of all contract work indicating the total hours worked and the total amount eamed. 2. At the prime contractor's option, either a single report covering all contract work or separate reports for the contractor and for each subcontract shall be submitted. VII. SUBLETTING OR ASSIGNING THE CONTRACT 1. The contractor shall perform with its own organization contract work amounting to not less than 30 percent (or a greater percentage if specified elsewhere in the contract) of the total original contract price, excluding any specialty items designated by the State. Specialty items may be performed by subcontract and the amount of any such specialty items performed may be deducted from the total original contract price before computing the amount of work required to be performed by the contractor's own organization (23 CFR 635). a. "Its own organization° shall be construed to Include only workers employed and paid directly by the prime contractor and equipment owned or rented by the prime contractor, with or without operators. Such term does not include employees or equipment of Page 5 a subcontractor, assignee, or agent of the prime contractor. b. "Specialty Items" shall be construed to be limited to work that requires highly specialized knowledge, abilities, or equipment not ordinarily available in the type of contracting organizations qualified and expected to bid on the contract as a whole and in general are to be limited to minor components of the overall contract. 2. The contract amount upon which the requirements set forth in paragraph 1 of Section VII is computed includes the cost of material and manufactured products which are to be purchased or produced by the contractor under the contract provisions. 3. The contractor shall fumish (a) a competent superintendent or supervisor who is employed by the firm, has full authority to direct performance of the work in accordance with the contract require- ments, and is in charge of all construction operations (regardless of who performs the work) and (b) such other of its own organizational resources (supervision, management, and engineering services) as the SHA contracting officer determines is necessary to assure the performance of the contract. 4. No portion of the contract shall be sublet, assigned or otherwise disposed of except with the written consent of the SHA contracting officer, or authorized representative, and such consent when given shall not be construed to relieve the contractor of any responsibility for the fulfillment of the contract. Written consent will be given only after the SHA has assured that each subcontract is evidenced in writing and that it contains all pertinent provisions and requirements of the prime contract. VIII. SAFETY: ACCIDENT PREVENTION 1. In the performance of this contract the contractor shall comply with all applicable Federal, State, and local laws goveming safety, health, and sanitation (23 CFR 635). The contractor shall provide all safeguards, safety devices and protective equipment and take any other needed actions as it determines, or as the SHA 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 surround- ings or under conditions which are unsanitary, hazardous or danger- ous to his/her health or safety, as determined under construction safety and health standards (29 CFR 1926) promulgated by the Secretary of Labor, in accordance with Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 333). 3. Pursuant to 29 CFR 1926.3, it is a condition of this contract that the Secretary of Labor or authorized representative thereof, shall have right of entry to any site of contract performance to inspect or investigate the matter of compliance with the construction safety and health standards and to carry out the duties of the Secretary under Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 333). IX. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS In order to assure high quality and durable construction in confor- mity 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, the following notice shall be posted on each Federal -aid highway project (23 CFR 635) in one or more places where it is readily available to all persons concerned with the project: NOTICE TO ALL PERSONNEL ENGAGED ON FEDERAL AID HIGHWAY PROJECTS 18 U.S.C. 1020 reads as follows: Whoever, being an officer, agent, or employee of the United States, or of any State or Territory, or whoever, whether a person, association, firm, or corporation, knowingly makes any false state- ment false representation, or false report as to the character, quality, Page 6 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 representa- tion, 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 fumished, 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 representa- tion 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 supple- mented; Shall be fined not more that $10,000 or imprisoned not more than 5 years or both." X. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT (Applicable to all Federal -aid construction contracts and to all related subcontracts of $100,000 or more.) By submission of this bid or the execution of this contract, or subcontract, as appropriate, the bidder, Federal -aid construction contractor, or subcontractor, as appropriate, will be deemed to have stipulated as follows: 1. That any facility that is or will be utilized in the performance of this contract, unless such contract is exempt under the Clean Air Act, as amended (42 U.S.C. 1857 et seq., as amended by Pub.L. 91-604), and under the Federal Water Pollution Control Act, as amended (33 U.S.C. 1251 et seg., as amended by Pub.L. 92-500), Executive Order 11738, and regulations in implementation thereof (40 CFR 15) is not listed, on the date of contract award, on the U.S. Environmental Protection Agency (EPA) List of Violating Facilities pursuant to 40 CFR 15.20. 2. That the firm agrees to comply and remain in compliance with all the requirements of Section 114 of the Clean Air Act and Section 308 of the Federal Water Pollution Control Act and all regulations and guidelines listed thereunder. 3. That the firm shall promptly notify the SHA of the receipt of any communication from the Director, Office of Federal Activities, EPA, indicating that a facility that is or will be utilized for the contract is under consideration to be fisted on the EPA List of Violating Facilities. 4. That the firm agrees to include or cause to be included the requirements of paragraph 1 through 4 of this Section X in every nonexempt subcontract, and further agrees to take such action as the govemment may direct as a means of enforcing such requirements. Xl. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION 1. Instructions for Certification - Primary Covered Transac- tions: (Applicable to all Federal -aid contracts - 49 CFR 29) a. By signing and submitting this proposal, the prospective primary participant is providing the certification set out below. b. The inability of a person to provide the certification set out below will not necessarily result in denial of participation in this covered transaction. The prospective participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction. However, failure of the prospective primary participant to fumish a certification or an explanation shall disqualify such a person from participation in this transaction. c. The certification in this clause is a material representation of fact upon which reliance was placed when the department or agency determined to enter Into this transaction. If it is later deter- mined that the prospective primary participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department or agency may terminate this Form FHWA-1273 (Rev. 3-94) transaction for cause of default. d. The prospective primary participant shall provide immediate written notice to the department or agency to whom this proposal is submitted if any time the prospective primary participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. e. The terms "covered transaction," "debarred," "suspended," "ineligible," "lower tier covered transaction," "participant," "person," "primary covered transaction," "principal," "proposal," and "voluntarily excluded," as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the department or agency to which this proposal is submitted for assistance in obtaining a copy of those regulations. f. The prospective primary participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transac- tion with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency entering into this transaction. g. The prospective primary participant further agrees by submitting this proposal that it will include the clause titled "Certifica- tion Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion -Lower Tier Covered Transaction," provided by the department or agency entering into this covered transaction, without modification, in all lower tier covered transactions and in all solicita- tions for lower tier covered transactions. h. A participant in a covered transaction may rely upon a certification of a• prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the nonprocurement portion of the "Lists of Parties Excluded From Federal Procurement or Nonprocurement Programs" (Nonprocurement List) which is compiled by the General Services Administration. i. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. j. Except for transactions authorized under paragraph f of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default. Form FHWA-1273 (Rev. 3-94) Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion—Primary Covered Transactions 1. The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals: a. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; b. Have not within a 3 -year period preceding this proposal been convicted of or had a civil judgement rendered against them for commission of fraud or a criminal offense in connection with obtain- ing, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; c. Are not presently indicted for or otherwise criminally or civilly charged by a govemmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph 1 b of this certification; and d. Have not within a 3 -year period preceding this applica- tion/proposal had one or more public transactions (Federal, State or local) terminated for cause or default. 2. Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. • 2. Instructions for Certification - Lower Tier Covered Transac- tions: (Applicable to all subcontracts, purchase orders and other lower tier transactions of $25,000 or more - 49 CFR 29) a. By signing and submitting this proposal, the prospective lower tier is providing the certification set out below. b. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Govemment, the depart- ment, or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment c. The prospective lower tier participant shall provide immedi- ate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant teams that its certification was erroneous by reason of changed circumstances. d. The terms "covered transaction," "debarred," "suspended," "ineligible," "primary covered transaction," "participant," "person," "principal" "proposal," and "voluntarily excluded," as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. e. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. f. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled "Certifica- tion Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion -Lower Tier Covered Transaction," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. g. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and Page 7 frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the Nonprocurement List. h. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. i. Except for transactions authorized under paragraph e of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Govemment, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion—Lower Tier Covered Transactions: 1. The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or volun- tarily excluded from participation in this transaction by any Federal department or agency. 2. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. Page 8 XII. CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING (Applicable to all Federal -aid construction contracts and to all related subcontracts which exceed $100,000 - 49 CFR 20) 1. The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: a. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for 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 his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such recipients shall certify and disclose accordingly. Form FHWA-1273 (Rev. 3-94) PREDETERMINED WAGE RATE IA12-1.1 General Decision Number: IA 120001 01/06/2012 IA1 Superseded General Decision Number: IA20100001 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. 01/06/2012 1 03/16/2012 * SUIA2002-003 04/28/2011 CARPENTERS AND PILEDRIVERMEN: ZONE 1 ZONE 2 ZONE 3 ZONE 4 ZONE 5** CONCRETE FINISHER: ZONE 1 ZONE 2 ZONE 3 ZONE 4 ZONE 5 ELECTRICIANS: (STREET AND HIGHWAY LIGHTING AND TRAFFIC SIGNALS) ZONE 1, ZONE 2, AND ZONE 3 ZONE 4 ZONE 5 IA 100001 - 1 Rates Fringes 23.92 9.28 21.83 9.28 21.83 9.28 20.80 7.50 20.25 6.10 21.77 21.77 21.77 19.55 17.95 20.55 19.25 17.00 6.50 6.50 6.50 4.95 5.50 5.20 5.20 5.20 PREDETERMINED WAGE RATE IA12-1.1 IRONWORKERS: (SETTING OF STRUCTURAL STEEL) ZONES 1 AND 2 ZONE 3 ZONE 4 ZONE 5** LABORERS: ZONE 1 AND ZONE 2 GROUP AA GROUP A GROUP B GROUP C ZONE 3 GROUP AA GROUP A GROUP B GROUP C ZONE 4 GROUP A GROUP B GROUP C ZONE 5 GROUP A GROUP B GROUP C 25.05 7.45 24.75 7.75 20.65 6.60 20.25 6.10 Rates Fringes 20.56 7.60 19.76 7.60 17.88 7.60 14.65 7.60 20.56 7.60 19.76 7.60 17.88 7.60 14.65 7.60 16.90 7.60 15.58 7.60 12.70 7.60 17.55 5.90 14.80 5.90 14.20 5.90 POWER EQUIPMENT OPERATORS: ZONE 1 GROUP A 26.30 12.90 GROUP B 24.70 12.90 GROUP C 22.20 12.90 GROUP D 22.20 12.90 ZONE 2 GROUP A 25.55 12.90 GROUP B 23.95 12.90 GROUP C 21.40 12.90 GROUP D 21.40 12.90 ZONE 3 GROUP A 26.70 14.20 GROUP B 24.90 14.20 GROUP C 23.90 14.20 GROUP D 23.90 14.20 ZONE 4 GROUP A 25.50 7.85 GROUP B 24.36 7.85 GROUP C 22.28 7.85 GROUP D 22.28 7.85 ZONE 5 GROUP A 22.07 6.20 IA 100001 - 2 PREDETERMINED WAGE RATE GROUP B GROUP C GROUP D 21.03 19.70 18.70 IA12-1.1 6.20 6.20 6.20 TRUCK DRIVER (AND PAVEMENT MARKING DRIVER/SWITCHPERSON) ZONE 1 19.25 9.50 ZONE 2 19.25 9.50 ZONE 3 19.25 9.50 ZONE 4 19.30 5.20 ZONE 5 17.35 5.20 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.ities). 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). GROUP B - Air, gas, electric tool operator; barco hammer; carpenter tender; caulker; chain sawman; compressor (under 400 cf n); 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; jackhammerman; 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 IA100001 - 3 PREDETERMINED WAGE RATE IA12-1.1 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 1/2 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. 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. IA 100001 - 4 Iowa Dep i: rtnnent of Transportation 800 Lincoln Way, Ames, Iowa 50010 Tel. 515-239-1414 FAX# 515-239-1325 JUN 1 5 2012 TO: CONTRACTOR Dear Contractor: We are enclosing one fully signed copy of the contract(s) for the attached project(s). We have attached the FHWA-1273 to each federally funded contract. 23 CFR Part 633.102(e) requires that you physically attach a copy of the FHWA-1273 to each subcontract on federally funded subcontracts. Enc. cc: City with attachment Sincerely, 007,, aCI-t32,41-ct-to, Roger E. Bierbaum Contracts Engineer FA96 (Form 650019) 05-12 CONTRACT Letting Date: May 15, 2012 Contract ID: 07-8155-714 County: BLACK HAWK Project Engineer: AECOM Cost Center: 849300 Object Code: 890 Contract Work Type: PCC PAVEMENT - NEW Bid Order No.: 101 DBE Commitment: $40,070.00 This agreement made and entered by and between the CITY OF WATERLOO CONTRACTING AUTHORITY, AND STICKFORT CONSTRUCTION CO. OF HUDSON, IA, (ST597), 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 05/10/2012 , PROJECT: STP -U-8155(714)--70-07 WORK TYPE: PCC PAVEMENT - NEW ROUTE: E. DONALD STREET LOCATION: IN THE CITY OF WATERLOO FROM US 63 TO MILDRED AVE FEDERAL AID - PREDETERMINED WAGES ARE IN EFFECT COUNTY: BLACK HAWK ACCOUNTING ID: 29856 LENGTH (NILES): 0.4 The specifications consist of the Standard Specifications for Highway and Bridge Construction, Series 2009 of the Iowa Department of Transportation plus the following Supplemental Specifications, Special Provisions, and addendums: DBE --2012, DBE -120417, FHWA-1273.04, GS -09005, IA12-1.1, SS -09015, ADDENDUMS: 15MAY101.A01 Contractor, for and in considerations of $1,552,871.63 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. By CdA By Iowa DOT Concurrence Contracting Authori 9 lor tit i41A___, Contractor (if +int venture) e Contract Award Date For local Agency Contracts Concurrence Date FB96 (Form 650019) 11-05 Letting Date: Nay 15, 2012 Contract ID: 07-8155-714 Page: 1B Bid Order No. : 101 It is further understood and agreed that the above work shall be commenced or completed in accordance with the following schedule: SITE NUMBER CONTRACT PERIOD /SITE DESCRIPTION LIQUIDATED DAMAGES CONTRACT LATE START DATE 06/18/2012 125 WORKING DAYS CONTRACT NOTES $1,000.00 CONTRACT SCHEDULE O. PRICES rage: ******************************************************************************** Vendor No.: Contract ID No.: Primary Work Type: Primary County: ST597 07-8155-714 PCC PAVEMENT - NEW BLACK HAWK Bid Order No.: 101 Letting Date: May 15, 2012 10:00 A.M. Line 1 Item Number No 1 Item Description Item Quantity and Unit I Unit Price I Bid Amount I I 1 Dollars I Cts 1 Dollars (Cts SECTION 0001 ROADWAY ITEMS 12101-0850001 CLEARING 0010 IAND GRUBBING 1 1ACRE I I 0.0201 100,000.000001 I I 2,000.00 12101-0850002 CLEARING 0020 IAND GRUBBING 1UNIT 74.8001 12.000001 897.60 12102-2710070 EXCAVATION, 1 0030 'CLASS 10, ROADWAY AND 'BORROW ICY 1 7,629.0001 5.500001 41,959.50 12102-2712015 EXCAVATION, 1 0040 'CLASS 12, BOULDERS OR (ROCK FRAGMENTS ICY 300.0001 1 5.000001 1,500.00 12105-8425005 TOPSOIL, 0050 'FURNISH AND SPREAD ICY 3,544.6001 10.000001 35,446.00 12109-8225100 SPECIAL 0060 'COMPACTION OF SUBGRADE 1STA 150.000001 3,171.00 12115-0100000 MODIFIED 0070 'SUBBASE ICY 2,821.0001 1 28.500001 80,398.50 12123-7450000 SHOULDER 0080 'CONSTRUCTION, EARTH TSTA 41.7001 100.000001 4,170.00 12301-1033090 STANDARD OR 1 0090 ISLIP FORM PORTLAND 10EMENT CONCRETE PAVEMENT,1SY (CLASS C, CLASS 3 'DURABILITY, 9 IN. I 10,521.9001 43.250001 455,072.18 12301-6911722 PORTLAND 0100 'CEMENT CONCRETE PAVEMENT (LUMP 'SAMPLES 1LUMP 1,350.00 CONTRACT SCHEDULE OF PRICES Page: 3 ******************************************************************************** Vendor No.: Contract ID No.: Primary Work Type: Primary County: ST597 07-8155-714 PCC PAVEMENT - NEW BLACK HAWK Bid Order No.: 101 Letting Date: May 15, 2012 10:00 A.M. 1 Line 1 Item Number No 1 Item Description Item 1 Unit Price 1 Bid Amount Quantity 1 1 and Unit 1 Dollars 1 Cts 1 Dollars 'Cts 12312-8260061 GRANULAR 0110 'SURFACING ON ROAD, CLASS 1 • 1B CRUSHED STONE (TON 1,020.0001 1 1 16.000001 1 16,320.00 12401-6745354 REMOVAL OF 1 0120 'CONCRETE FOOTINGS, AS 1 'PER PLAN AS PER PLAN EACH 1 1.0001 1 2,000.000001 1 2,000.00 12401-6745910 REMOVAL OF 1 0130 'SIGN 1 1 'EACH 1 6.0001 1 50.000001 1 300.00 12416-0100042 APRONS, 0140 'CONCRETE, 42 IN. DIA. 1 1 1 1EACH 1.0001 1 2,200.000001 1 2,200.00 12435-0130148 MANHOLE, 1 0150 'SANITARY SEWER, SW -301, 1 148 IN. 'EACH 1.0001 1 2,840.000001 1 2,840.00 12435-0130348 MANHOLE, 1 0160 'SANITARY SEWER, SW -303, 148 IN. EACH 5.0001 1 1 2,950.000001 1 14,750.00 0170 1 12435-0140172 'STORM SEWER, IN. MANHOLE, 1 SW -401, 72 1EACH 1 6.0001 1 5,910.000001 1 35,460.00 12435-0140196 0180 'STORM SEWER, MANHOLE, 1 SW -401, 96 1 'IN. 'EACH 1 1.0001 1 1 9,975.000001 1 9,975.00 12435-0250700 INTAKE, 0190 1SW-507 1 1 'EACH 1 1.0001 1 1 2,650.000001 1 2,650.00 12435-0250800 INTAKE, 0200 ISW-508 1 1 1 1EACH 1 2.0001 1 2,650.000001 1 5,300.00 12435-0250810 INTAKE, 0210 ISW-508 MODIFIED 1 1 1 'EACH 1 2.0001 3,050.000001 1 6,100.00 LUNTKAI:i' bL iLLJULi; UC rK1l C i rage: 4 *******************************:Fac*************************************** k******* Vendor No.: ST597 Contract ID No.: 07-8155-714 Primary Work Type: PCC PAVEMENT - NEW Primary County: BLACK HAWK Bid Order No.: 101 Letting Date: May 15, 2012 10:00 A.M. 1 1 Item 1 Unit Price 1 Bid Amount Line I Item Number 1 Quantity I 1 No 1 Item Description 1 and Unit 1 Dollars 1 Cts 1 Dollars (Cts 12435-0251000 INTAKE, 1 1 1 0220 ISW-510 1 5.0001 2,750.000001 13,750.00 1 (EACH I 1 12435-0251010 INTAKE, 1 0230 1SW-510 MODIFIED 1 (EACH 1 2.0001 1 3,100.000001 1 6,200.00 12435-0251110 INTAKE, 1 0240 ISW-511 MODIFIED 1 (EACH 1 2.0001 1 1 2,850.000001 1 5,700.00 12435-0254100 INTAKE, 1 0250 ISW-541 1 (EACH 7.0001 1 2,700.000001 1 18,900.00 12435-0254110 INTAKE, 0260 ISW-541 MODIFIED 1 1 (EACH 5.0001 1 1 2,700.000001 1 13,500.00 12435-0254200 INTAKE 1 I I 0270 (EXTENSION UNIT, SW -542 1 13.0001 900.000001 11,700.00 1 (EACH 1 1 12435-0254500 INTAKE, 1 0280 ISW-545 1 (EACH 1 2.0001 1 3,700.000001 1 7,400.00 12435-0400000 DROP 1 0290 (CONNECTION, SW -307 1 1 (EACH 1 3.0001 1 1 2,640.000001 7,920.00 12435-0600010 MANHOLE 1 0300 (ADJUSTMENT, MINOR 1 (EACH 1 3.0001 1 400.000001 1 1,200.00 12435-0600020 MANHOLE 0310 (ADJUSTMENT, MAJOR 1 1 (EACH 2.0001 1 850.000001 1 1,700.00 12435-0700010 CONNECTION 1 0320 ITO EXISTING MANHOLE 1 1 (EACH 1 2.0001 1 1,250.000001 1 2,500.00 CONTRACT SCHEDULE OF PRICES Page: 5 ******************************************************************************** Vendor No.: ST597 Contract ID No.: 07-8155-714 Primary Work Type: PCC PAVEMENT - NEW Primary County: BLACK HAWK Bid Order No.: 101 Letting Date: May 15, 2012 10:00 A.M. 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 'Cts 12435-0700020 CONNECTION 0330 ITO EXISTING INTAKE 1 EACH 1.0001 1,500.000001 1,500.00 12502-8212034 SUBDRAIN, 1 1 I 0340 (LONGITUDINAL, (SHOULDER) 1 3,147.4001 7.400001 14 IN. DIA. ILF 1 1 23,290.76 12502-8220193 SUBDRAIN 1 1 I 0350 'OUTLET (RF -19C) ' 28.0001 100.000001 I EACH 1 I 2,800.00 12503-0114215 STORM SEWER 1 1 I 0360 'GRAVITY MAIN, TRENCHED, 1 712.0001 33.000001 'REINFORCED CONCRETE PIPE ILF 1 '(RCP), 2000D (CLASS III),1 I 115 IN. 1 1 I 23,496.00 12503-0114227 STORM SEWER 1 1 I 0370 (GRAVITY MAIN, TRENCHED, 1 224.0001 53.000001 'REINFORCED CONCRETE PIPE LF 1 I 1(RCP), 2000D (CLASS III),1 127 IN. 1 1 I 11,872.00 12503-0114236 STORM SEWER 1 1 I 0380 (GRAVITY MAIN, TRENCHED, 1 400.0001 76.000001 'REINFORCED CONCRETE PIPE ILF 1 1 1(RCP), 2000D (CLASS III),( 1 I 136 IN. 1 1 I 30,400.00 12503-0114242 STORM SEWER 1 1 0390 'GRAVITY MAIN, TRENCHED, 1 3,096.0001 94.000001 291,024.00 'REINFORCED CONCRETE PIPE ILF 1 1(RCP), 2000D (CLASS III),( 1 I 142 IN. 1 1 12503-0200036 REMOVE 1 1 I 0400 'STORM SEWER PIPE LESS 1 888.0001 13.000001 'THAN OR EQUAL TO 36 IN. ILF 1 1 I 1 1 1 11,544.00 12504-0110008 SANITARY 0410 'SEWER GRAVITY MAIN, 'TRENCHED, 8 IN. 1 LF I I 166.8001 33.000001 I I 5,504.40 L.u1 XJ -,l-.1 ur rage: b ******************************************************************************** Vendor No.: ST597 Contract ID No.: 07-8155-714 Primary Work Type: PCC PAVEMENT - NEW Primary County: BLACK HAWK Bid Order No.: 101 Letting Date: May 15, 2012 10:00 A.M. 1 1 Item 1 Unit Price 1 Bid Amount Line 1 Item Number 1 Quantity 1 1 No 1 Item Description 1 and Unit 1 Dollars 1 Cts 1 Dollars (Cts 12504-0110012 SANITARY 1 I 0420 'SEWER GRAVITY MAIN, 1 74.0001 45.000001 3,330.00 'TRENCHED, 12 IN. ILF I 1 12504-0116008 SANITARY 0430 'SEWER GRAVITY MAIN, 'TRENCHED, DUCTILE IRON 'PIPE (DIP), 8 IN. ILF 1 1 1 20.0001 100.000001 1 1 1 1 2,000.00 12504-0200606 SANITARY 0440 [SEWER SERVICE STUB WITH 'RISER, DUCTILE IRON, 6 1IN. 1 ILF 1 1 160.0001 155.00000] 1 1 1 1 24,800.00 12504-0240036 REMOVE 1 I I 0450 'SANITARY SEWER PIPE LESS 1 608.0001 14.000001 (THAN OR EQUAL TO 36 IN. ILF 1 1 1 1 1 1 8,512.00 12507-3250005 ENGINEERING 1 1 I 0460 'FABRIC 1 64.000' 5.000001 320.00 1 ISY 1 I 12507-6800061 REVETMENT, 0470 'CLASS E 1 I I I I 44.0001 35.000001 1,540.00 'TON 1 I 12510-6745850 REMOVAL OF 1 1 I 0480 'PAVEMENT 1 7,834.200' 5.000001 39,171.00 1 ISY 1 I 12510-6750600 REMOVAL OF 1 1 I 0490 'INTAKES AND UTILITY 1 18.0001 300.000001 5,400.00 'ACCESSES 'EACH 1 I 12511-0300000 REMOVAL OF 1 1 1 0500 'RECREATIONAL TRAIL 1 706.4001 5.000001 3,532.00 1 ISY 1 I 12511-0302600 1 1 I 0510 'RECREATIONAL TRAIL, 1 725.4001 34.500001 25,026.30 1PORTLAND CEMENT CONCRETE,1SY 1 16 IN. 1 1 1 CONTRACT SCHEDULE OF PRICES Page: 7 ******************************************************************************** Vendor No.: ST597 Contract ID No.: 07-8155-714 Primary Work Type: PCC PAVEMENT - NEW Primary County: BLACK HAWK Bid Order No.: 101 Letting Date: May 15, 2012 10:00 A.M. I I Item 1 Unit Price 1 Bid Amount Line 1 Item Number 1 Quantity 1 No 1 Item Description 1 and Unit I Dollars 1 Cts 1 Dollars (Cts 12511-6745900 REMOVAL OF 1 1 0520 [SIDEWALK 1 238.6001 5.000001 1,193.00 I 1SY 1 12511-7526004 SIDEWALK, P.1 I 1 0530 IC. CONCRETE, 4 IN. 1 691.1001 36.000001 24,879.60 IsY I 1 12511-7526006 SIDEWALK, P.1 I 1 0540 C. CONCRETE, 6 IN. 1 151.5001 38.000001 5,757.00 ISY I I 12511-7528101 DETECTABLE 1 1 I 0550 'WARNINGS 1 494.0001 22.000001 10,868.00 ISF 1 I 12515-2475006 DRIVEWAY, P.I 1 0560 IC. CONCRETE, 6 IN. 1 912.2001 35.200001 32,109.44 ISY 1 I 12515-6745600 REMOVAL OF I 1 I 0570 'PAVED DRIVEWAY 1 662.1001 5.000001 3,310.50 ISY 1 I 12518-6910000 SAFETY 1 1 I 0580 'CLOSURE 1 18.0001 100.000001 1,800.00 'EACH 1 12519-3300600 FENCE, 1 1 I 0590 'SAFETY 1 1,500.0001 3.000001 ILF 1 I 4,500.00 12519-4200020 REMOVAL AND I 1 0600 !REINSTALLATION OF FENCE, I 70.0001 20.000001 'CHAIN LINK ILF 1 I 1,400.00 12524-6765010 REMOVE AND 1 I I 0610 'REINSTALL SIGN AS PER 1 28.0001 150.000001 4,200.00 IPLAN 'EACH I 1 12524-9275100 WOOD POSTS I I 0620 !FOR TYPE A OR B SIGNS, 4 1 161.0001 9.000001 IIN. X 4 IN. ILF 1 1,449.00 L.uivIAAAL1 bunr,1JULr, ur YtC1l.LJ rage: ******************************************************************************** Vendor No.: ST597 Contract ID No.: 07-8155-714 Primary Work Type: PCC PAVEMENT - NEW Primary County: BLACK HAWK Bid Order No.: 101 Letting Date: May 15, 2012 10:00 A.M. 1 1 Item 1 Unit Price 1 Bid Amount Line 1 Item Number 1 Quantity 1 I No 1 Item Description 1 and Unit 1 Dollars 1 Cts 1 Dollars 'Cts 12524-9325001 TYPE A 1 I I 0630 'SIGNS, SHEET ALUMINUM 1 56.8001 19.000001 1,079.20 1 ISF 1 1 12527-9263109 PAINTED 1 1 I 0640 'PAVEMENT MARKING, 1 69.3401 57.500001 3,987.05 'WATERBORNE OR 'STA 1 1 (SOLVENT -BASED 1 1 1 12527-9263137 PAINTED 1 I I 0650 'SYMBOLS AND LEGENDS, 1 22.0001 80.000001 1,760.00 'WATERBORNE OR (EACH 1 1 'SOLVENT -BASED 1 I 12528-844511.0 TRAFFIC 1 1 I 0660 (CONTROL (LUMP (LUMP 1 7,300.00 1 1 1 12528-8445113 FLAGGERS 1 0670 1 1 I 'EACH 5.0001 1 325.000001 1 1,625.00 12533-4980005 1 1 0680 'MOBILIZATION 'LUMP (LUMP 1 25,000.00 1 1 1 I 12549-0006210 SPOT REPAIR 1 0690 'BY PIPE REPLACEMENT, BY 1 'COUNT [EACH 1.0001 500.000001 1 500.00 12549-0006220 SPOT REPAIR 1 I I 0700 IBY PIPE REPLACEMENT, BY 1 16.0001 70.000001 'LINEAR FOOT ILF 1 I 1,120.00 12554-0112006 WATER MAIN, 1 1 I 0710 'TRENCHED, DUCTILE IRON 1 108.000] 39.000001 4,212.00 'PIPE (DIP), 6 IN. ILF 1 1 12554-0112008 WATER MAIN, 1 I I 0720 'TRENCHED, DUCTILE IRON 1 36.0001 50.000001 1,800.00 (PIPE (DIP), 8 IN. ILF 1 1 '2554-0112020 WATER MAIN, 1 1 0730 'TRENCHED, DUCTILE IRON 1 36.0001 150.000001 5,400.00 'PIPE (DIP), 20 IN. 1LF 1 1 CONTRACT SCHEDULE OF PRICES Page: 9 ******************************************************************************** Vendor No.: Contract ID No.: Primary Work Type:. Primary County: ST597 07-8155-714 PCC PAVEMENT - NEW BLACK HAWK Bid Order No.: 101 Letting Date: May 15, 2012 10:00 A.M. 1 Line 1 Item Number No 1 Item Description Item Quantity Unit Price Bid Amount and Unit 1 Dollars 1 Cts 1 Dollars (Cts 12554-0203000 FITTINGS BY 1 0740 'WEIGHT, DUCTILE IRON 1 1 ILB 1 1,788.0001 1 10.000001 1 17,880.00 12554-0210201 FIRE 1 0750 'HYDRANT ASSEMBLY, WM-201 1 I 'EACH 1 3.0001 1 1 5,600.000001 16,800.00 1 12599-9999005 ('EACH' 0760 'ITEM) REMOVE FIRE 1HYDRANT 1 1 1EACH 1 3.0001 1 750.000001 1 2,250.00 12599-9999005 ('EACH' 0770 'ITEM) REMOVE WATER 'VALVE MANHOLES 1 I 1EACH 1 5.0001 1 650.000001 1 3,250.00 12599-9999005 ('EACH' 0780 IITEM) WATER SERVICE 1RECONNECTION, COPPER, 13/4 IN. 1 1 1EACH 1 3.0001 1 1 1,500.000001 1 1 4,500.00 12599-9999009 ('LINEAR 0790 'FEET' ITEM) WATER (SERVICE LINE, COPPER, 13/4 IN. 1LF 1 90.6001 1 1 16.000001 1 1 1,449.60 12601-2633100 MOWING 0800 1 1 12601-2634150 MULCHING, 0810 IWOOD CELLULOSE FIBER 1 1 1 1ACRE 1 1 1ACRE 12601-2636044 SEEDING AND 1 0820 'FERTILIZING (URBAN) 1 'ACRE 12601-2642120 STABILIZING 1 0830 'CROP - SEEDING AND 1 'FERTILIZING (URBAN) 'ACRE 65.000001 1 1 1,500.000001 1 1 1,500.000001 1 350.000001 1 204.10 7,065.00 7,065.00 1,099.00 12602-0000020 SILT FENCE 1 0840 1 1 1 ILF 1,310.0001 1 2.500001 1 3,275.00 I, V LV I.R1-il.l Jl. nMLULZ Vr rn1Lr,J raye: lU ******************************************************************************** Vendor No.: ST597 Contract ID No.: 07-8155-714 Primary Work Type: PCC PAVEMENT - NEW Primary County: BLACK HAWK Bid Order No.: 101 Letting Date: May 15, 2012 10:00 A.M. I 1 Item 1 Unit Price 1 Bid Amount Line 1 Item Number 1 Quantity I I No 1 Item Description 1 and Unit 1 Dollars 1 Cts 1 Dollars 'Cts 12602-0000071 REMOVAL OF 1 I 1 0850 'SILT FENCE OR SILT FENCE 1 1,310.0001 0.600001 'FOR DITCH CHECKS ILF I 1 786.00 12602-0000101 MAINTENANCE 1 I I 0860 IOF SILT FENCE OR SILT 1 500.0001 0.500001 250.00 'FENCE FOR DITCH CHECK 1LF I I I I I I 12602-0000312 PERIMETER 1 I I 0870 IAND SLOPE SEDIMENT 1 3,058.0001 2.95000' 9,021.10 'CONTROL DEVICE, 12 IN. ILF 1 I 'DIA. 1 1 I '2602-0000350 REMOVAL OF 1 1 1 0880 'PERIMETER AND SLOPE 1 3,058.0001 0.600001 1,834.80 'SEDIMENT CONTROL DEVICE 1LF 1 1 I 1 1 I SECTION 0002 MOBILIZATION FOR EROSION CONTROL FOR THE CONTRACT 12602-0010010 1 1 I 0890 'MOBILIZATIONS, EROSION 1 1.000' 500.000001 (CONTROL 'EACH 1 I 500.00 12602-0010020 1 1 I 0900 'MOBILIZATIONS, EMERGENCY 1 1.0001 1,000.000001 'EROSION CONTROL 'EACH 1 1 1,000.00 'TOTAL BID 1 1,552,871.63 Addendum Iowa Department of Transportation Date of Letting: May 15, 2012 Office of Contracts Date of Addendum: May 10, 2012 B.O. Proposal ID Proposal Work Type County Project Number Addendum 101 07-8155-714 PCC Pavement - New Black Hawk STP -U-8155(714)--70-07 15may101.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 change to the Plans: Add the following attached tabulations: Tab. 104-9 LONGITUDINAL SUBDRAIN SHOULDER AND BACKSLOPE Tab. 110-17 REMOVAL OF INTAKES AND UTILITY ACCESSES Tab. 110-18 REMOVAL OF STORM SEWER PIPE Page 1 of 4 o 7 aag 104-9 04-17-12 LONGITUDINAL SUBDRAIN SHOULDER AND BACKSLOPE ()Refer to RL -13, EW -203, or EW -204. Refer to Soils Sheets * Not a hid item' Remarks f I C 1 i 1 1 ,h OQ Jr c N O ea V N ea V N CD N m C.4,4 N m m m I N N N N CO CO CD m CMS,. OJ m N CD N NSN N 0i m m m N 0] N N m CD N m N CD N 0i N N m CD N3NIN m {{, m m i N m � • i CO an �--1 —,T 7le -1 +i i L 1 V O CI. I2 m em"I 1 t'S 6'tt H1 N n eel a0 e00�-1 O� e�-i H cm -1 CO u1 Lel ^ a0 el el u'1 �1 N me e�-1 l m un 7t el Standard Road Plan and Type 'v CM 'el I R' RF -19C RF -19C RF -19C RF -19C _RF -19C _ RFRF-19C_ RF -19C RF -19C �' V V 74 Ol N er 1 1 LL C c' V V T 01 H e --I I LL 1.L OC CC V V V 01 04 m N c1 N I 1 1 LL 1., LL 2 O.^ C V V u m 4 4 N' N rr 1 1 1 LL C K C V V V, T 4 CT N e-1 N 1 1 1 LL I.1 11 G' C K V 1�,J,J :1 01 N eti 1 1 LL LL K 2 m� -BC -19C RF -19C v 0\ c -i LL, CO N drain Oi RF -19E, y 41 H H44414vv 'm m mm co m ' m m m m m m CO T44vv4v4.4vvvvv414era CD CD m m m m m mI® m m L I CDfm 7{vvv t CO m Station 12+49.0 14+32.0 14+32.0 16+50.0 17+44.0 18+14.0 18+14_0 19+35.0 19+35.0_1 22+88.0 22+88.0 1 m 00 CM -I- +1 'ef N 12+55.0 14+50.0,, 17+43.0 TT 18+10.0_ 18+10.0 19+33.0 19+33.0 22+98.0 22+98.0 424+02.1 �_ 424+01,3 �LL 24+14.9 1� l+'f a0 N 1 I L { 1 2 L9C) !ridge 8 y d H � I i i 1 1 —T N +r Z H t I I I I i i 11 Subdrai kslope L - I N 1 { _— I -_4 U, 11 1 Lon wider 1= pp C J g— aLN m T N m Ine N i 1 CD m N epi m c1 10 el m T O1 T m m V1 N m Om kn le4 T N N N m m n T m t0 r7 T-4er m tI'1 m m T N m {� l0 d' t0 MI _6 m {COzIvvI v cr �CD;m CD m. m v m m v CO v m vct 1CD m m v ,. m v m a Nj N m N m N m N m N m el m m m m m N m N Q C1 1 ad CC CC CC J _ J JP J Location Station to Station CD e -r and CD, V1e1 eri i a m cl m V1 T 01 ,4 m 00 OO N N m m 01 N 0i CD un V er 00 N 10 r•i m m m T N T 4. m CM er e -I m m 01 N NC4N el N m4. '7 m 7 er V 10 N CMT m,Cfl { N 1 erc-I m CD el ® 00 el m + 0i I CD m a ti eel N m pm}� a -i CD 0 el I1� T N m em+1 N C CI S! { C O C S C S C 8 C S C S e4OD C C S S C 8 C 8 C S t C 8 y N jT 1 1 d' In '0 n CO 01 m el elN el a -r T erg 6( er ! Page 3 of 4 110-17 12-13-11 REMOVAL OF INTAKES AND UTILITY ACCESSES #REF! Location Description Disposal Station 1 Side 10+86.9 ? LT Intake By Contractor 11+20.3 i LT Intake By Contractor__ 10+82.3 RT � Intake By Contractor 13+22.5 I LT Manhole By Contractor 13+22.4. RT _ _Intake_ _ By Contractor_ ___ 13+55.3 ; LT Intake By Contractor 13+56.12 'LT Manhole By Contractor 16+56.49 s LT Manhole By Contractor 16+39.7 j LT Intake By Contractor 17+21.2 LT Intake By Contractor 0.6 `: 17+7 LT Manhole By ontractor __+ 17+03.7 1 LT Manhole_By Contractor 23+13.8 1 LT Intake y Contractor 26+90.0 ! LT Intake By Contractor 27+12.0 RT ManholeBy Contractor Intakes: 9 Utility Accesses: . 6 Total: • 15 Page 3 of 4 110-18 12-13-11 REMOVAL OF STORM SEWER PIPE Refer to Tabulation 104-5B * Not a Bid Item Location Pipe Pipe <= Pipe > Diameter 36 In 36 In Disposal Station to Station In Ft Ft 11+20.3 I 10+86.9 15 32 By Contractor 10+86.9 I 10+82.3 15 r 52 By Contractor_. 10±82.3 ; 12+52.7 18 .168 Contractor 12+52.7 ; 13+22.5 18 _.By 67 B 13+22.4 ; 13+22.5 Unknown _Contractor 8 .. By Contractor 13+55.3 1 13+56.1 Unknown 20 :_By Contractor 13+22.5 13+56.1_ 18__ 31 TBy Contractor _ __ 13+56.1 16+56.5 18 300 By Contractor 16+39.7 ! 16+56.5 15 35 By_Contractor 17+21.2 17+87.6 Unknown __ _. 14 By Contractor 17+07.6 17+03.7 15 25..... By Contractor 17+03.7 I 17+03.5 30 50 By Contractor 23+13.8 '26+90.0 12 44 By Contractor __._ . _ _ _ _ 26+90.0 27+12.0 12 42 By Contractor r ____Removal of Storm Sewer <= 36 IN: 888 Page 4 of 4 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS Page I. General 1 U. Nondiscrimination 1 III. Nonsegregated Facilities 3 IV. Payment of Predetermined Minimum Wage 3 V. Statements and Payrolls 5 VI. Record of Materials, Supplies, and Labor 5 VII. Subletting or Assigning the Contract 5 VIII. Safety: Accident Prevention 6 IX. False Statements Concerning Highway Projects 6 X. Implementation of Clean Air Act and Federal Water Pollution Control Act 6 Xl. Certirfcation Regarding Debarment, Suspension, Ineligibility, and Voluntary Exclusion 6 XII. Certification Regarding Use of Contract Funds for Lobbying 8 ATTACHMENTS A. Employment Preference for Appalachian Contracts (included in Appalachian contracts only) 1. GENERAL 1. These contract provisions shall apply to all work performed on the contract by the contractor's own organization and with the assistance of workers under the contractor's immediate superinten- dence and to all work performed on the contract by piecework, station work, or by subcontract 2. Except as otherwise provided for in each section, the contractor shall insert in each subcontract all of the stipulations contained in these Required Contract Provisions, and further require their inclusion in any lower tier subcontract or purchase order that may in tum be made. The Required Contract Provisions shall not be incorporated by reference in any case. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with these Required Contract Provisions. 3. A breach of any ofthe stipulations contained in these Required Contract Provisions shall be sufficient grounds for termination ofthe contract. 4. A breach of the following clauses of the Required Contract Provisions may also be grounds for debarment as provided in 29 CFR 5.12: Section I, paragraph 2; Section IV, paragraphs 1, 2, 3, 4, and 7; Section V, paragraphs 1 and 2a through 2g. 5. Disputes arising out of the labor standards provisions of Section IV (except paragraph 5) and Section V of these Required Contract Provisions shall not be subject to the general disputes clause of this contract Such disputes shall be resolved in accordance with the procedures ofthe U.S. Department of Labor (DOL) as set forth in 29 CFR 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the DOL, or the contractor's employees or their representatives. 6. Selection of Labor. During the performance of this contract, the contractor shall not: a. discriminate against labor from any other State, possession, orterritory ofthe United States (except for employment preference for Appalachian contracts, when applicable, as specified in Attachment A), or b. employ convict labor for any purpose within the limits ofthe project unless it Is labor performed by convicts who are on parole, supervised release, or probation. 1I. NONDISCRIMINATION (Applicable to all Federal -aid construction contracts and to all Form FHWA-1273 (Rev. 3-94) related subcontracts of $10,000 or more.) 1. Equal Employment Opportunity: Equal employment opportu- nity (EEO) requirements not to discriminate and to take affirmative action to assure equal opportunity as set forth under laws, executive orders, rules, regulations (28 CFR 35, 29 CFR 1630 and 41 CFR 60) and orders of the Secretary of Labor as modified by the provisions prescribed herein, and imposed pursuant to 23 U.S.C. 140 shall constitute the EEO and specific affirmative action standards for the contractor's project activities under this contrail. The Equal Opportu- nity Construction Contract Specifications set forth under 41 CFR 60- 4.3 and the provisions of the American Disabilities Act of 1990 (42 U.S.C. 12101 et 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 State highway agency (SHA) and the Federal Govemment in carrying out EEO obligations and in their review of his/her activities under the contract. b. The contractor will accept as his operating policy the following statement "It is the policy of this Company to assure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, sex, color, national origin, age or disability. Such action shall include: employment, upgrading, demotion, or transfer, recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprentice- ship, preapprenticeship, and/or on-the-job training." 2. EEO Officer. The contractor will designate and make known to the SI -IA contracting officers an EEO Officer who will have the responsibihiityfor and must be capable of effectively administering and promoting an active contractor program of EEO and who must be assigned adequate authority and responsibility to do so. 3. Dissemination of Policy: All members ofthe 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 responsibili- ties to provide EEO in each grade and dassification 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 minority group employees. d. Notices and posters setting forth the contractor's EEO policy will be placed in areas readily accessible to employees, applicants for employment and potential employees. e. The contractor's EEO policy and the procedures to imple- ment such policy will be brought to the attention of employees by means of meetings, employee handbooks, or other appropriate means. 4. Recruitment When advertising for employees, the contractor will include in all advertisements for employees the notation: "An Equal Opportunity Employer." All such advertisements will be placed Page 1 in publications having a large circulation among minority groups in the area from which the project work force would normally be derived. a. The contractor will, unless precluded by a valid bargaining agreement, conduct systematic and direct recruitment through public and private employee referral sources likely to yield qualified minority group applicants. To meet this requirement, the contractor will identify sources of potential minority group employees, and establish with such identified sources procedures whereby minority group applicants may be referred to the contractorfor employment consider- ation. b. In the event the contractor has a valid bargaining agreement providing for exclusive hiring hall referrals, he is expected to observe the provisions of that agreement to the extent that the system permits the contractor's compliance with EEO contract provisions. (The DOL has held that where implementation of such agreements have the effect of discriminating against minorities or women, or obligates the contractor to do the same, such implementation violates Executive Order 11246, as amended.) c. The contractorwill encourage his present employees to refer minority group applicants for employment. Information and proce- dures with regard to referring minority group applicants will be discussed with employees. 5. Personnel Actions: Wages, working conditions, and employee benefits shall be established and administered, and personnel actions of every type, including hiring, upgrading, promotion, transfer, demotion, layoff, and termination, shall be taken without regard to race, color, religion, sex, national origin, age or disability. The following procedures shall be followed: a. The contractor will conduct periodic inspections of project sites to insure that working conditions and employee facilities do not indicate discriminatory treatment of project site personnel. b. The contractor will periodically evaluate the spread of wages paid within each classification to determine any evidence of discrimi- natory wage practices. c. The contractor will periodically review selected personnel actions in depth to determine whether there is evidence of discrimina- tion. Where evidence is found, the contractor will promptly take corrective action. lithe review indicatesthat the discnmination may extend beyond the actions reviewed, such corrective action shall include all affected persons. d. The contractor will promptly investigate all complaints of alleged discrimination made to the contractor in connection with his obligations under this contract, will attempt to resolve such com- plaints, and will take appropriate corrective action within a reasonable time. If the investigation indicates that the discrimination may affect persons other than the complainant, such corrective action shall include such other persons. Upon completion of each investigation, the contractor will inform every complainant of all of his avenues of appeal. 6. Training and Promotion: a. The contractor will assist in locating, qualifying, and increasing the skills of minority group and women employees, and applicants for employment. b. Consistent with the contractor's work force requirements and as permissible under Federal and State regulations, the contractor shall make full use of training programs, i.e., apprenticeship, and on-the-job training programs for the geographical area of contract performance. Where feasible, 25 percent of apprentices or trainees in each occupation shall be in their first year of apprenticeship or training. In the event a special provision fortraining is provided under this contract, this subparagraph will be superseded as indicated in the special provision. c. The contractor will advise employees and applicants for employment of available training programs and entrance require- ments for each. d. The contractor will periodically review the training and promotion potential of minority group and women employees and will encourage eligible employees to apply for such training and promo- tion. 7. Unions: If the contractor relies in whole or in part upon unions as a source of employees, the contractor will use his/her best efforts to obtain the cooperation of such unions to increase opportunities for Page 2 minority groups and women within the unions, and to effect referrals by such unions of minority and female employees. Actions by the contractor either directly or through a contractor's association acting as agent will include the procedures set forth below: a. The contractor will use best efforts to develop, in coopera- tion with the unions, joint training programs aimed toward qualifying more minority group members and women for membership in the unions and increasing the skills of minority group employees and women so that they may qualify for higher paying employment. b. The contractor will use best efforts to incorporate an EEO clause into each union agreement to the end that such union will be contractually bound to refer applicants without regard to their race, color, religion, sex, national origin, age or disability. c. The contractor is to obtain information as to the referral practices and policies of the labor union except that to the extent such information is within the exclusive possession of the labor union and such labor union refuses to furnish such information to the contractor, the contractor shall so certify to the SHA and shall set forth what efforts have been made to obtain such information. d. In the event the union is unable to provide the contractor with a reasonable flow of minority and women referrals within the time limit set forth in the collective bargaining agreement, the contractor will, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex, national origin, age or disability; making full efforts to obtain qualified and/or qualifiable minority group persons and women. (The DOL has held that it shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority employees.) In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246, as amended, and these special provisions, such contractor shall immediately notify the SHA 8. Selection of Subcontractors, Procurement of Materials and Leasing of Equipment The contractor shall not discriminate on the grounds of race, color, religion, sex, national origin, age or disability in the selection and retention of subcontractors, including procure- ment of materials and leases of equipment a. The contractor shall notify all potential subcontractors and suppliers of his/her EEO obligations under this contract. b. Disadvantaged business enterprises (DBE), as defined in 49 CFR 23, shall have equal opportunity to compete for and perform subcontracts which the contractor enters into pursuant to this contract. The contractor will use his best efforts to solicit bids from and to utilize DBE subcontractors or subcontractors with meaningful minority group and female representation among their employees. Contractors shall obtain lists of DBE construction firms from SHA personnel. c. The contractor will use his best efforts to ensure subcontrac- tor compliance with their EEO obligations. 9. Records and Reports: The contractor shall keep such records as necessary to document compliance with the EEO requirements. Such records shall be retained for a period of three years following completion of the contract work and shall be available at reasonable times and places for Inspection by authorized representatives of the SHA and the FHWA. a. The records kept by the contractor shall document the following: (1) The number of minority and non -minority group members and women employed in each work classification on the project (2) The progress and efforts being made in cooperation with unions, when applicable, to increase employment opportunities for minorities and women; (3) The progress and efforts being made in locating, hiring, training, qualifying, and upgrading minority and female employees; and (4) The progress and efforts being made in securing the services of DBE subcontractors or subcontractors with meaningful minority and female representation among their employees. b. The contractors will submit an annual report to the SHA Form FHWA-1273 (Rev. 3-94) each July for the duration of the project, indicating the number of minority, women, and non -minority group employees currently engaged in each work classification required by the contract work. This information is to be reported on Form FHWA-1391. If on -the job training is being required by special provision, the contractor will be required to collect and report training data. I11. NONSEGREGATED FACIUTIES (Applicable to all Federal -aid construction contracts and to all related subcontracts of $10,000 or more.) a. By submission of this bid, the execution of this contract or subcontract, or the consummation of this material supply agreement or purchase order, as appropriate, the bidder, Federal -aid construc-• tion contractor, subcontractor, material supplier, or vendor, as appropriate, certifies that the firm does not maintain or provide for its employees any segregated facilities at any of its establishments, and that the firm does not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. The firm agrees that a breach of this certification is a violation of the EEO provisions of this contract. The firm further certifies that no employee will be denied access to adequate facilities on the basis of sex or disability. b. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, timeclocks, locker rooms, and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing faaTrties provided for employees which are segregated by explicit directive, or are, in fact, segregated on the basis of race, color, religion, national origin, age or disability, because of habit, local custom, or otherwise. The only exception will be for the disabled when the demands for accessibility override (e.g. disabled parking). c. The contractor agrees that it has obtained or will obtain identical certification from proposed subcontractors or material suppliers prior to award of subcontracts or consummation of material supply agreements of $10,000 or more and that It will retain such certifications in its files. IV. PAYMENT OF PREDETERMINED MINIMUM WAGE (Applicable to all Federal -aid construction contracts exceeding $2,000 and to all related subcontracts, except for projects located on roadways classified as local roads or rural minor collectors, which are exempt.) 1. General: a. All mechanics and laborers employed orworking upon the site of the work will be paid unconditionally and not less often than once a week and without subsequent deduction or rebate on any account [except such payroll deductions as are permitted by regulations (29 CFR 3) issued by the Secretary of Labor under the Copeland Act (40 U.S.C. 276c)] the full amounts of wages and bona fide fringe benefits (or cash equivalents thereof) due at lime of payment The payment shall be computed at wage rates not less than those contained in the wage determination of the Secretary of Labor (hereinafter"the wage determination") which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor or its subcon- tractors and such laborers and mechanics. The wage determination (including any additional classifications and wage rates conformed under paragraph 2 of this Section IV and the DOL poster (WH -1321) or Form FHWA-1495) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. For the purpose of this Section, contributions made or costs reasonably anticipated for bona fide fringe benefits under Section 1(b)(2) of the Davis -Bacon Act (40 U.S.C. 276a) on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of Section IV, paragraph 3b, hereof. Also, for the purpose of this Section, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs, which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in paragraphs 4 and 5 of this Section IV. Form FHWA-1273 (Rev. 3-94) b. Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein, provided, that the employer's payroll records accurately set forth the time spent in each classification in which work is performed. c. All rulings and interpretations of the Davis -Bacon Act and related acts contained in 29 CFR 1, 3, and 5 are herein incorporated by reference in this contract. 2. Classification: a. The SHA contracting officer shall require that any class of laborers or mechanics employed under the contract, which is not listed in the wage determination, shall be classified in conformance with the wage determination. b. The contracting officer shall approve an additional classifica- tion, wage rate and fringe benefits only when the following criteria have been met (1) the work to be performed by the additional classifica- tion requested is not performed by a classification in the wage determination; (2) the additional classification is utilized in the area by the construction industry; (3) the proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination; and (4) with respect to helpers, when such a classification prevails in the area in which the work is performed. c. If the contractor or subcontractors, as appropriate, the laborers and mechanics (if known) to be employed in the additional classification or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the DOL, Administrator of the Wage and Hour Division, Employment Standards Administration, Washington, D.C. 20210. The Wage and Hour Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contract- ing ontracting officer within the 30 -day period that additional time is necessary. d. In the event the contractor or subcontractors, as appropri- ate, the laborers or mechanics to be employed in the additional classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, • to the Wage and Hour Administrator for determination. Said Administrator, oran authorized representative, will issue a determina- tion within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30 -day period that additional time is necessary e. The wage rate (including fringe benefits where appropriate) determined pursuant to paragraph 2c or 2d of this Section IV shall be paid to all workers performing work in the additional classification from the first day on which work is performed in the classification. 3. Payment of Fringe Benefits: a. Wheneverthe minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor or subcontractors, as appropriate, shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly case equtvalent thereof. b. If the contractor or subcontractor, as appropriate, does not make payments to a trustee or other third person, he/she may consider as a part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, provided, that the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis -Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets forthe meeting of obligations underthe plan or program. Page 3 4. Apprentices and Trainees (Programs of the U.S. DOL) and Helpers: a. Apprentices: (1) Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the DOL, Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State apprenticeship agency recognized by the Bureau, or if a person is employed in his/her first 90 days of probationary employ- ment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State apprenticeship agency (where appropriate) to be eligible for probationary employ- ment as an apprentice. (2) The allowable ratio of apprentices to joumeyman-level employees on the job site in any craft classification shall not be greaterthan the ratio permitted to the contractor as to the entire work force under the registered program. Any employee listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate listed in the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor or subcontractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the joumeyman-level hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. (3) Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the joumeyman-level hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator for the Wage and Hour Division determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. (4) In the eventthe Bureau ofApprenticeship and Training, or a State apprenticeship agency recognized by the Bureau, with- draws approval of an apprenticeship program, the contractor or subcontractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the comparable work performed by regular employees until an acceptable program is approved. b. Trainees: (1) Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the DOL, Employment and Training Administration. (2) The ratio of trainees to joumeyman-level employees on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. (3) Every trainee must be paid at not less than the rate specified in the approved program for his/her level of progress, expressed as a percentage of the joumeyman-level hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Page 4 Division determines that there is an apprenticeship program associ- ated with the corresponding joumeyman-level wage rate on the wage determination which provides for less than full fringe benefits for apprentices, in which case such trainees shall receive the same fringe benefits as apprentices. (4) In the event the Employment and Training Administra- tion withdraws approval of a training program, the contractor or subcontractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. c. Helpers: Helpers will be permitted to work on a project if the helper classification is specified and defined on the applicable wage determination oris approved pursuant to the conformance procedure set forth in Section IV2. Any worker listed on a payroll at a helper wage rate, who is not a helper under a approved definition, shall be paid not less than the applicable wage rate on the wage determina- tion for the classification of work actually performed. 5. Apprentices and Trainees (Programs of the U.S. DOT): Apprentices and trainees working under apprenticeship and skill training programs which have been certified by the Secretary of Transportation as promoting EEO in connection with Federal -aid highway construction programs are not subject to the requirements of paragraph 4 of this Section IV. The straight time hourly wage rates for apprentices and trainees undersuch programs will be established by the particular programs. The ratio of apprentices and trainees to joumeyrnen shall not be greater than permitted by the terms of the particular program. 6. Withholding: The SHA shall upon its own action or upon written request of an authorized representative of the DOL withhold, or cause to be withheld, from the contractor or subcontractor under this contract or any other Federal contract with the same prime contractor, or any other Federally -assisted contract subject to Davis -Bacon prevailing wage requirements which is held by the same prime contractor, as much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontrac- tor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the wages required by the contract, the SHA contracting officer may, after written notice to the contractor, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. 7. Overtime Requirements: No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers, mechanics, watchmen, or guards (including apprentices, trainees, and helpers described in paragraphs 4 and 5 above) shall require or permit any laborer, mechanic, watchman, or guard in any workweek in which he/she is employed on such work, to work in excess of40 hours in such workweek unless such laborer, mechanic, watchman, or guard receives compensation at a rate not less than one -and -one-half times his/her basic rate of pay for all hours worked in excess of 40 hours in such workweek. 8. Violation: Liability for Unpaid Wages; Liquidated Damages: In the event of any violation of the clause set forth in paragraph 7 above, the contractor and any subcontractor responsible thereof shall be liable to the affected employee for his/her unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory) for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer, mechanic, watchman, or guard employed in violation of the clause set forth in paragraph 7, in the sum of $10 for each calendar day on which such employee was required or permit- ted to work in excess of the standard work week of 40 hours without payment of the overtime wages required by the clause set forth in paragraph 7. 9. Withholding for Unpaid Wages and Liquidated Damages: Form FHWA 1273 (Rev. 3-94) The SHA shall upon its own action or upon written request of any authorized representative of the DOL withhold, or cause to be withheld, from any monies payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other Federally -assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph 8 above. V. STATEMENTS AND PAYROLLS (Applicable to all Federal -aid construction contracts exceeding $2,000 and to all related subcontracts, except for projects located on roadways classified as local roads or rural collectors, which are exempt.) 1. Compliance with Copeland Regulations (29 CFR 3): The contractor shall comply with the Copeland Regulations of the Secretary of Labor which are herein incorporated by reference. 2. Payrolls and Payroll Records: a. Payrolls and basic records relating thereto shall be maintained by the contractor and each subcontractor during the course of the work and preserved for a period of 3 years from the date of completion of the contract for all laborers, mechanics, apprentices, trainees, watchmen, helpers, and guards working at the site of the work. b. The payroll records shall contain the name, social security number, and address of each such employee; his or her correct classification; hourly rates of wages paid (including rates of contribu- tions or costs anticipated for bona fide fringe benefits or cash equivalent thereof the types described in Section 1(b)(2)(B) of the Davis Bacon Act); daily and weekly number of hours worked; deductions made; and actual wages paid. In addition, for Appala- chian contracts, the payroll records shall contain a notation indicating Whether the employee does, or does not, normally reside in the labor area as defined in Attachment A, paragraph 1. Whenever the Secretary of Labor, pursuant to Section IV, paragraph 3b, has found that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in Section 1(b)(2)(B) of the Davis Bacon Act, the contractor and each subcontractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, that the plan or program has been communicated in writing to the laborers or mechanics affected, and show the cost anticipated or the actual cost incurred in providing benefits. Contractors or subcontractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprentices and trainees, and ratios and wage rates prescribed in the applicable programs. c. Each contractor and subcontractor shall fumish, each week in which any contract work is performed, to the SHA resident engineer a payroll of wages paid each of its employees (including apprentices, trainees, and helpers, described in Section IV, para- graphs 4 and 5, and watchmen and guards engaged on work during the preceding weekly payroll period). The payroll submitted shall set out accurately and completely all of the information required to be maintained under paragraph 2b of this Section V. This information may be submitted in any form desired. Optional Form WH -347 is available for this purpose and may be purchased from the Superin- tendent of Documents (Federal stock number 029-005-0014-1), U.S. Govemment Printing Office, Washington, D.C. 20402. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. d. Each payroll submitted shall be accompanied by a "State- ment of Compliance," signed by the contractor or subcontractor or his/her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (1) that the payroll for the payroll period contains the information required to be maintained under paragraph 2b of this Section V and that such information is correct and complete; (2) that such laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made Form FHWA-1273 (Rev. 3-94) either directly or indirectly from the full wages eamed, other than permissible deductions as set forth in the Regulations, 29 CFR 3; (3) that each laborer or mechanic has been paid not less that the applicable wage rate and fringe benefits or cash equivalent for the classification of worked performed, as specified in the applicable wage determination incorporated into the contract. e. The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH -347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph 2d of this Section V. f. The falsification of any of the above certifications may subject the contractor to civil or criminal prosecution under 18 U.S.C. 1001 and 31 U.S.C. 231. g. The contractor or subcontractor shall make the records required under paragraph 2b of this Section V available for inspec- tion, copying, or transcription by authorized representatives of the SHA, the FHWA, or the DOL, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the SHA, the FHWA, the DOL, or all may, after written notice to the contractor, sponsor, applicant, or owner, take such actions as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. VI. RECORD OF MATERIALS, SUPPLIES, AND LABOR 1. On all Federal -aid contracts on the National Highway System, except those which provide solely for the installation of protective devices at railroad grade crossings, those which are constructed on a force accountordirectlaborbasis, highway beautification contracts, and contracts for which the total final construction cost for roadway and bridge is less than $1,000,000 (23 CFR 635) the contractor shall: a. Become familiar with the list of specific materials and supplies contained in Form FHWA-47, "Statement of Materials and Labor Used by Contractor of Highway Construction Involving Federal Funds," prior to the commencement of work under this contract. b. Maintain a record of the total cost of all materials and supplies purchased for and incorporated in the work, and also of the quantities of those specific materials and supplies listed on Form FHWA-47, and in the units shown on Form FHWA-47. c. Fumish, upon the completion of the contract, to the SHA resident engineer on Form FHWA-47 together with the data required in paragraph 1b relative to materials and supplies, a final labor summary of all contract work indicating the total hours worked and the total amount eamed. 2. At the prime contractor's option, either a single report covering all contract work or separate reports for the contractor and for each subcontract shall be submitted. VII. SUBLETTING OR ASSIGNING THE CONTRACT 1. The contractor shall perform with its own organization contract work amounting to not less than 30 percent (or a greater percentage if specified elsewhere in the contract) of the total original contract price, excluding any specialty items designated by the State. Specialty items may be performed by subcontract and the amount of any such specialty items performed may be deducted from the total original contract price before computing the amount of work required to be performed by the contractors own organization (23 CFR 635). a. "Its own organization" shall be construed to include only workers employed and paid directly by the prime contractor and equipment owned or rented by the prime contractor, with or without operators. Such term does not include employees or equipment of Page 5 a subcontractor, assignee, or agent of the prime contractor. b. "Specialty Items" shall be construed to be limited to work that requires highly specialized knowledge, abilities, or equipment not ordinarily available in the type of contracting organizations qualified and expected to bid on the contract as a whole and in general are to be limited to minor components of the overall contract. 2. The contract amount upon which the requirements set forth in paragraph 1 of Section VII is computed includes the cost of material and manufactured products which are to be purchased or produced by the contractor under the contract provisions. 3. The contractor shall fumish (a) a competent superintendent or supervisor who is employed by the firm, has full authority to direct performance of the work in accordance with the contract require- ments, and is in charge of all construction operations (regardless of who performs the work) and (b) such other of its own organizational resources (supervision, management, and engineering services) as the SHA contracting officer determines is necessary to assure the performance of the contract 4. No portion of the contract shall be sublet, assigned or otherwise disposed of except with the written consent of the SHA contracting officer, or authorized representative, and such consent when given shall not be construed to relieve the contractor of any responsibility for the fulfillment of the contract. Written consent will be given only after the SHA has assured that each subcontract is evidenced in writing and that it contains all pertinent provisions and requirements of the prime contract. VIII. SAFETY: ACCIDENT PREVENTION 1. In the performance of this contract the contractor shall comply with all applicable Federal, State, and local laws governing safety, health, and sanitation (23 CFR 635). The contractor shall provide all safeguards, safety devices and protective equipment and take any other needed actions as it determines, or as the SHA 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 surround- ings or under conditions which are unsanitary, hazardous or danger- ous to his/her health or safety, as determined under construction safety and health standards (29 CFR 1926) promulgated by the Secretary of Labor, in accordance with Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 333). 3. Pursuant to 29 CFR 1926.3, it is a condition of this contract that the Secretary of Labor or authorized representative thereof, shall have right of entry to any site of contract performance to inspect or investigate the matter of compliance with the construction safety and health standards and to carry out the duties of the Secretary under Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 333). IX. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS In order to assure high quality and durable construction in confor- mity with approved plans and specifications and a high degree of reliability on statements and representations made by engineers, contractors, suppliers, and workers on Federal -aid highway projects, it is essential that all persons concerned with the project perform their functions as carefully, thoroughly, and honestly as possible. Willful falsification, distortion, or misrepresentation with respect to any fads related to the project is a violation of Federal law. To prevent any misunderstanding regarding the seriousness of these and similar acts, the following notice shall be posted on each Federal -aid highway project (23 CFR 635) in one or more places where it is readily available to all persons concerned with the project NOTICE TO ALL PERSONNEL ENGAGED ON FEDERAL AID HIGHWAY PROJECTS 18 U.S.C. 1020 reads as follows: "Whoever, being an officer, agent; or employee of the United States, or of any State or Territory, or whoever, whether a person, association, firm, or corporation, knowingly makes any false state- ment; false representation, or false report as to the character, quality, Page 6 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 representa- tion, false report or false claim with respect to the character, quality, quantity, or cost of any work performed or to be performed, or materials furnished or to be furnished, in connection with the construction of any highway or related project approved by the Secretary of Transportation; or Whoever knowingly makes any false statement or false representa- tion 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 supple- mented; Shall be fined not more that $10,000 or imprisoned not more than 5 years or both." X. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT (Applicable to all Federal -aid construction contracts and to all related subcontracts of $100,000 or more.) By submission of this bid or the execution of this contract, or subcontract, as appropriate, the bidder, Federal -aid construction contractor, or subcontractor, as appropriate, will be deemed to have stipulated as follows: 1. That anyfacility that is or will be utilized in the performance of this contract, unless such contract is exempt under the Clean Air Act, as amended (42 U.S.C. 1857 et seq., as amended by Pub.L. 91-604), and under the Federal Water Pollution Control Act, as amended (33 U.S.C. 1251 et seq., as amended by Pub.L. 92-500), Executive Order 11738, and regulations in implementation thereof (40 CFR 15) is not listed, on the date of contract award, on the U.S. Environmental Protection Agency (EPA) List of Violating Facilities pursuant to 40 CFR 1520. 2. That the firm agrees to comply and remain in compliance with alt the requirements of Section 114 of the Clean Air Act and Section 308 of the Federal Water Pollution Control Act and all regulations and guidelines listed thereunder. 3. That the firm shall promptly notify the SHA of the receipt of any communication from the Director, Office of Federal Activities, EPA, indicating that a facility that is or will be utilized for the contract is under consideration to be listed on the EPA List of Violating Facilities. 4. That the firm agrees to include or cause to be included the requirements of paragraph 1 through 4 of this Section X in every nonexempt subcontract, and further agrees to take such action as the govemment may direct as a means of enforcing such requirements. XI. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION 1. Instructions for Certification - Primary Covered Transac- tions: (Applicable to all Federal -aid contracts - 49 CFR 29) a. By signing and submitting this proposal, the prospective primary participant is providing the certification set out below. b. The inability of a person to provide the certification set out below will not necessarily result in denial of participation in this covered transaction. The prospective participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction. However, failure of the prospective primary participant to fumish a certification or an explanation shall disqualify such a person from participation in this transaction. c. The certification in this clause is a material representation of fact upon which reliance was placed when the department or agency determined to enter Into this transaction. If it is later deter- mined that the prospective primary participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Govemment, the department or agency may terminate this Form FHWA 1273 (Rev. 3-94) transaction for cause of default d. The prospective primary participant shall provide immediate written notice to the department or agency to whom this proposal is submitted if any time the prospective primary participant Teams that its .certification was erroneous when submitted or has become erroneous by reason of changed circumstances. e. The terms "covered transaction" "debarred," "suspended," "ineligible," lower tier covered transaction," "participant," "person" "primary covered transaction," "principal," "proposal," and "voluntarily excluded," as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 1254$. You may contact the department or agency to which this proposal is submitted for assistance in obtaining a copy of those regulations. f. The prospective primary participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transac- tion with a person who is debarred, suspended, declared ineligible, or voluntanly excluded from participation in this covered transaction, unless authorized by the department or agency entering into this transaction. g. The prospective primary participant further agrees by submitting this proposal that it will include the clause titled "Certifica- tion Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion -Lower Tier Covered Transaction," provided by the department or agency entering into this covered transaction, without modification, in all lower tier covered transactions and in all solicita- tions for lower tier covered transactions. h. A participant in a covered transaction may rely upon a certification of a. prospective partidpant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntanly excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but Is not required to, check the nonprocurement portion of the "Lists of Parties Excluded From Federal Procurement or Nonprocurement Programs" (Nonprocurement List) which is compiled by the General Services Administration. I Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. j. Except for transactions authorized under paragraph f of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Govemment, the department or agency may terminate this transaction for cause or default. Form FHWA-1273 (Rev. 3-94) Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion—Primary Covered Transactions 1. The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals: a. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; b. Have not within a 3 -year period preceding this proposal been convicted of or had a civil judgement rendered against them for commission of fraud or a criminal offense in connection with obtain- ing, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; c. Are not presently indicted for or otherwise criminally or civilly charged by a govemmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph 1b of this certification; and d. Have not within a 3 -year period preceding this applica- tion/proposal had one or more public transactions (Federal, State or local) terminated for cause or default 2. Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. 2. Instructions for Certification - Lower Tier Covered Transac- tions: (Applicable to all subcontracts, purchase orders and other lower tier transactions of $25,000 or more - 49 CFR 29) a. By signing and submitting this proposal, the prospective lower tier is providing the certification set out below. b. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Govemment, the depart- ment, or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment c. The prospective lower tier participant shall provide immedi- ate written notice to the person to which this proposal is submitted if at any lime the prospective lower tier participant teams that its certification was erroneous by reason of changed circumstances. d. The terms "covered transaction" "debarred" 'suspended," "ineligible,° "primary covered transaction" ''participant," "person," ''principal," "proposal" and "voluntanly excluded" as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. e. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not 'Knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. f. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled "Certifica- tion Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion -Lower Tier Covered Transaction" without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. g. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and Page 7 frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the Nonprocurement List. h. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. i. Except for transactions authorized under paragraph e of these instructions, If a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion—Lower Tier Covered Transactions: 1. The prospective lowertier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or volun- tarily excluded from participation in this transaction by any Federal department or agency. 2. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. Page 13 XII. CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING (Applicable to all Federal -aid construction contracts and to all related subcontracts which exceed $100,000 - 49 CFR 20) 1. The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that a. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for 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 fad upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite formaking 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 Tess than $10,000 and not more than $100,000 for each such failure. 3. The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included In all lower tier subcontracts, which exceed $100,000 and that all such recipients shall certify and disclose accordingly. Form FHWA-1273 (Rev. 3-94) PREDETERMINED WAGE RATE IA12-1.1 General Decision Number: IA 120001 01/06/2012 IA 1 Superseded General Decision Number: IA20100001 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 01/06/2012 1 03/16/2012 SUIA2002-003 04/28/2011 CARPENTERS AND PILEDRWERMEN: ZONE 1 ZONE 2 ZONE 3 ZONE 4 ZONE 5** CONCRETE FINISHER: ZONE 1 ZONE 2 ZONE 3 ZONE 4 ZONE 5 ELECTRICIANS: (STREET AND HIGHWAY LIGHTING AND TRAFFIC SIGNALS) ZONE 1, ZONE 2, AND ZONE 3 ZONE 4 ZONE 5 IA 100001 - 1 Rates Fringes 23.92 9.28 21.83 9.28 21.83 9.28 20.80 7.50 20.25 6.10 21.77 21.77 21.77 19.55 17.95 20.55 19.25 17.00 6.50 6.50 6.50 4.95 5.50 5.20 5.20 5.20 PREDETERMINED WAGE RATE 1Al2-1.1 IRONWORKERS: (SETTING OF STRUCTURAL STEEL) ZONES 1 AND 2 ZONE 3 ZONE 4 ZONE 5** LABORERS: ZONE 1 AND ZONE 2 GROUP AA GROUP A GROUP B GROUP C ZONE 3 GROUP AA GROUP A GROUP B GROUP C ZONE 4 GROUP A GROUP B GROUP C ZONE 5 GROUP A GROUP B GROUP C 25.05 7.45 24.75 7.75 20.65 6.60 20.25 6.10 Rates Fringes 20.56 7.60 19.76 7.60 17.88 7.60 14.65 7.60 20.56 7.60 19.76 7.60 17.88 7.60 14.65 7.60 16.90 7.60 15.58 7.60 12.70 7.60 17.55 5.90 14.80 5.90 14.20 5.90 POWER EQUIPMENT OPERATORS: ZONE 1 GROUP A 26.30 12.90 GROUP B 24.70 12.90 GROUP C 22.20 12.90 GROUP D 22.20 12.90 ZONE 2 GROUP A 25.55 12.90 GROUP B 23.95 12.90 GROUP C 21.40 12.90 GROUP D 21.40 12.90 ZONE 3 GROUP A 26.70 14.20 GROUP B 24.90 14.20 GROUP C 23.90 14.20 GROUP D 23.90 14.20 ZONE 4 GROUP A 25.50 7.85 GROUP B 24.36 7.85 GROUP C 22.28 7.85 • GROUP D 22.28 7.85 ZONE 5 GROUP A 22.07 6.20 IA 100001 - 2 PREDETERMINED WAGE RATE GROUP B GROUP C GROUP D 21.03 19.70 18.70 IA12-1.1 6.20 6.20 6.20 TRUCK DRIVER (AND PAVEMENT MARKING DRIVER/SWITCHPERSON) ZONE 1 19.25 9.50 ZONE 2 19.25 9.50 ZONE 3 19.25 9.50 ZONE 4 19.30 5.20 ZONE 5 17.35 5.20 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 suchncities). 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). 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; jackhammerman; 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 IA100001 - 3 PREDETERMINED WAGE RATE IA12-1.1 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 1/2 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); chum 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. 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. TA 100001 - 4 • (Page 1 of 32) FA98 (Form 650019) 05-12 CONTRACT Letting Date: Nay 15, 2012 Contract ID: 07-8155-714 County. BLACK HAWK Project Engineer. AECOM Cost Center. 849300 Object Code: 890 Contract Work Type: PCC PAVEMENT - NEW Bid Order No.: 1016+` DBE Commitment $40,070.00 This agreement made and entered by and between the CITY OF WATERLOO CONTRACTING AUTHORITY, AND STICKFORT CONSTRUCTION CO. OF HUDSON, IA, (ST597), CONTRACTOR 2012 JUN114 w10:03:52 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 05/10/2012 , PROJECT: STP -U-8155(714)--70-07 WORK TYPE: PCC PAVEMENT - NEW ROUTE: E. DONALD STREET LOCATION: IN THE CITY OF WATERLOO FROM US 63 TO MILDRED AVE FEDERAL AID - PREDETERMINED WAGES ARE IN EFFECT COUNTY: BLACK HAWK ACCOUNTING ID: 29856 LENGTH (MILES): 0.4 The specifications consist' of the Standard Specifications for Highway and Bridge Construction, Series 2009 of the Iowa Department of Transportation plus the following Supplemental Specifications, Special Provisions, and addendums: DBE --2012, DBE -120417, FHWA-1273.04, GS -09005, IA12-1.1, SS -09015, ADDENDUM: 15MAY101.A01 Contractor, for and in considerations of $1,552,871.63 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 By By t Contraz r Contra jjflg1Authority�Y Iowa DOT Concurrence Contractor if int =tore) tJ ' JOf et_A4 2o12e or Local Agency Contracts Concurrence Date (Page 2 of 32) F696 (Form 650019) 11-05 Letting Date: May 15, 2012 Contract ID: 07-8155-714 Page 1B Bid Order No.: 101 It is further understood and agreed that the above work shall be commenced or completed in accordance with the following schedule: SITE NUMBER CONTRACT' PERIOD /SITE DESCRIPTION LIQUIDATED DAMAGES CONTRACT LATE START DATE 06/18/2012 125 WORKING DAYS CONTRACT NOTES $1,000.00 (Page 3 of 32) CONTRACT SCHEDULE OF PRICES Page: 2 ******************************************************************************** Vendor No.: Contract ID No.: Primary Work Type: Primary County: ST597 07-8155-714 PCC PAVEMENT - NEW BLACK HAWK Bid Order No.: 101 Letting Date: May 15, 2012 10:00 A.M. 1 Line I No 1 Item Number Item Description Item 1 Unit Price 1 Bid Amount Quantity and Unit 1 Dollars I Cts 1 Dollars 'Cts SECTION 0001 ROADWAY ITEMS 12101-0850001 CLEARING 0010 IAND GRUBBING 1 1 1 1ACRE 0.0201. 100,000.000001 2,000.00 12101-0850002 CLEARING 0020 (AND GRUBBING 1 }UNIT 1 74.800I 1 1 12.000001 1 897.60 12102-2710070 EXCAVATION, 1 0030 (CLASS 10, ROADWAY AND 1 'BORROW ICY 1 7,629.0001 1 5.500001 1 41,959.50 12102-2712015 EXCAVATION, 1 0040 'CLASS 12, BOULDERS OR 1 'ROCK FRAGMENTS ICY 1 300.0001 1 5.000001 1,500.00 12105-8425005 TOPSOIL, 0050 'FURNISH AND SPREAD ICY 1 3,544.6001 1 10.000001 1 35,446.00 12109-8225100 SPECIAL 0060 'COMPACTION OF SUBGRADE 1 TSTA 1 150.000001 1 3,171.00 • 12115-0100000 MODIFIED 0070 'SUBBASE 1 ICY 1 2,821.0001 -1 1 28.500001 1 80,398.50 12123-7450000 SHOULDER 0080 'CONSTRUCTION, EARTH 1 • 1 1 [STA 41.7001 1 100.000001 4,170.00 12301-1033090 STANDARD OR 1 0090 ISLIP FORM PORTLAND 1 (CEMENT CONCRETE PAVEMENT,ISY 'CLASS C, CLASS 3 1 'DURABILITY, 9 IN. 1 1 10,521.9001 1 1 1 43.250001 1 1 1 455,072.18 12301-6911722 PORTLAND •1 0100 10EMENT CONCRETE PAVEMENT 1LUMP 'SAMPLES 1LUMP 1 1,350.00 (Page 4 of 32) CONTRACT SCHEDULE OF PRICES Page: 3 ******************************************************************************** Vendor No.: ST597 Bid Order No.: 101 Contract ID No.: 07-8155-714 Letting Date: May 15, 2012 Primary Work Type: PCC PAVEMENT - NEW 10:00 A.M. Primary County: BLACK HAWK 1 1 Item 1 Unit Price 1 Bid Amount Line 1 Item Number 1 Quantity 1 1 No 1 Item Description 1 and Unit 1 Dollars 1 Cts 1 Dollars (Cts 12312-8260061 GRANULAR 1 • 1 I 0110 (SURFACING ON ROAD, CLASS 1 1,020.0001 16.000001 1B CRUSHED STONE !TON 1 I 16,320.00 12401-6745354 REMOVAL OF 1 1 I 0120 (CONCRETE FOOTINGS, AS 1 1.0001 2,000.000001 2,000.00 !PER PLAN AS PER PLAN !EACH 1 12401-6745910 REMOVAL OF 1 1 1 0130 (SIGN 1 6.0001 50.000001 1 (EACH 1 300.00 12416-0100042 APRONS, 1 I I 0140 (CONCRETE, 42 IN. DIA. 1 1.0001 2,200.000001 2,200.00 1 (EACH I 1 12435-0130148 MANHOLE, 0150 (SANITARY SEWER, SW -301, 148 IN. 1 1EACH 1 1.0001 1 1 2,840.000001 1 2,840.00 12435-0130348 MANHOLE, 1 0160 [SANITARY SEWER, SW -303, 1 148 IN. [EACH 1 5.0001 1 1 2,950.000001 1 14,750.00 12435-0140172 MANHOLE, 1 1 I 0170 (STORM SEWER, SW -401, 72 1 6.0001 5,910.000001 35,460.00 IIN. (EACH 1 I 12435-0140196 MANHOLE, 1 0180 (STORM SEWER, SW -401, 96 1 IIN. (EACH . 1 1.0001 1 9,975.000001 1 9,975.00 12435-0250700 INTAKE, 1 0190 1SW-507 1 1 (EACH 1 1.0001 1 1 2,650.000001 1 2,650.00 12435-0250800 INTAKE, 0200 ISW-508 1 1 1 1EACH 2.0001 1 2,650.000001 1 5,300.00 12435-0250810 INTAKE, 0210 1SW-508 MODIFIED 1 1 (EACH 1 2.0001 1 1 3,050.000001 6,100.00 (Page 5 of 3?) CONTRACT SCHEDULE OF PRICES Page: 4 ***************************,*************************************************** Vendor No.: ST597 Contract ID No.: 07-8155-714 Primary Work Type: PCC PAVEMENT - NEW Primary County: BLACK HAWK Bid Order No.: 101 Letting Date: May 15, 2012 10:00 A.M. 1 1 Item 1 Unit Price 1 Bid Amount Line 1 Item Number 1 Quantity 1 I No 1 Item Description 1 and Unit 1 Dollars 1 Cts 1 Dollars 'Cts 12435-0251000 INTAKE, 1 0220 ISW-510 1 'EACH 1 5.0001 1 1 2,750.000001 1 13,750.00 12435-0251010 INTAKE, 0230 'SW -510 MODIFIED 1 1 1EACH 1 2.0001 1 1 3,100.000001 1 6,200.00 12435-0251110 INTAKE, 1 0240 ISW-511 MODIFIED 1 1 (EACH 1 2.0001 1 1 2,850.000001 1 5,700.00 12435-0254100 INTAKE, 1 0250 1SW-541 I 1 'EACH 1 7.0001 1 I • 2,700.000001 1 18,900.00 12435-0254110 INTAKE, 1 1 I 0260 1SW-541 MODIFIED 1 • 5:0001 2,700.000001 13,500.00 1 'EACH • 1 1 12435-0254200 INTAKE 1 1 I 0270 'EXTENSION UNIT, SW -542 1 13.0001 900.000001 11,700.00 1 'EACH 1 I 12435-0254500 INTAKE, 0280 ISW-545 1 1 'EACH 2.000' 1 3,700.000001 1 7,400.00 12435-0400000 DROP 0290 (CONNECTION, SW -307 1 1 1EACH 1 3.0001 1 1 2,640.000001 1 7,920.00 12435-0600010 MANHOLE 0300 (ADJUSTMENT, MINOR 1 1 1 'EACH 3.0001 1 1 400.000001 1 1,200.00 12435-0600020 MANHOLE 1 0310 (ADJUSTMENT, MAJOR 1 1 'EACH 1 2.0001 1 1 850.0000.01 1 1,700.00 12435-0700010 CONNECTION I 0320 ITO EXISTING MANHOLE 1 (EACH 1 2.0001 1 1 1,250.000001 1 2,500.00 (Page 6 of 32) CONTRACT SCHEDULE OF PRICES Page: 5. ******************************************************************************** Vendor No.: ST597 Contract ID No.: 07-8155-714 Primary Work Type: PCC PAVEMENT - NEW Primary County: BLACK HAWK Bid Order No.: 101 Letting Date: May 15, 2012 10:00 A.M. 1 1 Item 1 Unit Price 1 Bid Amount Line 1 Item Number 1 Quantity 1 I No 1 Item Description 1 and Unit 1 Dollars 1 Cts 1 Dollars 1Cts 12435-0700020 CONNECTION 1 0330 ITO EXISTING INTAKE 'EACH 1.0001 1 1,500.000001 1 1,500.00 12502-8212034 SUBDRAIN, I I I 0340 'LONGITUDINAL, (SHOULDER) 1 3,147.4001 7.400001 14 IN. DIA. ILF 1 I 23,290.76 12502-8220193 SUBDRAIN 1 1 1 0350 'OUTLET (RF -19C) I 28.0001 100.000001 2,800.00 1 'EACH 1 '2503-0114215 STORM SEWER 1 1 I 0360 'GRAVITY MAIN, TRENCHED, 1 712.0001 33.000001 'REINFORCED CONCRETE PIPE ILF 1 I 1(RCP), 2000D (CLASS III),1 1 I 115 IN. 1 1 . ,1 23,496.00 12503-0114227 STORM SEWER 1 1I 0370 'GRAVITY MAIN, TRENCHED, 1 224.0001 53.000001 11,872.00 'REINFORCED CONCRETE PIPE ILF 1 1 1(RCP), 2000D (CLASS III),1 1 1 127 IN. I I I 12503-0114236 STORM SEWER 1 1 1 •0380 (GRAVITY MAIN, TRENCHED, 1 400.0001 76.000001 30,400.00 'REINFORCED CONCRETE PIPE ILF 1 1 1(RCP), 2000D (CLASS III),1 1 I 136 IN. 1 1 I 12503-0114242 STORM SEWER 1 1 I 0390 'GRAVITY MAIN, TRENCHED, 1 . 3,096.0001 94.000001 291,024.00 'REINFORCED CONCRETE PIPE ILF 1 I 1(RCP), 2000D (CLASS III),1 1 1 142 IN. 1 1 12503-0200036 REMOVE 1 1 I 0400 'STORM SEWER PIPE LESS 1 888.0001 13.000001 11,544.00 ITHAN OR EQUAL TO 36 IN. ILF 1 I 1 1 1 I 12504-0110008 SANITARY 1 1 I 0410 'SEWER GRAVITY MAIN, 1 166.8001 33.000001 5,504.40 'TRENCHED, 8 IN. ILF 1 1 (Page 7 of 32) CONTRACT SCHEDULE OF PRICES Page: 6 ******************************************************************************** Vendor No.: Contract ID No.: Primary Work Type: Primary County: ST597 07-8155-714 PCC PAVEMENT - NEW BLACK HAWK Bid Order No.: 101 Letting Date: May 15, 2012 10:00 A.M. • I Line 1 Item Number No 1 Item Description Item Quantity and Unit 1 Unit Price 1 Bid Amount 1 1 1 Dollars 1 Cts 1 Dollars [Cts 12504-0110012 SANITARY 0420 (SEWER GRAVITY MAIN, 'TRENCHED, 12 IN. 1LF 74.0001 1 45.000001 1 3,330.00 12504-0116008 SANITARY 0430 'SEWER GRAVITY MAIN, 'TRENCHED, DUCTILE IRON (PIPE (DIP), 8 IN. 1LF 1 20.0001 . 1 100.000001 1 1 2,000.00 12504-0200606 SANITARY 0440 'SEWER SERVICE STUB WITH 'RISER, DUCTILE IRON, 6 11N. 1 1 1LF 1 1 160.0001 1 1 155.000001 1 1 24,800.00 12504-0240036 REMOVE 1 0450 (SANITARY SEWER PIPE LESS 1 'THAN OR EQUAL TO 36 IN. (LF 1 1 1 608.0001 1 1 1 14.000001 1 1 8,512.00 12507-3250005 ENGINEERING 1 0460 [FABRIC 1 1 ISY 1 64.0001 1 5.000001 1 320.00 12507-6800061 REVETMENT, 1 0470 'CLASS E 1 1 [TON I 44.0001 1 35.000001 1 1,540.00 12510-6745850 REMOVAL OF 1 1 0480 'PAVEMENT 1 7,834.2001 ISY 1 1 5.000001 1 39,171.00 12510-6750600 REMOVAL OF 1 0490 'INTAKES AND UTILITY 1 'ACCESSES 'EACH 18.0001 1 300.000001 1 5,400.00 12511-0300000 REMOVAL OF 0500 'RECREATIONAL TRAIL 1 1 ISY 1 706.4001 1 1 5.000001 1 3,532.00 12511-0302600 0510 'RECREATIONAL TRAIL, 1 1PORTLAND CEMENT CONCRETE,1SY 16 IN. 1 1 725.4001 1 1 1 34.500001 1 1 25,026.30 (Page 8 of 32) CONTRACT SCHEDULE OF PRICES Page: 7 ******************************************************************************** Vendor No.: Contract ID No.: Primary Work Type: Primary County: ST597 07-8155-714 PCC PAVEMENT - NEW BLACK HAWK Bid Order No.: 101 Letting Date: May 15, 2012 10:00 A.M. Line I Item Number No 1 Item Description Item I Unit Price I Bid Amount Quantity 1 1 and Unit 1 Dollars 1 Cts I Dollars (Cts 12511-6745900 REMOVAL OF I 0520 'SIDEWALK 1 1SY 1 238.6001 5.000001 1,193.00 12511-7526004 SIDEWALK, P.I 0530 IC. CONCRETE, 4 IN. 1SY 691.1001 1 36.000001 1 24,879.60 12511-7526006 SIDEWALK, P.' 0540 IC. CONCRETE, 6 IN. 1SY 151.5001 1 1 38.000001 1 5,757.00 12511-7528101 DETECTABLE 1 0550 'WARNINGS 1 1 ISF 494.0001 22.000001 1 10,868.00 12515-2475006 DRIVEWAY, P.I 0560 IC. CONCRETE, 6 IN. 1 1SY 912.2001 1 35.200001 32,109.44 12515-6745600 REMOVAL OF 1 0570 1PAVED DRIVEWAY I ISY 1 662.1001 5.000001 3,310.50 12518-6910000 SAJSTY 0580 'CLOSURE 1 1 1 'EACH 18.0001 1 100.000001 1,800.00 12519-3300600 FENCE, 0590 'SAFETY 1 1 ILF 1,500.0001 1 3.000001 1 4,500.00 12519-4200020 REMOVAL AND I 0600 'REINSTALLATION OF FENCE, 1 ICHAIN LINK ILF 70.0001 1 20.000001 1,400.00 12524-6765010 REMOVE AND 1 0610 'REINSTALL SIGN AS PER 1 [PLAN 'EACH 28.0001 1 150.000001 4,200.00 12524-9275100 WOOD POSTS 1 0620 (FOR TYPE A OR B SIGNS, 4 1 11N. X 4 IN. ILF 161.0001 1 9.000001 1,449.00 (Page 9 of 32) ******************** Vendor No.: Contract ID No.: Primary Work Type: Primary County: CONTRACT SCHEDULE OF PRICES Page: 8 ST597 07-8155-714 PCC PAVEMENT - NEW BLACK HAWK Bid Order No.: 101 Letting Date: May 15, 2012 10:00 A.M. 1 Line 1 Item Number No 1 Item Description Item 1 Unit Price 1 Bid Amount Quantity 1 I and Unit 1 Dollars 1 Cts 1 Dollars (Cts 12524-9325001 TYPE A 0630 'SIGNS, SHEET ALUMINUM 1 ISF 56.8001 1 19.000001 1 1,079.20 12527-9263109 PAINTED 0640 'PAVEMENT MARKING, !WATERBORNE OR 1SOLVENT-BASED TSTA 1 69.3401 1 I 57.500001 1 1 3,987.05 12527-9263137 PAINTED 0650 !SYMBOLS AND LEGENDS, !WATERBORNE OR !SOLVENT -BASED 1 1 !EACH 1 22.0001 1 80.000001 1 1 1,760.00 12528-8445110 TRAFFIC 0660 !CONTROL 'LUMP 1 !LUMP . 1 1 7,300.00 1 12528-8445113 FLAGGERS 0670 1 1 1 !EACH 5.0001 I 325.000001 1 1,625.00 12533-4980005 0680 1MOBILIZATION 1 1 1LUMP 1 1LUMP 1 25,000.00 12549-0006210 SPOT REPAIR 1 0690 IBY PIPE REPLACEMENT, BY 1 1COUNT 1EACH 1.0001 500.000001 1 500.00 12549-0006220 SPOT REPAIR 1 0700 IBY PIPE REPLACEMENT, BY 1 'LINEAR FOOT ILF 16.0001 1 70.000001 1 1,120.00 12554-0112006 WATER MAIN, 1 0710 'TRENCHED, DUCTILE IRON 1 'PIPE (DIP), 6 IN. ILF 1 108.0001 1 39.000001 1 4,212.00 12554-0112008 WATER MAIN, 1 0720 'TRENCHED, DUCTILE IRON I 'PIPE (DIP), 8 IN. ILF 36.0001 50.000001 1 1,800.00 12554-0112020 WATER MAIN, I 0730 'TRENCHED, DUCTILE IRON 1 'PIPE (DIP), 20 IN. ILF 36.0001 150.000001 1 5,400.00 (Page 10 oP 32) Vendor No.: Contract ID No.: Primary Work Type:, Primary County: CONTRACT SCHEDULE OF PRICES Page: 9 ST597 Bid Order No..: 101 0778155-714 Letting Date: May 15, 2012 PCC PAVEMENT - NEW 10:00 A.M. BLACK HAWK Line 1 No 1 Item Number 1 Item Description 1 Item 1 Unit Price 1 Bid Amount Quantity I 1 and Unit 1 Dollars 1 Cts 1 Dollars (Cts 12554-0203000 FITTINGS BY 1 0740 !WEIGHT, DUCTILE IRON 1 1 [LB 1 1,788.0001 1 10.000001 1 17,880.00 12554-0210201 FIRE 0750 'HYDRANT ASSEMBLY, WM-201 1 1 'EACH 1 3.0001 1 1 5,600.000001 16,800.00 12599-9999005 ('EACH' 0760 !ITEM) REMOVE FIRE 1HYDRANT 1 1 IEACH 1 3.0001 1 1 750.000001 2,250.00 12599-9999005 ('EACH' 0770 'ITEM) REMOVE WATER !VALVE MANHOLES 1 1 'EACH 1 5.0001 1 1 650.000001 1 3,250.00 12599-9999005 ('EACH' 0780 'ITEM) WATER SERVICE !RECONNECTION, COPPER, 13/4 IN. 1 1 1EACH 1 1 3.0001 1 1 1,500.000001 4,500.00 1 1 12599-9999009 ('LINEAR 0790 'FEET' ITEM) WATER (SERVICE LINE, COPPER, 13/4 IN. ILF 1 90.6001 1 1 1 16.000001 1 1 1,449.60 12601-2633100 MOWING 0800 l 1 1 1 1ACRE 65.000.001 1 204.10 12601-2634150 MULCHING, 0810 (WOOD CELLULOSE FIBER 1 1 !ACRE 4.7101 1 1,500.000001 1 7,065.00 12601-2636044 SEEDING AND 1 0820 'FERTILIZING (URBAN) 1 1 [ACRE 1 1,500.000001 7,065.00 12601-2642120 STABILIZING 1 0830 'CROP - SEEDING AND !FERTILIZING (URBAN) !ACRE 1 3.1401 1 350.000001 1 1,099.00 12602-0000020 SILT FENCE 1 0840 1 1 ILF 1 1,310.0001 2.500001 1 3,275.00 (Page 11 of 32) CONTRACT SCHEDULE OF PRICES Page: 10 ******************************************************************************** Vendor No.: ST597 Bid Order No.: 101 Contract ID No.: 07-8155-714 Letting Date: May 15, 2012 Primary Work Type: PCC PAVEMENT - NEW 10:00 A.M. Primary County: BLACK HAWK I 1 Item 1 Unit Price 1 Bid Amount Line 1 Item Number 1 Quantity 1 I No 1 Item Description 1 and Unit 1 Dollars 1 Cts 1 Dollars ICts 12602-0000071 REMOVAL OF 1 1 I 0850 (SILT FENCE OR SILT FENCE 1 1,310.0001' 0.600001 (FOR DITCH CHECKS ILF 1 1 786.00 12602-0000101 MAINTENANCE 1 1 I 0860 IOF SILT FENCE OR SILT 1 500.0001 0.500001 (FENCE FOR DITCH CHECK ILF 1 1 1 1 1 1 250.00 12602-0000312 PERIMETER 1 1 1 0870 (AND SLOPE SEDIMENT 1 3,058.0001 2.950001 9,021.10 (CONTROL DEVICE, 12 IN. ILF 1 1 (DIA. 1 1 1 12602-0000350 REMOVAL OF 1 1 1 0880 (PERIMETER AND SLOPE 1 3,058.0001 0.600001 1,834.80 (SEDIMENT CONTROL DEVICE ILF 1 1 r 1 1 1 SECTION 0002 MOBILIZATION FOR EROSION CONTROL FOR THE CONTRACT 12602-0010010 0890 (MOBILIZATIONS, EROSION [CONTROL 1 1 1EACH 1_0001 500.000001 1 500.00 12602-0010020 1 0900 (MOBILIZATIONS, EMERGENCY 1 (EROSION CONTROL (EACH 1.0001 1,000.000001 1 1,000.00 (TOTAL BID 1 1,552,871.63