Loading...
HomeMy WebLinkAboutCroell and Subsidiary-3/19/2012FA96 (Form 650019) 11-05 CONTRACT Letting Date: February 21, 2012 Contract ID: 07-8155-711 Bid Order No.: 101 County: BLACK HAWK Project Engineer: KIRKHAM-MICHAEL & ASSOCIATES Cost Center: 849300 Object Code: 890 DBE Commitment $85,976.85 Contract Work Type: PCC PAVEMENT - GRADE/REPLACE This agreement made and entered by and between the CITY OF WATERLOO CONTRACTING AUTHORITY, AND CROELL AND SUBSIDIARY OF NEW HAMPTON, IA, (CR334), 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 02/16/2012 , PROJECT: STP -U-8155(711)--70-07 WORK TYPE: PCC PAVEMENT — GRADE/REPLACE ROUTE: MULTIPLE ROUTES LOCATION: IN THE CITY OF WATERLOO FROM US 20 TO IA 21 ON ANSBOROUGH AVE AND SHAULIS RD FEDERAL AID - PREDETERMINED WAGES ARE IN EFFECT COUNTY: BLACK HAWK ACCOUNTING ID: 29528 LENGTH (MILES): 2.04 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 -120221, FHWA-1273.04, GS -09004, IA12-1.0, SS -09015, ADDENDUMS: 21FEB101.A01, 21FEB101.A02 Contractor, for and in considerations of $3,128,212.67 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. Time is of the essence for this contract. To accomplish the purpose here' xpressed, C itracting authority and Contra' have signed this and one t r identical instrument as of the day of AkeUrt � Contractor Iowa DOT Concurrence CONTRACT SCHEDULE OF PRICES Page: 2 ******************************************************************************** Vendor No.: Contract ID No.: Primary Work Type: Primary County: CR334 07-8155-711 PCC PAVEMENT - BLACK HAWK Bid Order No.: Letting Date: GRADE & REPLACE 101 February 21, 2012 10:00 A.M. 1 Line I Item Number No 1 Item Description Item Quantity and Unit 1 Unit Price 1 Bid Amount 1 1 1 Dollars 1 Cts 1 Dollars 1Cts SECTION 0001 ROADWAY ITEMS 12101-0850001 CLEARING 0010 'AND GRUBBING 1 1 (ACRE 1.5001 5,000.000001 1 7,500.00 12102-2710070 EXCAVATION, I 0020 'CLASS 10, ROADWAY AND 'BORROW ICY 1 81,693.0001 1 1 2.600001 212,401.80 12102-4560000 LOCATING 0030 'TILE LINES 1 1STA 7.5001 1 1 200.000001 1 1,500.00 12105-8425015 TOPSOIL, 0040 'STRIP, SALVAGE AND 1SPREAD ICY 1 16,738.000' 1 3.000001 1 50,214.00 12107-0875000 COMPACTION I 0050 (WITH MOISTURE AND 1 (DENSITY CONTROL ICY 1 16,745.0001 1 1 0.300001 1 5,023.50 12115-0100000 MODIFIED 0060 'SUBBASE 1 ICY 1 6,772.0001 1 1 31.400001 212,640.80 1 12121-7425020 GRANULAR 0070 'SHOULDERS, TYPE B 1 1 TON 1 3,309.0001 1 1 15.700001 1 51,951.30 12123-7450000 SHOULDER 0080 (CONSTRUCTION, EARTH 1 1STA 108.1001 1 120.000001 1 12,972.00 12301-1032080 STANDARD OR 1 0090 ISLIP FORM PORTLAND 1 10EMENT CONCRETE PAVEMENT,1SY 'CLASS C, CLASS 2 1 'DURABILITY, 8 IN. 1 1 33,198.0001 1 1 1 1 25.890001 1 1 859,496.22 12301-6911722 PORTLAND 0100 'CEMENT CONCRETE PAVEMENT 'LUMP 'SAMPLES 1 1 1LUMP 1 1 1 2,000.00 1 CONTRACT SCHEDULE OF PRICES Page: 4 ******************************************************************************** Vendor No.: CR334 Bid Order No.: 101 Contract ID No.: 07-8155-711 Letting Date: February 21, 2012 Primary Work Type: PCC PAVEMENT - GRADE & REPLACE 10:00 A.M. Primary County: BLACK HAWK 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 12416-1160018 CULVERT, 0220 'CONCRETE ENTRANCE PIPE, 118 IN. DIA. 1 1 1 LF 1 1 409.0001 27.000001 11,043.00 12416-1180036 CULVERT, 1 1 I 0230 !CONCRETE ROADWAY PIPE, 1 500.0001 48.000001 24,000.00 136 IN. DIA. 1LF 1 I 12435-0250510 INTAKE, 1 1 1 0240 1SW-505 MODIFIED 1 25.0001 3,275.000001 81,875.00 I'EACH 1 I 12502-8212206 SUBDRAIN, 1 0250 'PERFORATED PLASTIC PIPE, 1 16 IN. DIA. ILF 10,331.0001 1 5.700001 1 58,886.70 12502-8215012 SUBDRAIN, 1 1 1 0260 12000D CONCRETE PIPE, 12 1 820.0001 23.000001 18,860.00 'IN. DIA. ILF 1 12502-8220193 SUBDRAIN 1 I I 0270 'OUTLET (RF -19C) 1 51.0001 100.000001 5,100.00 'EACH I 1 12502-8220196 SUBDRAIN 0280 'OUTLET, RF -19E 1 1 1 1EACH 1 1.00.01 1 250.000001 1 250.00 12503-0114215 STORM SEWER 1 0290 'GRAVITY MAIN, TRENCHED, 1 (REINFORCED CONCRETE PIPE !LF 1(RCP), 2000D (CLASS III),1 115 IN. 1 2,016.0001 1 1 1 1 23.750001 1 1 1 47,880.00 12503-0114218 STORM SEWER 1 0300 'GRAVITY MAIN, TRENCHED, 1 'REINFORCED CONCRETE PIPE ILF 1(RCP), 2000D (CLASS III),1 118 IN. 1 I I 32.0001 29.000001 1 1 1 I 1 1 928.00 12506-4984000 FLOWABLE 1 1 0310 'MORTAR 1 64.0001 85.000001 5,440.00 1 ICY 1 1 CONTRACT SCHEDULE OF PRICES Page: 6 3 ******************************************************************************** Vendor No.: CR334 Bid Order No.: 101 Contract ID No.: 07-8155-711 Letting Date: February 21, 2012 Primary Work Type: PCC PAVEMENT - GRADE & REPLACE 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 12524-9325001 TYPE A 1 1 I 0430 !SIGNS, SHEET ALUMINUM 1 25.0001 20.000001 500.00 1 ISF 1 I 12526-8285000 1 I I 0440 'CONSTRUCTION SURVEY (LUMP 'LUMP 1 13,300.00 1 1 1 1 12527-9263109 PAINTED 1 I 0450 'PAVEMENT MARKING, 1 57.9201 40.000001 2,316.80 'WATERBORNE OR'STA 1 !SOLVENT -BASED 1 1 ' 12528-8445110 TRAFFIC 1 1 I 0460 'CONTROL 'LUMP 'LUMP 1 2,550.00 1 1 1 I 12533-4980005 1 1 I 0470 'MOBILIZATION 'LUMP 'LUMP 1 125,000.00 1 1 1 I 12554-0112020 WATER MAIN, 1 I I 0480 'TRENCHED, DUCTILE IRON 1 7,908.0001 75.500001 597,054.00 'PIPE (DIP), 20 IN. ILF I 1 12554-0142020 WATER MAIN 1 I 1 0490 'WITH CASING PIPE, 1 110.0001 410.000001 45,100.00 ITRENCHLESS, DUCTILE IRON ILF 1 1 'PIPE (DIP), 20 IN. 1 I I 12554-0203000 FITTINGS BY 1 1 I 0500 'WEIGHT, DUCTILE IRON 1 7,870.0001 4.000001 31,480.00 1 ILB 1 I 12554-0204110 WATER 0510 'SERVICE STUB, COPPER, 1 1 IIN. 'EACH 1 1.0001 1 1 1,800.000001 1 1,800.00 12554-0207000 VALVE, GATE,1 1 I 0520 'DIP, 20 IN. 1 7.0001 11,625.000001 I 'EACH 1 1 81,375.00 12554-0210201 FIRE 1 1 I 0530 'HYDRANT ASSEMBLY, WM-201 1 4.0001 3,800.000001 1 'EACH 1 15,200.00 Addendum Iowa Depai tiuent of Transportation Date of Letting: February 21, 2012 Office of Contracts Date of Addendum: February 7, 2012 B.O. Proposal ID Proposal Work Type County Project Number Addendum 101 07-8155-711 PCC PAVEMENT - GRADE & REPLACE BLACK HAWK STP -U-8155(711)--70-07 21FEB101.A01 Notice: Only the bid proposal holders receive this addendum and responsibility for notifying any potential subcontractors or suppliers remains with the proposal holder. Make the following changes to the plan: Plan Sheet C.02, Tabulation 100-4A, Item Code 2510-6745850, Add the following: The pavement is a seal coat with a general depth of 6-8". Plan Sheet C.03, Tabulation 100-4A, Item No. 9: Change Item Code from: 2301-1033080 To: 2301-1032080 Change the Description from: STANDARD OR SLIP FORM PORTLAND CEMENT CONCRETE PAVEMENT, CLASS C, CLASS 3 DURABILITY, 8 IN. To: STANDARD OR SLIP FORM PORTLAND CEMENT CONCRETE PAVEMENT, CLASS C, CLASS 2 DURABILITY, 8 IN. Plan Sheet C.04, Tabulation 110-1, Delete the following: Refer to Tabulation 102-5 Plan Sheets V.01 -V.04: Replace Plan Sheets V.01 -V.04 with attached Plan Sheets V.01 -V.04. Page 1 of 5 ZE 0 8 Lo-ot--(11415518-n-diS 1 a jo £ agrd ' EF,P IP r<1.1 J.8"Er° \IAN igEn PF1 d \ /'fj I A" i------ /8 / 0 z RAI RAI WC TRAIL z RAI TIE , RAI 8/8 . TM 0.14 : ro ERP 0 , .. • • r RN • • m 0 o _ 0 0 a rn C > 0 al 3 ° EzEliZA1 o r^ (11 r- co r • o 23 c m r- 0 < > RAI T/E 8 c 0 0 z 4") /z re) c AVM JO AMIN N01.133S H31108c1dV 1V3IdAl t0 1.0 1.0 CJI 01 10 10 s 10 t0 INLET INTERIOR APRON WALL DETAILS (CAST-IN PLACE) N - SHOWN NOTES: ELSEWHERE IN PLANS 2 ij OP-020 INF/FT PRECAST LINTEL BEAMS SHALL BE CONSTRUCTED IN ACCORDANCE WITH 2 PRECAST BARREL AND ENO SECTION DETAILS AND NOTES, EXCEPT AS MODIFIED 6 42 BOTTOM-SEE LINTEL BM. TABLE 3' DIA. HOLES. 1'- _ BELOW REINFORCING FOR PRECAST LINTELS AND PARAPETS SHALL BE EITHER WELDED WIRE FABRIC (WWF)MEETING THE REQUIREMENTS OF ASTM AI85 (68 651)OR REINFORCING 10'-0 m�t11NALI Q gg� NOT SHOWN g °d— B L L .4. S OF d B AS11 AS45114 IS (50 1211.7 OR IRE ACINGARS FOR �HEHAI.1 NOTWEXCEED 2 INCHES FOR m#" 4b1-SPACED a 1'-0 MAX. 2-N0.4 BARS 2-N0.4 mARAPET) f \��\.. `\ �, \ O BARS C 3•DIA•HDI ES QJ �. �._ \ \ \/1 _-6 ' rC • . ( I P '�" ,• %' -t �i FOR PRIMARY STEEL AND 8 INCHES FOR DISTRIBUTION STEEL STRUCTURAL STEEL PER ASTM A TB81 ORM E 36. m PUCE N0.8 DOWEL I'-0 10N5 INTO 2 INCH DIA. HOLE IN 7HE TOP OF THE WALL SECTION AND 3 INCH 014.80LE IN THE LINTEL BEAM. FILL HOLES WITH GROUT ® CAST ADDITIONAL 3 INCH HOLES TO MAINTAIN A 4 FOOT MAXIMUM HOLE SPACING ® CHECK THE LOCATION TO DETERMINE WHETHER A TONGUE OR A GROOVE '- C I5 USED. TONGUE AND GROOVE TO TERMINATE AT CULVERT RADIUS. ® SEE PARAPET REINFORCEMENT TABLE BELOW. IS ® AREAS SHOWN ARE FOR YIELDED WIRE FABRIC. IF ROAR IS USED,ti N0.4 BARS (4 REQUIREDI Q — ��� CURTAIN WALL 1 A CURTAIN WALL NOT SHOWN END 6. VIEW O NO. 4 DOWEL BARS Ea SIDE ELEVATION EMBED 8' (DRILL AND GROUT) 0 FILL HOLE.5(5)WI7H POLYMER GROUT. NOTES BID ITEM 'PRECAST CONCRETE BOX CULVERT STRAIGHT END SECTION, (0 FT.0 5 15° IL 30° SKEWS 2'6 / PO SON 63 04 AT A MAX. OF 11 INCH SPACING SHOULD 8E USED. 45° SKEWS 2'-10 , PLAN VIEW LINTEL BEAM REINFORCEMENT TABLE TOP REINFORCEMII BOTTOM REINFORCEMENT 12 x 12 PARAPET S NAV OPTION REBAR OPTION 4 BARS WT.) Al (IN'/FT) 42 (IN5/FT) Al A2 V • Q " • ° �r' FT.• INCLUDES ALL COSTS FOR LABOR, N0.4 DOWEL BARS EQUIPMENT, AND MATERIALS TO INSTALL INTERIOR APRON 1-4 LONG,SPACED WALL A5 DETAILED IN THE PLANS. 4b1 PERMISSIBLE 10 0.01 0.44) *0 ! 12 *1 a 6 CONST. JOINT 4 Q RI` I � Ya TONGUE D 11 W/ CURTAIN WALL ^ DOWELS U to 40.4 �' B5 M!III��� � � Mt. WA! OPTION MEN '5 a ^ SECTION ALL REINFORCING STEEL SHALL BE SECURELY WIRED IN PLACE BEFORE CONCRETE 15 PLACED CURTAIN WALL° ALL FILLLLEOTED WITH * j ORE55m AND BEVELED STRIP.R ARE f O DESIGN STRESSES, CONCRETE SECTION 8 411a 3,500 PSI REINFORCING STEEL SECTION 8 ASTM A8(5 GRADE 60, fa a 24,000 PSI A-A POLYMER GROUT SYSTEM IN ACCORDANCE WITH ARTICLE 2301.03, E, OF THE STANDARD SPECIFICATIONS. 4' BEVEL I �N, 0.20 1/ INe/FT I �' 1 N0.4 BAR 2 PARAPET RE I NF. TABLEw 2' I A2 BOTTOM 0 REINFORCEMENT P-0 SPAN S (FT.) 450 SKEW CL 5EE LINTEL BEAM ,I 2' IO 3 - $18 BEINF. TABLE CL SECTION 3 N0.4 B-B BARS I CA 12 x 12 PARAPET 461 BENT BAR DETAILSPERMISSIBLE I I Q 2• CL J CONST. JOINT 1 4 O. 4 BARS 0 PWMIMl7 �VI� Q ' e LII � ��I LI 1 N0.4 BM 1 2 i l(l • A 003• 'r ��3• , Oa3.l 4• BEVEL 151111.11 SECTION C-C (TONGUE OPTION SHOWN) SKEWED LINTEL BEAM (FOR SKEWS OF 7030. TO 450 ) 005104 FOR 40° SKEW �T. AHEAD DUAL 1 0 x 5'x I55'-8 PRECAST CONCRETE BOX CULVERT LINTEL BEAM DETAILS (WITH 45° SKEWED END SECTIONS) BLACK HAWK COUNTY IOWA DEPARTMENT OF TRANSPORTATION - HIGHWAY DIVISION OE9196 SHEET N0. OF 4 FILE N0. OMEN xn. Y 4b1 ALTERNATE (2 REQUIRED) N076 ALL DIMENSIONS ARE OUT TO 011T. D e PIN DIAMETER. ..-1.REINFORCED 4b1 1yLN/1 DESIGN TEAK WLW MICHAEL 1 PRECAST CULVERT LINTEL BEAM DETAILS 1 MODIFIED STANDARD SHEET 1084 12/9/2011 6cabaaav6l 4i\0511675 Vaterlaa Slraulls R 0\Deslpn\PMw.2.0n1°n\Plm°\km0611635.M2.Y_Yroets.do, MUSH I CITY OF WATERLOO I BLACK HAWK COUNTY 1 PROJECT NUMBER STP-U-8155(7I0--70-07 I SIGNET NUMBER V.04 Addendum Iowa Department of Transportation Date of Letting: February 21, 2012 Office of Contracts Date of Addendum: February 14, 2012 B.O. Proposal ID Proposal Work Type County Project Number Addendum 101 07-8155-711 PCC PAVEMENT - GRADE & REPLACE BLACK HAWK STP -U-8155(711)--70-07 • 21 FEB 101.A02 Notice: Only the bid proposal holders receive this addendum and responsibility for notifying any potential subcontractors or suppliers remains with the proposal holder. Attached is a SCHEDULE OF PRICES for the following items: Line No. 0571 2401-6750001 REMOVALS, AS PER PLAN Line No. 0572 2416-1262036 CULVERT, CONCRETE PIPE, 2000D, TRENCHLESS, 36 IN. DIA. Bid these items as instructed and submit the bids for these items with the Bid Proposal. Make the following change to the PROPOSAL SCHEDULE OF PRICES: Change Line No. 0230 2416-1180036 CULVERT, CONCRETE ROADWAY PIPE, 36 IN. DIA. from 576.000 LF to 500.000 LF. If the quantity is not changed on the proposal form, the bid amount will be extended using the unit price times the correct quantity as shown here. Make the following change to Plan Sheet B.03: Replace Typical 7110 with attached Typical 7110 Make the following change to Plan Sheet C.02: For Item Code 2554-0112020, Add the following Description: Item shall be in accordance with SW -104, Class P-1. Page 1 of 5 PROPOSAL ADDENDUM - SCHEDULE OF PRICES Page: 9 *********************************************************************************** Bid Order No.: 101 Proposal ID No.: 07-8155-711 Letting Date: February 21, 2012 Primary Work Type: PCC PAVEMENT - GRADE & REPLACE 10:00 A.M. Primary County: BLAWK HAWK ITEMS LISTED ON THIS PAGE ARE ADDED BY ADDENDUM 21FEB101.A02 Line! No 1 Item Number Item Description I Item I Unit Price 1 Bid Amount 1 Quantity I I I and Unit I Dollars 1 Cts 1 Dollars (Cts Section 0001 (CONTINUED) ROADWAY ITEMS 12401-6750001 REMOVALS, 1 0571 IAS PER PLAN I I 1 (LUMP ILUMP 12416-1262036 CULVERT, 0572 (CONCRETE PIPE, 2000D, ITRENCHLESS, 36 IN. DIA. ILF 80.000 1 Total Bid Page 3 of 5 Schedule of Fittings - By Weight Type Quantity Weight Total 22.5 Degre 2 505 1010 45 Degree 12 500 6000 Cross 1 860 860 Total 7870 Page 5 of 5 REQUIRED CONTRACT PROVISIONS FEDERAL AID CONSTRUCTION CONTRACTS Page I. General 1 II. Nondiscrimination III. Nonsegregated Facilities IV. Payment of Predetermined Minimum Wage V. Statements and Payrolls VI. Record of Materials, Supplies, and Labor VII. Subletting or Assigning the Contract VIII. Safety: Accident Prevention IX. False Statements Concerning Highway Projects X. Implementation of Clean Air Act and Federal Water Pollution Control Act XI. Certification Regarding Debarment, Suspension, Ineligibility, and Voluntary Exclusion XII. Certification Regarding Use of Contract Funds for Lobbying ATTACHMENTS A. Employment Preference for Appalachian Contracts (included in Appalachian contracts only) 1. GENERAL related subcontracts of $10,000 or more.) 1 1. Equal Employment Opportunity: Equal employment opportu- 3 n'ity (EEO) requirements not to discriminate and to take affirmative 3 action to assure equal opportunity as set forth under laws, executive 5 orders, rules, regulations (28 CFR 35, 29 CFR 1630 and 41 CFR 60) 5 and orders of the Secretary of Labor as modified by the provisions 5 prescribed herein, and imposed pursuant to 23 U.S.C. 140 shall 6 constitute the EEO and specific affirmative action standards for the 6 contractor's project activities underthis contract. The Equal Opportu- nity Construction Contract Specifications set forth under 41 CFR 60- 6 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 6 are incorporatea by reference in this contract. In the execution of this contract, the contractor agrees to comply with the following minimum 8 specific requirement activities of EEO: a. The contractor will work with the State highway agency (SHA) and the Federal Government in carrying out EEO obligations and in their review of his/her activities under the contract. 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 turn be made. The Required Contract Provisions shall not be incorporated by reference in any case. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with these Required Contract Provisions. 3. A breach of any of the stipulations contained in these Required Contract Provisions shall be sufficient grounds for termination of the contract. 4. A breach of the following clauses of the Required Contract Provisions may also be grounds for debarment as provided in 29 CFR 5.12: Section I, paragraph 2; Section IV, paragraphs 1, 2, 3, 4, and 7; Section V, paragraphs 1 and 2a through 2g. 5. Disputes arising out of the labor standards provisions of Section IV (except paragraph 5) and Section V of these Required Contract Provisions shall not be subject to the general disputes clause of this 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 labor from any other State, possession, orterritory of the United States (except for employment preference for Appalachian contracts, when applicable, as specified in Attachment A), or b. employ convict labor for any purpose within the limits of the project unless it is labor performed by convicts who are on parole, supervised release, or probation. II. NONDISCRIMINATION (Applicable to all Federal -aid construction contracts and to all Form FHWA-1273 (Rev. 3-94) 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 responsibility for and must be capable of effectively administering and promoting an active contractor program of EEO and who must be assigned adequate authority and responsibility to do so. 3. Dissemination of Policy: All members of the 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 classification of employment. To ensure that the above agreement will be met, the following actions will be taken as a minimum: a. Periodic meetings of supervisory and personnel office employees will be conducted before the start of work and then not less often than once every six months, at which time the contractors EEO policy and its implementation will be reviewed and explained. The meetings will be conducted by the EEO Officer. b. All new supervisory or personnel office employees will be given a thorough indoctrination by the EEO Officer, covering all major aspects of the contractor's EEO obligations within thirty days following their reporting for duty with the contractor. c. All personnel who are engaged in direct recruitment for the project will be instructed by the EEO Officer in the 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 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 ontras r.wilibe 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 fine 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 priori() 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. Alt 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 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 arcs seible 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 viassificatiog IA arhish 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, 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 forthe meeting of obligations under the plan or program. Page 3 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 alt 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); dairy 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 subcontractorshatt 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 furnish, each week in which any contract work is performed, to the SHA resident engineer a payroll of wages paid each of its employees (including apprentices, trainees, and helpers, described in Section IV, 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 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 earned. 2. At the prime contractor's option, either a single report covering all contract work or separate reports for the contractor and for each subcontract shall be submitted. VII. SUBLETTING OR ASSIGNING THE CONTRACT 1. The contractor shall perform with its own organization contract work amounting to not less than 30 percent (or a greater percentage if specified elsewhere in the contract) of the total original contract price, excluding any specialty items designated by the State. Specialty items may be performed by subcontract and the amount of any such specialtyitems performed may be deducted from the total original contract puce 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 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 leams 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 rs 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. 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 learns that its certification was erroneous by reason of changed circumstances. d. The terms "covered transaction,' "debarred," "suspended" "ineligible," "primary covered transaction" "participant," "person," "principal," "proposal," and "voluntaniy 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 Form FHWA-1273 (Rev. 3-94) Pager PREDETERMINED WAGE RATE IA12-1.0 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 * SUTA2002-003 04/28/2011 CARPENTERS AND PILEDRIVERMEN: Rates Fringes ZONE 1 23.92 8.58 ZONE 2 21.83 8.58 ZONE 3 21.83 8.58 ZONE 4 20.80 6.70 ZONE 5 20.25 5.30 CONCRETE FINISHER: ZONE 1 ZONE 2 ZONE 3 ZONE 4 ZONE 5 21.77 21.77 21.77 19.55 17.95 ELECTRICIANS: (STREET AND HIGHWAY LIGHTING AND TRAFFIC SIGNALS) IA 100001 - 1 6.00 6.00 6.00 4.45 5.00 ZONE 3 GROUP A GROUP B GROUP C GROUP D ZONE 4 GROUP A GROUP B GROUP C GROUP D ZONE 5 GROUP A GROUP B GROUP C GROUP D PREDETERMINED WAGE RATE IA12-1.0 26.70 24.90 23.90 23.90 25.50 24.36 22.28 22.28 22.07 21.03 19.70 18.70 13.20 13.20 13.20 13.20 7.15 7.15 6.92 6.92 5.40 5.40 5.40 5.40 TRUCK DRIVER (AND PAVEMENT MARKING DRIVER/SWITCHPERSON) ZONE 1 ZONE 2 ZONE 3 ZONE 4 ZONE 5 ZONE DEFINITIONS 20.10 20.10 20.10 19.30 17.35 8.15 8.15 8.15 4.70 4.70 ZONE 1 The Counties of Polk, Warren and Dallas for all Crafts, and Linn County Carpenters only. ZONE 2 The Counties of Dubuque for all Crafts and Linn County for all Crafts except Carpenters. ZONE 3 The Cities of Burlington, Clinton, Fort Madison, Keokuk, and Muscatine (and abutting municipalities of any such cities). ZONE 4 Story, Black Hawk, Cedar, Jasper, Jones, Jackson, Louisa, Madison, and Marion Counties; Clinton County (except the City of Clinton), Johnson County, Muscatine County (except the City of Muscatine), the City of Council Bluffs, Lee County and Des Moines County. ZONE 5 All areas of the state not listed above. IA 100001 - 3 PREDETERMINED WAGE RATE IA12-1.0 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 (ZONE 5) Setting of structural steel; any welding incidental to bridge or culvert construction; setting concrete beams. WELDERS: Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29 CFR 5.5 (a) (1) (ii)). In the listing above, the "SU" designation means that rates listed under that identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling IA 100001 - 5 Foran 181217 (10-11) 4/1 CONTRACTOR'S BOND Bond Number. 2153222 Iowa Department of Transportation Proposal LD • 07-8155-711 County: Black Hawk KNOW ALL PERSONS BY THESE PRESENTS: That we,Croell and Subsidiary of New Hampton, IA (hereinafter called the Principal) and North American Specialty Insurance Company of Manchester, NH (hereinafter called the Surety) are held and firmly bound unto the City of Waterloo (DOT, County, or City name, etc.) (hereinafter galled the Contracting Authority) Io, In the anal sum~ of $ hree Million One Hundred Twenty Eight Thousand Two Hundred Twelve Dollars and 67/100 Dollars ($ 3,12t3 212.(1 f ), lawful money of the United States, to the payment of which sum, weu and truiy to De made, the t'runcipai nerein nrmiy binds itself, their heirs, executors, and administrators and the said Surety binds themselves, their successors, assigns, executors and administrators, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBUGATION IS S92THAT whereas the above bounden Principal, did on the day of , enter into a written contract with the Contracting Authority to perform PCC Pavement - Grade & Replace as called for Letting February 21. 2012: Proiect: STP -U-8155(711)-70-07 Copy of which contract, together with all of its terms, covenants, conditions, and stipulations is incorporated horsing and made a part hereof as fully and completely as if said contract were recited at length, and Whereas, the principal and sureties on this bond hereby agree to pay all persons, firms, or corporations having contracts directly with the principal or with subcontractors, all just claims due them for labor performed or materials furnished, in the performance of the contract on account of which this bond is given, when the same are not satisfied out of the portion of the contract price which the public corporation is required to retain until completion of the public Improvements, but the principal and sureties shall not be liable to said persons, firms, or corporations unless the claims of said claimants against said portion of the contract price shall have been established as provided by law. Now, if the principal shall in all respects fulfill his said contract wording to the terms and tenor thereof, and shall satisfy all claims and demands incurred for the same, and shall fully indemnify and save harmless the Contracting Authority from all costs and damages which it may suffer by reason of failure to do so and shall fully reimburse and repay the Contracting Authority all outlays and expense which it may incur in making good any such default, then the obligation Is to be void and of no effect otherwise to remain In full force and effect. Every surety on this bond shall be deemed and held, any contract to the contrary notwithstanding, to consent without notice: 1. To any extension of time to the contractor in which to perform the contract. 2. The the bond shall remain in full force and effect until the contract is completed within the specified contract period, within an extension thereof, or within a period of time after the contract period has elapsed and the liquidated damage penalty is being charged against the contractor. 3. To any change in the plans, specifications, or contract, when such change does not involve an increase of more than twenty percent (20%) of the total contract price, and shall then be released only as to such excess increase. 4. That no provision of thls bond or of any other contract shall be valid which limits to Tess than five years from the completion of the contract the right to sue on this bond for defects in work quality or material not discovered or known to the Contracting Authority at the time such work is accepted. This bond is to be considered a performance bond and secures the Contracting Authority the right to recover from the contractor on account of material or labor entered into the work or work performed not In accord with the contract, specifications, or plans. The contractor does not by this obligation guarantee to maintain the work for five years. IN WITNESS WHEREOF, we have hereunto set our hands and seals this day of ,2012 , Croell and 3tjsidiary By: (1-)c fl corL,Aff Principal Title North American Specialty Insurance Company Surety By: Dian e S. Riley tto -in-Fact By. Principal Title By: Surety Title Address: Des Moines, IA Address: Title For contracts where a County Board of Supervisors is the Contracting Authority: This bond approved by the County, this day of (Board of Supervisors of) Chairperson For contracts where neither the DOT or a County Board of Supervisors is the Contracting Authority: This bond approved by the ALk- lid\ City of Waterloo (Contracting Authority) 2012 , this .Ckiu-igill jffir DISCLOSURE STATEMENT FOR CONTRACTORS PERFORMANCE BONDS The information requested wM be used by the Iona Departnn3nt of Transportation to determine 11 a contractorivendor Is bonded in accord with the requirements established by the contracting authority. This secures the IDOT and/or the State of Iowa the right to recover from the contractorNerdor If material odebor entered into the work performed is not in accord with the contract, specifications, or plans. Persons outside the Department may occasionally request this information. Failure to provide all required Information will result in denial of the award of the contract NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of Manchester, New Hampshire, and Washington International Insurance Company, a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Schaumburg, Illinois, each does hereby make, constitute and appoint JAY D. FREIERMUTH, CRAIG E. HANSEN, CLIFFORD W. AUGSPURGER, DIANNE S. RILEY, BRIAN M. DEIMERLY, CINDY BENNETT, ANNE CROWNER, TIMOTHY J. McCULLOH, STEPHANIE R. FINNEY, STACY LYNN VENN, JENNIFER N. MURPHY and ANGELA MARIE GROSS JOINTLY OR SEVERALLY Its true and lawful Attomey(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: FIFTY MILLION ($50,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 24th of March, 2000: "RESOLVED, that any two of the Presidents, any Managing Director, any Senior Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." �o try ��i�q��4 Kgal t _ 12. i SEAL�mo 5Z?moi '- " Ngpfps'Feto p,.4ryaN ,�pJiNlllil ";* By Steven P. Anderson, President & Chief Executive Officer of Washington International Insurance Company & Senior Vice President of North American Specialty Insurance Company BY David M. Layman, Senior Vice Presides of Washington International Insurance Company & Vice President of North American Specialty Insurance Company IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this l4th day of September 20 11 North American Specialty Insurance Company Washington International Insurance Company State of Illinois County of Cook ss: On this 14th day of September , 2011 before me, a Notary Public personally appeared Steven P. Anderson , President and CEO of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and David M. Layman , Senior Vice President of Washington International Insurance Company and Vice President of North American Specialty Insurance Company, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. FICIAL SEAL D JIMJ. MELS NOTARY - STATE OF SUNOIS ifY COMMISSION ENPIRESC901112 D. JiII Nelson, Notary Public I, James A. Carpenter , the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company, which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this day of , 20 12 . James A Carpenter, Vice President & Assistant Secretary of Washington International Insurance Company & North American Specialty Insurance Company FA96 (Form 650019) 11-05 CONTRACT Please return this copy to: City Clerk & Finance Department 715 Mulberry Street Waterloo, IA 50703 Letting Date: February 21, 2012 Contract ID: 07-8155-711 Bid Order No.: 101 County: BLACK HAWK Project Engineer: KIRKHAM-MICHAEL & ASSOCIATES Cost Center: 849300 Object Code: 890 DBE Commitment $85,976.85 Contract Work Type: PCC PAVEMENT - GRADE/REPLACE This agreement made and entered by and between the CITY OF WATERLOO CONTRACTING AUTHORITY, AND CROELL AND SUBSIDIARY OF NEW HAMPTON, IA, (CR334), 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 02/16/2012 PROJECT: STP -U-8155(711)--70-07 WORK TYPE: PCC PAVEMENT - GRADE/REPLACE ROUTE: MULTIPLE ROUTES LOCATION: IN THE CITY OF WATERLOO FROM US 20 TO IA 21 ON ANSBOROUGH AVE AND SHAULIS RD FEDERAL AID - PREDETERMINED WAGES ARE IN EFFECT COUNTY: BLACK HAWK ACCOUNTING ID: 29528 LENGTH (MILES): 2.04 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 -120221, FHWA-1273.04, GS -09004, IA12-1.0, SS -09015, ADDENDUMS: 21FEB101.A01, 21FEB101.A02 Contractor, for and in considerations of $3,128,212.67 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. Time is of the essence for this contract. To accomplish the purpose herei xpressed, C Contra' have signed this and one o r identical instrument as of the - day of Contractor tracting authority and Irt)LIAPe'�`i '1012 Iowa DOT Concurrence 2012 MAR 30 AM9:49:55 FB96 (Form 650019) 11-05 Letting Date: February 21, 2012 Contract ID: 07-8155-711 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 04/02/2012 120 WORKING DAYS CONTRACT NOTES $1,500.00 CONTRACT SCHEDULE OF PRICES Page: 2 ******************************************************************************** Vendor No.: CR334 Bid Order No.: 101 Contract ID No.: 07-8155-711 Letting Date: February 21, 2012 Primary Work Type: PCC PAVEMENT - GRADE & REPLACE 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 1Cts SECTION 0001 ROADWAY ITEMS 12101-0850001 CLEARING 1 0010 IAND GRUBBING 1 1 IACRE 1 1.5001 1 5,000.000001 7,500.00 12102-2710070 EXCAVATION, 1 I I 0020 (CLASS 10, ROADWAY AND 1 81,693.0001 2.600001 212,401.80 (BORROW ICY 1 1 12102-4560000 LOCATING 1 0030 ITILE LINES I TSTA 1 7.5001 1 200.000001 1,500.00 12105-8425015 TOPSOIL, 1 1 I 0040 (STRIP, SALVAGE AND 1 16,738.0001 3.000001 50,214.00 (SPREAD ICY 1 I 12107-0875000 COMPACTION 1 1 I 0050 (WITH MOISTURE AND 1 16,745.0001 0.300001 5,023.50 (DENSITY CONTROL ICY 1 I 12115-0100000 MODIFIED 1 1 I 0060 (SUBBASE 1 6,772.0001 31.400001 212,640.80 1 ICY 1 I 12121-7425020 GRANULAR 1 1 0070 (SHOULDERS, TYPE B 1 3,309.0001 15.700001 51,951.30 I ITON 1 1 12123-7450000 SHOULDER 1 1 I 0080 (CONSTRUCTION, EARTH 1 108.1001 120.000001 12,972.00 1 TSTA 1 I 12301-1032080 STANDARD OR 1 1 I 0090 ISLIP FORM PORTLAND 1 33,198.0001 25.890001 859,496.22 (CEMENT CONCRETE PAVEMENT,ISY 1 I (CLASS C, CLASS 2 1 1 I (DURABILITY, 8 IN. 1 1 I 12301-6911722 PORTLAND 1 1 I 0100 (CEMENT CONCRETE PAVEMENT ILUMP (LUMP 1 2,000.00 (SAMPLES 1 1 CONTRACT SCHEDULE OF PRICES Page: 3 ******************************************************************************** Vendor No.: CR334 Bid Order No.: 101 Contract ID No.: 07-8155-711 Letting Date: February 21, 2012 Primary Work Type: PCC PAVEMENT - GRADE & REPLACE 10:00 A.M. Primary County: BLACK HAWK I I 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 12303-0000100 HOT MIX I 1 I 0110 'ASPHALT MIXTURE, 1 71.7001 250.000001 'COMMERCIAL MIX (INCLUDES 'TON I 1 'ASPHALT BINDER), AS PER 1 I I (PLAN I I I 17,925.00 12315-8275025 SURFACING, 0120 'DRIVEWAY, CLASS A 'CRUSHED STONE 1 1 1 1 817.0001 15.700001 12,826.90 ITON 1 12401-6745910 REMOVAL OF 1 0130 'SIGN (EACH 1 5.0001 1 125.000001 625.00 12401-6750001 REMOVALS, 1 I I 0140 1AS PER PLAN ILUMP ILUMP 1 4,000.00 I I I I 12402-0425031 GRANULAR 1 I I 0150 'BACKFILL 1 141.0001 21.000001 'TON I I 2,961.00 12402-2720000 EXCAVATION, 1 1 I 0160 1CLASS 20 I 475.0001 5.000001 2,375.00 1 ICY 1 I 12415-2111005 PRECAST 1 I I 0170 'CONCRETE BOX CULVERT, 10 I 290.0001 408.000001 118,320.00 IFT. X 5 FT. ILF I 1 12415-2201005 PRECAST I I I 0180 'CONCRETE BOX CULVERT 1 4.0001 11,200.000001 'STRAIGHT END SECTION, 10 'EACH I 'FT. X 5 FT. I 1 I 44,800.00 12416-0100015 APRONS, 1 I I 0190 'CONCRETE, 15 IN. DIA. 1 23.0001 295.00000' 6,785.00 'EACH I I 12416-0100018 APRONS, 1 I I 0200 'CONCRETE, 18 IN. DIA. 1 10.0001 325.000001 3,250.00 1 'EACH 1 12416-0100036 APRONS, 1 1 I 0210 'CONCRETE, 36 IN. DIA. 1 10.0001 665.000001 6,650.00 'EACH 1 I CONTRACT SCHEDULE OF PRICES Page: 4 ******************************************************************************** Vendor No.: CR334 Bid Order No.: 101 Contract ID No.: 07-8155-711 Letting Date: February 21, 2012 Primary Work Type: PCC PAVEMENT - GRADE & REPLACE 10:00 A.M. Primary County: BLACK HAWK I 1 Item 1 Unit Price 1 Bid Amount Line 1 Item Number I Quantity 1 1 No I Item Description 1 and Unit 1 Dollars 1 Cts 1 Dollars (Cts 12416-1160018 CULVERT, 0220 'CONCRETE ENTRANCE PIPE, 118 IN. DIA. 1 L I I 409.0001 27.000001 1 1 11,043.00 12416-1180036 CULVERT, 1 1 1 0230 'CONCRETE ROADWAY PIPE, I 500.0001 48.000001 24,000.00 136 IN. DIA. ILF 1 12435-0250510 INTAKE, 1 1 I 0240 ISW-505 MODIFIED 1 25.0001 3,275.000001 81,875.00 'EACH 1 1 12502-8212206 SUBDRAIN, 1 1 I 0250 'PERFORATED PLASTIC PIPE, 1 10,331.0001 5.700001 16 IN. DIA. ILF I 1 58,886.70 12502-8215012 SUBDRAIN, 1 1 I 0260 12000D CONCRETE PIPE, 12 1 820.0001 23.000001 IIN. DIA. ILF I I 18,860.00 12502-8220193 SUBDRAIN 1 1 I 0270 'OUTLET (RF -19C) 1 51.0001 100.000001 5,100.00 'EACH 1 12502-8220196 SUBDRAIN 1 I 0280 'OUTLET, RF -19E 1 1.0001 250.000001 250.00 'EACH I I 12503-0114215 STORM SEWER 1 1 I 0290 'GRAVITY MAIN, TRENCHED, 1 2,016.0001 23.750001 47,880.00 'REINFORCED CONCRETE PIPE ILF 1 1 1(RCP), 2000D (CLASS III),1 1 115 IN. 1 1 I 12503-0114218 STORM SEWER 1 1 I 0300 'GRAVITY MAIN, TRENCHED, 1 32.0001 29.000001 'REINFORCED CONCRETE PIPE ILF 1 1(RCP), 2000D (CLASS III),1 1 118 IN. 1 1 I 928.00 12506-4984000 FLOWABLE 1 1 I 0310 'MORTAR 1 64.0001 85.000001 5,440.00 ICY 1 1 CONTRACT SCHEDULE OF PRICES Page: 5 ******************************************************************************** Vendor No.: CR334 Bid Order No.: 101 Contract ID No.: 07-8155-711 Letting Date: February 21, 2012 Primary Work Type: PCC PAVEMENT - GRADE & REPLACE 10:00 A.M. Primary County: BLACK HAWK I I Item I Unit Price 1 Bid Amount Line I Item Number I Quantity I I No I Item Description I and Unit I Dollars 1 Cts 1 Dollars (Cts 12507-3250005 ENGINEERING I I I 0320 !FABRIC 1 238.0001 5.000001 1,190.00 I ISY I I 12507-6800061 REVETMENT, I I I 0330 'CLASS E 1 130.0001 50.000001 6,500.00 I ITON I I 12510-6745850 REMOVAL OF I I I 0340 'PAVEMENT 1 10,148.0001 3.800001 38,562.40 I ISY I I 12511-0302500 I I I 0350 'RECREATIONAL TRAIL, I 8,552.0001 20.450001 174,888.40 'PORTLAND CEMENT CONCRETE, ISY I I 15 IN. I I I 12511-0310100 SPECIAL I I I 0360 'COMPACTION OF SUBGRADE 1 78.3001 200.000001 15,660.00 IFOR RECREATIONAL TRAIL ISTA I I I I I I 12511-7526006 SIDEWALK, P.I I I 0370 IC. CONCRETE, 6 IN. 1 53.9001 32.000001 1,724.80 I ISY I I 12511-7528101 DETECTABLE I I 1 0380 'WARNINGS 1 113.2001 35.000001 3,962.00 I ISF I I 12515-2475007 DRIVEWAY, P.I 1 I 0390 IC. CONCRETE, 7 IN. 1 85.8001 34.000001 2,917.20 ISY 1 I 12518-6910000 SAFETY 1 I I 0400 'CLOSURE 1 4.0001 75.000001 I 'EACH I I 300.00 12519-4200140 REMOVAL OF 1 I I 0410 'FENCE, FIELD 1 2,735.0001 1.000001 2,735.00 I ILF I I 12524-9275100 WOOD POSTS I I I 0420 [FOR TYPE A OR B SIGNS, 4 1 52.0001 20.000001 IIN. X 4 IN. ILF I I 1,040.00 CONTRACT SCHEDULE OF PRICES Page: 6 ******************************************************************************** Vendor No.: CR334 Bid Order No.: 101 Contract ID No.: 07-8155-711 Letting Date: February 21, 2012 Primary Work Type: PCC PAVEMENT - GRADE & REPLACE 10:00 A.M. Primary County: BLACK HAWK 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 1 I 0430 !SIGNS, SHEET ALUMINUM 1 25.0001 20.000001 500.00 I ISF 1 I 12526-8285000 1 I I 0440 !CONSTRUCTION SURVEY ILUMP 'LUMP 1 13,300.00 1 I 1 1 12527-9263109 PAINTED 1 1 I 0450 'PAVEMENT MARKING, 1 57.9201 40.000001 2,316.80 'WATERBORNE OR ISTA 1 1 (SOLVENT -BASED 1 1 I 12528-8445110 TRAFFIC 1 1 I 0460 'CONTROL ILUMP (LUMP 1 2,550.00 1 1 1 I 12533-4980005 1 1 I 0470 'MOBILIZATION ILUMP 'LUMP 1 125,000.00 1 1 1 12554-0112020 WATER MAIN, 1 1 0480 'TRENCHED, DUCTILE IRON 1 7,908.0001 75.500001 597,054.00 IPIPE (DIP), 20 IN. ILF 1 I 12554-0142020 WATER MAIN 1 1 I 0490 !WITH CASING PIPE, I 110.0001 410.000001 45,100.00 ITRENCHLESS, DUCTILE IRON ILF 1 I IPIPE (DIP), 20 IN. 1 1 I 12554-0203000 FITTINGS BY 1 1 I 0500 'WEIGHT, DUCTILE IRON 1 7,870.0001 4.000001 31,480.00 1 ILB 1 I 12554-0204110 WATER 1 1 I 0510 'SERVICE STUB, COPPER, 1 1 1.0001 1,800.000001 IIN. 'EACH 1 1,800.00 12554-0207000 VALVE, GATE,1 1 I 0520 IDIP, 20 IN. 1 7.0001 11,625.000001 'EACH 1 81,375.00 12554-0210201 FIRE 1 I I 0530 'HYDRANT ASSEMBLY, WM-201 1 4.0001 3,800.000001 1 'EACH 1 1 15,200.00 CONTRACT SCHEDULE OF PRICES Page: 7 ******************************************************************************** Vendor No.: CR334 Bid Order No.: 101 Contract ID No.: 07-8155-711 Letting Date: February 21, 2012 Primary Work Type: PCC PAVEMENT - GRADE & REPLACE 10:00 A.M. Primary County: BLACK HAWK 1 I Item 1 Unit Price 1 Bid Amount Line I Item Number 1 Quantity 1 I No 1 Item Description 1 and Unit 1 Dollars I Cts ' Dollars ICts 12601-2634100 MULCHING 1 1 1 0540 1 I 20.7501 700.000001 14,525.00 1 IACRE 1 1 12601-2636043 SEEDING AND I I 0550 'FERTILIZING (RURAL) 1 20.7501 410.000001 8,507.50 IACRE I 1 12602-0000020 SILT FENCE 1 I I 0560 1 1 7,907.0001 1.400001 11,069.80 ILF I 1 12602-0000030 SILT FENCE 0570 IFOR DITCH CHECKS 1 ILF I I 743.000' 1.850001 1 1 1,374.55 12401-6750001 REMOVALS, I 1 i 0571 IAS PER PLAN ILUMP 'LUMP 1 4,800.00 I I 1 I 12416-1262036 CULVERT, 0572 'CONCRETE PIPE, 2000D, ITRENCHLESS, 36 IN. DIA. 1 ILF 1 1 80.0001 385.000001 1 1 1 30,800.00 SECTION 0002 MOBILIZATIONS FOR EROSION CONTROL FOR THE CONTRACT 12602-0010010 0580 'MOBILIZATIONS, EROSION 1 'CONTROL 'EACH 1.0001 500.000001 1 500.00 12602-0010020 1 0590 'MOBILIZATIONS, EMERGENCY I 'EROSION CONTROL 'EACH 1 1.0001 1,000.000001 1,000.00 ITOTAL BID 1 3,128,212.67 Addendum Iowa Department of Transportation Date of Letting: February 21, 2012 Office of Contracts Date of Addendum: February 7, 2012 B.O. Proposal ID Proposal Work Type County Project Number Addendum 101 07-8155-711 PCC PAVEMENT - GRADE & REPLACE BLACK HAWK STP -U-8155(711)--70-07 21FEB101.A01 Notice: Only the bid proposal holders receive this addendum and responsibility for notifying any potential subcontractors or suppliers remains with the proposal holder. Make the following changes to the plan: Plan Sheet C.02, Tabulation 100-4A, Item Code 2510-6745850, Add the following: The pavement is a seal coat with a general depth of 6-8". Plan Sheet C.03, Tabulation 100-4A, Item No. 9: Change Item Code from: 2301-1033080 To: 2301-1032080 Change the Description from: STANDARD OR SLIP FORM PORTLAND CEMENT CONCRETE PAVEMENT, CLASS C, CLASS 3 DURABILITY, 8 IN. To: STANDARD OR SLIP FORM PORTLAND CEMENT CONCRETE PAVEMENT, CLASS C, CLASS 2 DURABILITY, 8 IN. Plan Sheet C.04, Tabulation 110-1, Delete the following: Refer to Tabulation 102-5 Plan Sheets V.01 -V.04: Replace Plan Sheets V.01 -V.04 with attached Plan Sheets V.01 -V.04. Page 1 of 5 b Crq tt N GENERAL NOTES: IT IS THE INTENT OF THIS DESIGN TO CONSTRUCT A DUAL 10'x5'x155'-6 PRECAST REINFORCED CONCRETE BOX CULVERT. UTILITY COMPANIES AND MUNICIPALITIES WHOSE FACILITIES ARE SHOWN ON THE PLANS OR KNOWN TO BE IN THE CONSTRUCTION LIMITS SHALL BE NOTIFIED BY THE CONTRACTOR ON 711E CONSTRUCTION STARTING DATE. THESE BRIDGE PLANS LABEL ALL REINFORCING STEEL WITH ENGLISH NOTATION (Sal IS $ INCH DIAMETER EARL ENGLISH REINFORCING STEEL RECEIVED IN THE FIELD MAY DISPLAY THE FOLLOWING 'BAR DESIGNATION'. THE 'BAR DESIGNATION' IS THE STAMPED IMPRESSION ON THE REINFORCING BARS, AND I5 EQUIVALENT TO THE BAR DIAMETER IN MILLIMETERS. ENGLISH SIZE 3 4 5 7 9 10 BAR DESIGNATION 10 13 16 19 22 25 29 32 38 PRE -CONSTRUCTION NOTES: THE CONTRACTOR SHALL SUBMIT DETAILS OF THE PROPOSED PRECAST BOX SECTIONS TO THE OFFICE OF BRIDGES & STRUCTURES FOR APPROVAL. TIE DETAILS SHALL INCLUDE THE FOLLOWING, A. A SITUATION PLAN DRAWING SHOWING 711E BACK TO BACK PARAPET DIMENSION FOR THE LINE OF THE CULVERT SECTIONS. ALSO INCLUDE THE NUMBER OF PRECAST SECTIONS AND SECTION LENGTHS. B. A DETAIL OF 711E PRECAST CULVERT BARREL SECTIONS SHOWING A CROSS SECTION VIEW OF THE SECTION, STEEL LOCATIONS, DIMENSIONS, ETC. C. A DETAIL OF THE PRECAST CULVERT END SECTIONS SHOWING A CROSS SECTION VIEW OF THE SECTIONS, STEEL LOCATIONS, DIMENSIONS, ETC., SIMILAR TO THE END SECTION DETAILS SHOWN IN THIS PLAN. EXAMPLE BARREL AND END SECTION SUBMITTAL SHOP DRAWING SHEETS ARE AVAILABLE AT THE IOWA DOT BRIDGE WEB SITE AT httpi//www.lowadot.g ov/brldg a/v8precuI etd.htm THE CONTRACTOR SHALL ALLOW THIRTY WORKING DAYS FOR THE ENGINEER'S REVIEW. THE LENGTH IN LINEAR FEET OF PRECAST CONCRETE BOX CULVERT WILL BE BASED ON THE PLAN QUANTITY. FOR THE NUMBER OF LINEAR FEET GIVEN ON THE PLAN, THE CONTRACTOR WILL BE PAID THE CONTRACT UNIT PRICE PER LINEAR FOOT. THE PAYMENT SHALL BE FULL COMPENSATION FOR FURNISHING ALL MATERIAL, LABOR AND EQUIPMENT NECESSSARY TO COMPLETE THE WORK EXCEPT FOR BID ITEMS 'CONCRETE BOX CULVERT STRAIGHT END SECTION','CLASS 20 EXCAVATION', 'CLASS E REVETMENT',AND 'GRANULAR BACKFILL'. FOR EACH PRECAST BOX CULVERT STRAIGHT END SECTION INSTALLED THE CONTRACTOR WILL BE PAID THE CONTRACT PRICE PER EACH. THE PAYMENT SHALL BE FULL COMPENSATION FOR FURNISHING ALL MATERIAL (INCLUDING LINTEL BEAMS AND CURTAIN WALLS,LABOR AND EQUIPMENT NECESSARY TO COMPLETE THE WORK EXCEPT FOR 81D ITEMS PRECAST CONCRETE BOX CULVEIr,'CLASS 20 EXCAVATION',' CLASS E REVETMENT', AND 'GRANULAR BACKFILL'. THE CURTAIN WALL AND THE LINTEL BEAM SHALL BE PRECAST. THE CONTRACTOR SHALL FURNISH AND INSTALL CULVERT TIES FOR ALL JOINTS. THE MAIN SECTION JOINTS WILL HAVE ONE TIE ON EACH 510E OF THE BARREL AND THE LAST BARREL SECTION WILL BE ATTACHED TO THE END SECTIONS WITH TWO TIES PER SIDE THE END SECTION JOINTS WILL HAVE TWO TIES PER SIDE CULVERT TIES SHALL BE INCLUDED IN THE COST FOR PRECAST CONCRETE BOX CULVERT. TIE RODS WILL BE I INCH DIAMETER STEEL AND SHALL MEET REQUIREMENTS OF ASTM A 709 GRADE 36 OR EQUAL. CULVERT TIE ASSEMBLIES SHALL BE GALVANIZED OR PAINTED ACCORDING TO ARTICLE 2408.02,0,0F THE STANDARD SPECIFICATIONS. ACRYLIC TOPCOAT NOT REQUIRED. THE LIMITS FOR EXCAVATION FOR THE PRECAST CONCRETE BOX CULVERT SHALL BE AS SHOWN ON THE 'GRANULAR BEDDING DETAIL'. A MINIMUM OF 6 INCHES OF GRANULAR MATERIAL WITH A MAXIMUM AGGREGATE SIZE OF 1 INCH SHALL BE USED A5 BEDDING FOR THE PRECAST BOX CULVERT. THE BEDDING SHALL BE SHAPED TO A FLAT BASE USING A TEMPLATE. THE 6 INCH GRANULAR BEDDING SHALL BE BID AS GRANULAR BACKFILL INSTALLATION NOTES: PRFCACT CONCRETE 80X CULVERT SECTIONS SHALL BE LAID WITH THE GROOVE Elm OF EACH SECTION UP-GRADE,ANO THE SECTIONS SHALL BE TIGHTLY JOINED. JOINT OPENINGS BETWEEN SECTIONS SHOULD BE AS TIGHT AS PRACTICABLE AND LIMITED TO A MAXIMUM OF 1 INCH OPENINGS. THE JOINT ON THE BOTTOM OF THE CULVERT SHALL BE SEALED WITH A FLEXIBLE WATER TIGHT I INCH BUTYL ROPE GASKET AS PER MATERIALS IJ4.481.09. BUTYL ROPE GASKET SHALL BE INSTALLED IN ACCORDANCE WITH THE RECOMMENDATIONS OF THE MANUFACTURER AND SHALL EXTEND VERTICALLY 6 INCHES ABOVE THE BOTTOM FILLET. ALL JOINTS SHALL BE TRIMMED CLEAN ON THE INSIDE AFTER SEALING. THE CONTRACTOR SHALL ALSO PLACE A 2 FOOT WIDE PIECE OF ENGINEERING FABRIC AROUND THE TOP AND SIDES OF EACH PRECAST JOINT. THE FABRIC SHALL BE CENTERED WITH 1 FOOT ON EACH 510E OF THE JOINT, THE FABRIC SHALL BE ATTACHED TO THE WALLS AND TOP OF EACH SECTION TO PREVENT THE FABRIC FROM SLIPPING OFF THE JOINT DURING BACKFILLING OPERATIONS. ATTAC4SIENNT METHODS SHALL BE APPROVED BY THE ENGINEER. ALL COSTS INCLUDING MATERIAL AND LABOR ASSOCIATED WITH PROVIDING THE ENGINEERING FABRIC AND INSTALLING IT AS REQUIRED SHALL BE INCLUDED IN THE BID ITEMS 'PRECAST CONCRETE BOX CULVERT'AND 'PRECAST BOX CULVERT STRAIGHT ED SECTION'. THE ENGINEERING FABRIC SHALL BE IN ACCORDANCE WITH ARTICLE 4198.01,9,3,8E THE STANDARD SPECIFICATIONS. DURING BACKFILLING THE COMPACTION ADJACENT TO THE BOTTOM CORNER RADII SHALL BE ACCOMPLISHED WITH A MECHANICAL HAND COMPACTOR. THE CONTRACTOR SHALL FURNISH AND INSTALL LIFTING HOLE PLUGS FOR EACH SECTION. LIFTING HOLES SHALL BE PLUGGED WITH A PRECAST CONCRETE PLUG, SEALED AND COVERED WITH MASTIC OR MORTAR. SINCE PRECAST CONCRETE CULVERT END SECTIONS HAVE THE FORESLOPE LOCATED AT THE BOTTOM OF THE PARAPET INSTEAD OF THE TOP (A5 IN THE CASE OF CAST IN PLACE 808 CULVERTS) THE MAIN BARREL SECTION HAS BEEN LENGTHENED. DESIGN REQUIREMENTS: THE PRECAST CULVERT SECTIONS SHALL MEET THE MINIMUM REQUIREMENTS OF ASTM C 1433, TABLE I SECTIONS THAT ARE DESIGNED FOR COMBINED EARTH DEAD LOAD AND AASHTO HS -20 LIVE LOAD CONDITIONS. ANY PRECAST 80X CULVERT DESIGNS SUBMITTED, THAT VARY FROM THE A5TI( C1433 STANDARD, SHALL 8E DESIGNED AND SEALED BY A PROFESSIONAL ENGINEER, CURRENTLY REGISTERED IN THE STATE OF IOWA. BOXCAR SOFTWARE VERSION 2.0 OR LATER CAN BE USED TO DESIGN THE PRECAST BOX CULVERT BARREL SECTIONS, PROVIDING THE ANALYSIS MEETS THE MINIMUM REQUIREMENTS OF ASTM C1433. MINIMUM LENGTH OF PRECAST SECTIONS SHALL BE 4.0 FEET. MINIMUM CULVERT WALL THICKNESS SHALL BE B INCHES. REINFORCING CLEAR COVER SHALL BE I INCH MINIMUM AND INCHES MINIMUM AND I} INCHES MAXIMUMIMUM FOR THE R OR THE ESECTIOND SECT SECT11 IONS. GRANULAR MATERIAL (MAX. P SIZE AGGREGATE) --1 • '-0 WELDED EYE OR APPROVED EQUAL * ism= s 2'-B (ADJ.*Ii' MIN.) EYE BOLT TIE DETAIL A OPTIONAL CANOPY TIE *THE CONNECTIONS SHALL BE PLACED AT THE DOWNSTREAM END WHEN THE CONNECTIONS ARE PLACED INSIDE OF STRUCTURE. // WELD COUPLER TO BOLT TOP VIEW ADJUSTABLE TIE 2,8* AS REQUIRED TO PRODUCE ACCEPTABLE JOINT U BOLT TIE WELDED PIPE TIE APPROVED CONCRETE BOX TIES DRAWING APPROVAL, ALL SHOP DRAWINGS AND FALSEWORK DRAWINGS THAT REQUIRE APPROVAL SHALL BE APPROVED BY KIRNHNM MICHAEL ADDRESS, 11021 AURORA AVENUE URBAMDALE, IA 50322 (515)270-0848 (515) 270-1087 FAX THESE SHOP DRAWINGS SHALL NOT BE SENT TO IOWA D.O.T.OFFICE OF BRIDGE AND STRUCTURES. • '-C (TVP. DE510N TEAM IM4LTN.48 I PRECAST CULVERT QUANTITIES & NOTES 12/9/2011 g,ebeI63v6l HAO61I635 Yer,rioo 5.W3 RI,d 0.141, ha,e2.0,,663Pien,um0611635.P11-V_,I,et,ASn CLASS 20 EXCAVATION LIMITS GRANULAR BEDDING DETAIL GRANULAR MATERIAL SHALL TERMINATE 3'-0 SHORT OF THE PRECAST CURTAIN WALL I MODIFIED STANDARD SHEET 1051 I ENGLISH I CITY OF WATERLOO I BLACK HAWK COUNTY HOLE q JOINT BOX I'-4 CULVERTS E HOLE 1'-4 TONGUE LENGTH TAPERED HOLES PERMITTED WHEN PRECAST TYPICAL TIE LAYOUT HOLES SHALL BE CAST OR DRILLED I'-4 FROM CENTERLINE OF JOINTS FOR BOX CULVERTS, AS SHOWN ABOVE, UNLESS FORMS ARE SET UP FOR I'-4 SPACING FROM OUTSIDE OF JOINT. DESIGN FOR 40° SKEW LT.AHEAD DUAL 10' x 5' x 155'-8 PRECAST REINFORCED CONCRETE BOX CULVERT NOTES AND BOX TIE DETAILS (WITH 48^ SKEWED END SECTIONS) BLACK HAWK COUNTY IOWA DEPARTMENT OF TRANSPORTATION - HIGHWAY DIVISION DESIGN 51EET NO. I OF 4 FILE N0. DESIGN N5. PROJECT NUMBER STP -U -6155E10 -70-07 I SHEET NUMBER V.OI 0011:131VM D .U.13 2 8 F, 2 14, 0 0 4." Jo aftv s•!_. A: n m M E l'<'grq `' 54582 -14 T/E /2g JF1 _ . . . 2 . E vio„, it/11 MI MI ,,,,,,,,-, 4st •.. .... ;:e v, ________ .ii-Arstr. %to - 1 .44,kfr a -a 4444°'• 1- 3. A0110:# *JitirANI- ati.Nr. 4‘1F. z g •2 0 zc z r- cn (-) 5 zr- re) 0 c r- xo *ow!, -07.4te Agate rn c -n co I- 0 avtpl DX c ,„nou22 E-Igxa 2 3 ° EzTitnal -0rn qr-03.„1-• 111 ax.0-1 P3 I— 0 < Y2' rn MI —I 01133S H3VOUda 1V3IdAl 10 10 -13 CO 01 0.192 IN.G/FT (TWA EXCEPT A5 NOTED 9 HAUNCH TO MATCH BARREL HAUNCH 512E AH REINFORCEMENT (EXTERIOR, SEE TABLE) END VIEW DETAIL A AH REINFORCEMENT (EXTERIOR, SEE TABLE) Tb® I'-0 MAXIMUM RADIUS NOTE, ADDITIONAL I'-0 HEIGHT INTERIOR APRON WALL NOT SHOWN SEE DETAIL B SEE DETAIL A NOTE, DIMENSIONS SHOWN IN TABLES ARE ROUNDED 10 THE NEAREST WHOLE INCH. N0.4 DOWEL BARS l'-0 LONG, QS 0.10 IN.2/FT.IN EF IN EACH DIRECTION SECTION A -A TONGUE OR GROOVE TO MATCH BARREL ..,SLOPED_ LEVEL WALL SECTION WALL SECTIONS DETAIL B LAYER OF MESH L LAYER OF MESH FABRIC LAYER DETAIL WHEN MORE THAN ONE LAYER OF STEEL FABRIC IS USED TO OBTAIN THE REQUIRED REINFORCEMENT AREAS, THE WIRES OF THE STEEL FABRIC SHALL BE PLACED AS SHOWN. PLAN VIEW TOP TIE NOT REQUIRED IF HEIGHT H IS LESS THAN 4'-0 OUTLET FLOW DIRECTION INLET 'OW DIRECTION LINTEL BEAM DETAILS OR ADDITIONAL INFORMATION SEE SECTION A -A FOR CURTAIN WALL DETAILS. ELEVATION 2 TIES TO BARREL SECTION As3 REINF. AH REINF. (EXTERIOR) N0.4 LONGITUDINAL BARS 2'-6 LONG AND SPACED AT I'-0 CTR. TO CTR. OR EQUIVALENT WELDED WIRE FABRIC. TONGUE AND GROOVE JOINT DETAIL LENGTH L RISE R (FT.) 45° SKEW I6' -S L - BASED ON 3.1 FORESLOPE NORMAL TO q OF ROADWAY. LENGTH LL SPAN 5(1.) 45° SKEW 10 8'-6 LENGTH N SPAN S (FT.) 450 SKEW 10 13'-6 LENGTH P SPAN 5 (FT.) 45° SKEW I0 5-8 AH REINF. TABLE U10/FT.) HEIGHT AH H OT.) 45° SKEW 6 OR LESS 0.192 10 NOTES: PRECAST BOX CULVERT END SECTIONS SHALL BE CONSTRUCTED IN ACCORDANCE WITH BARREL DETAILS, EXCEPT AS MODIFIED BELOW[ REINFORCING FOR PRECAST END SECTIONS REINFORCING FOR PRECAST END SECTIONS AND CURTAIN WALLS SHALL BE WELDED WIRE FABRIC,(WWF) MEETING THE REQUIREMENTS OF ASTM 4185 OR ASTM A497. THE MINIUUM CONCRETE COVER OVER THE REINFORCING SHALL BE 3 TIMES THE NOMINAL DIA.OF THE BAR, BUT SHALL NOT BE LESS THAN 125 INCHES OR GREATER THAN 15 INCHES. Bb• W I5°) 101'0 30°)V-2 W 45° CULVERT TIES ARE TO BE I INCH DIA. RODS. FOR SKEW ANGLES OVER 1..30'UP TO 22°30',4450 A 15° SKEW END SECTION. FOR SKEW ANGLES OVER 22°30'UP TO 37°30' USE A 30° SKEW END SECTION. FOR SKEW ANGLES OVER 37.30' UP TO 450USE A 45° SKEW END SECTION.8 2 INCH DIAMETERHOLE5,6 INCH DEEP INTO TOP OF WALL. FILL HOLES(5)WITH GROUT. GROUT SHALL CONSIST OF I PART CEMENT AND 2 PARTS SAND. USE AIR ENTRAINED PORTLAND CEMENT. GROUT n MIX SHALL HAVE A MAXIMUM SLUMP OF 4 INCHES. THICKNESS OF BOTTOM, Tb, SHALL MATCH THAT OF BARREL SECTIONS. END OF WALL MAY BE CUT SQUARE AS SHOWN 0R FOLLOW THE SKEW. JOINT DETAIL SHOULD TERMINATE AT HAUNCH. FOR THE FIRST SECTION ADJACENT TO THE BARREL, SEE Aa4 TABLE NOTE, THE ABOVE AH AREAS MAY NEED TO BE INCREASED TO MEET MINIMUM STEEL AREA REQUIREMENTS A5 SHOWN BELOW. FOR Tb 0 10', AH 0NIn) ° 0240 FOR Tb ° 12', AH (Din) . 0.288 H IS THE LARGEST VERTICAL DIMENSION OF THE SECTION As4 REINF. TABLE (IN'/FT.) HEIGHT 404 H (FT.) 45° SKEW 6 OR LESS 0.192 10 NOTE,Aa4 IS INSIDE FACE WALL STEEL FOR THE IST SECTION ADJACENT TO THE BARREL ONLY. H IS THE LARGEST VERTICAL DIMENSION OF THE SECTION. DESIGN TEAM bila CNAL 1 PRECAST CULVERT SKEWED END SECTION OETAILSI MODIFIED STANDARD SHEET 10831 ENGLISH 1 CITY OF WATERLOO 1 BLACK HAWK COUNTY 12/9/2011 gcebalkev81 NAOS!1635 Waterloo Shawls ReaG\0aetgn\Phese_2.Dnlgn\PIo '.rC6I1635_02 V_aheets.dgn As3 REINF. TABLE SPAN SECTION BOT. SLAB THICKNESS (IN) S (FT) HT. H (FT) REQUIRED Aa3 (182/FT.) 10 8 9 10 12 5 0.259 0.235 0.240 — NOTE H I5 THE LARGEST VERTICAL DIMENSION OF THE SECTION. DESIGN FOR 40° SKEW LT.AHEAD DUAL 10' x 5' x I55'-8 PRECAST REINFORCED CONCRETE BOX CULVERT END SECTION DETAILS OYI1H 45° SKEWED END SECTIONS) BLACK HAWK COUNTY IOWA DEPARTMENT OF TRANSPORTATION - HIGHWAY DIVISION DESIGN 51EET N0. 3 1 4 FILE N0. DESIGN N0. PROJECT NUMBER STP -U-81551711)--70-07 1 SHEET NUMBER V:03 INLET INTERIOR APRON WALL DETAILS (CAST -IN PLACE) N_SHOwN NOTES: ELSEWHERE IN PLANS 2 H7 OP -0.20 IN°/FT PRECAST LINTEL BEAMS SHALL BE CONSTRUCTED IN ACCORDANCE WITH 2 PRECAST BARREL AND ENO SECTION DETAILS AND NOTES, EXCEPT AS MODIFIED 6 A2 BOTTOM -SEE LINTEL BM. TABLE 3• DIA. HOLES. I' -WIRE _ BELOW. REINFORCING FOR PRECAST LINTELS AND PARAPETS SHALL BE EITHER WELDED FABRIC (BRE) MEETING THE REQUIREMENTS OF ASTM A185 (65 651)OR ASTM A497 OR REINFORCING BARS MEETING THE REQUIREMENTS OF REINFORCING NOT SHOWN B • d B ASTM A615 (60 601). WIRE SPACING FOR WWF SHALL NOT EXCEED 2 INCHES FOR 10'-0 (NOMINAL) Q Qe,0011111 4b SPA a I'-0 MAX. !' CL 2-N0.4 BARS \ \��\F_) \� _ ���� 11,11 \\�z �\ —, z fa `7i� Eil Ed 7 '^® FOR PRIMARY STEEL AND 8 INCHES FOR DISTRIBUTION STEEL STRUCTURAL STEEL PER ASTM A T09, GRADE 36. O PLACE N0.8 DOWEL, I'-0 LONG INTO 2 INCH DIA. HOLE IN THE TOP OF THE WALL SECTION AND 3 INCH DIA. HOLE IN THE LINTEL BEAM. FILL HOLES WITH GROUT. CAST ADDITIONAL 3 INCH HOLES TO MAINTAIN A 4 FOOT MAXIMUM HOLE SPACING • CHECK TIRE LOCATION TO DETERMINE WHETHER A TONGUE OR A GROOVE IS USED. TONGUE AND GROOVE TO TERMINATE AT CULVERT RADIUS. C ® SEE PARAPET REINFORCEMENT TABLE BELOW. —S AREAS SHOWN ARE FOR WELDED WIRE FABRIC. IF REBAR IS USED, �� NO.4 BARS (4 REQUIRED) Q _ : CURTAIN I WALL \(PARAPET))�� CURTAIN WALLN0.4 NOT SHOWN END VIEW DOWEL BARS �EDLIP 4 FrT. SIDE ELEVATION mRILL AND GROUT) 0 FILL HOLES(5)WITH POLYMER GROUT. NOTES BID ITEM ?RECAST CONCRETE BOX CULVERT STRAIGHT END SECTION, 10 FT. X 5 FT." INCLUDES ALL COSTS FOR LABOR, 3• I5° DIA. HOLES & 30° SKEWS 2'-6 cp CENTER P 84 AT A MAX. OF 11 INCH SPACING SHOULD BE USED. 45° SKEWS 2'-10 ETON 2 PLAN VIEW 0.20 LINTEL BEAM REINFORCEMENT TABLE IN°/FT. 2 SPAN BOTTOM REINFORCEMENT 12 x 12 PARAPET TOP REINFORCEMENT S WWF OPTION REBAR OPTION 0.4 BARS (T.) Al (IN'/FT) A2 (INE/FT) AI A2 ) Q I NO. 4 DOWEL BARS EQUIPMENT, AND MATERIALS TO INSTALL INTERIOR APRON I'-4 LONG, SPACED WALL AS DETAILED IN THE PLANS. / 461 10 0.471 0.941 *7 W 12 07 a 6 PERMISSIBLE 4 Q ``r CONST. JOINT �'� Ii WALL - _ �) TONGUE OPTION DOWELS ALL REINFORCING N0.4 . ow BARS � � M1�1�'�4 1 i. V.1., SHOWN 1 A SECTION STEEL SHALL BE SECURELY WIRED IN PLACE BEFORE CONCRETE IS PLACED CURTAIN WALL ALL EXPOSED CORNERS SO DEGREES OR SHARPER ARE TO BE FILLETED WITH A j• DRESSED AND BEVELED STRIP. DESIGN STRF°SEC, CONCRETE SECTION 8 Yon 3,500 PSI REINFORCING STEEL SECTION 8 ASTM 4615 GRADE 60, Ya ° 24,000 PSI A -A POLYMER GROUT SYSTEM IN ACCORDANCE WITH ARTICLE 2301.03, E, OF THE STANDARD SPECIFICATIONS. to 4• �� 1 •e, ITJ 0.20 INR/FT. I N0.4 BAR 21 PARAPET REINF. TABLE 6 2• I, 0 0 A2 BOTTOM ox—ix�— SPAN S (FT.) 45° SKEW REINFORCEMENT 2' IO 3 - 68 CL SEE LINTEL BEAM REINF. TABLE CL SECTION B -B 3 90.4 BARS ' �N,ARS 12 x 12 PARAPET 4b1 BENT BAR DETAILS .11. ._, 2• CL 11 i u' e PERMISSIBLE CONST. JOINT I•;II 0.4 BARS MI E>M.WW WA.EIR li °il �1� E) N0.4 BAR 2 } r _ T. D =3• 'P D°3• Y � ` 11.31f 4' BEVEL O SECTION C -C (TONGUE OPTION SHOWN) SKEWED LINTEL BEAM TOR SKEWS OF 7°30' TO 45° ) DESIGN FOR 40° SKEW LT. AHEAD DUAL 10' x 5' x 155'-8 PRECAST REINFORCED CONCRETE BOX CULVERT LINTEL BEAM DETAILS (WITH 45° SKEWED ENO SECTIONS) BLACK HAWK COUNTY IOWA DEPARTMENT OF TRANSPORTATION - HIGHWAY DIVISION OESION SHEET NO. 4 OF 4 FILE NO. OMEN NO. 4bI NOTE ALL DIMENSIONS F ALTERNATE (2 REQUIRED) ARE OUT TO OUT. 0 x PIN DIAMETER. 4b1 I�4L�� DESIGN TEAM I vSAS1 UAM I PRECAST CULVERT LINTEL BEAM DETAILS 1 MODIFIED STANDARD SHEET 1084 ENGLISH I CITY OF WATERLOO I BLACK HAWK COUNTY I PROJECT NUMBER STP -U-8155(711)--70-07 I SHEET NUMBER V•04 Addendum Iowa Department of Transportation Date of Letting: February 21, 2012 Office of Contracts Date of Addendum: February 14, 2012 B.O. Proposal ID Proposal Work Type County Project Number Addendum 101 07-8155-711 PCC PAVEMENT - GRADE & REPLACE BLACK HAWK STP -U-8155(711)--70-07 21FEB 101.A02 Notice: Only the bid proposal holders receive this addendum and responsibility for notifying any potential subcontractors or suppliers remains with the proposal holder. Attached is a SCHEDULE OF PRICES for the following items: Line No. 0571 2401-6750001 REMOVALS, AS PER PLAN Line No. 0572 2416-1262036 CULVERT, CONCRETE PIPE, 2000D, TRENCHLESS, 36 IN. DIA. Bid these items as instructed and submit the bids for these items with the Bid Proposal. Make the following change to the PROPOSAL SCHEDULE OF PRICES: Change Line No. 0230 2416-1180036 CULVERT, CONCRETE ROADWAY PIPE, 36 IN. DIA. from 576.000 LF to 500.000 LF. If the quantity is not changed on the proposal form, the bid amount will be extended using the unit price times the correct quantity as shown here. Make the following change to Plan Sheet B.03: Replace Typical 7110 with attached Typical 7110 Make the following change to Plan Sheet C.02: For Item Code 2554-0112020, Add the following Description: Item shall be in accordance with SW -104, Class P-1. Page 1 of 5 Make the following changes to Plan Sheet C.03: Tabulation 105-4 STANDARD ROAD PLANS: Delete: RF -26 Dated 10-18-11 Add: SW -104 Dated 04-21-09 Make the following changes to Plan Sheets L.01 - L.06: Change the joints as shown: From: K-2 To: L-2 or KT -2 The following is Estimate Reference Information for Item Code 2401-6750001 REMOVAL, AS PER PLAN: Includes the removal of 569 LF of 6" DIP watermain from approximate Sta. 501+00 to 507+00 when water services have been switched to new 20" watermain. The following is Estimate Reference Information for Item Code 2416-1262036 CULVERT, CONCRETE PIPE, 2000D, TRENCHLESS, 36 IN. DIA.: Pipe in Tab 104-3 at Sta. 226+71.9 is to be placed using trenchless construction. All materials and labor for the construction of boring pits, and jacking of the pipe are considered incidental to this item. Attached Schedule of Fittings - By Weight is to tabulate Item Code 2554-0203000. Page 2 of 5 PROPOSAL ADDENDUM - SCHEDULE OF PRICES Page: 9 *********************************************************************************** Bid Order No.: 101 Proposal ID No.: 07-8155-711 Letting Date: February 21, 2012 Primary Work Type: PCC PAVEMENT - GRADE & REPLACE 10:00 A.M. Primary County: BLAWK HAWK ITEMS LISTED ON THIS PAGE ARE ADDED BY ADDENDUM 21FEB101.A02 I Linel No 1 Item Number Item Description 1 Item 1 Unit Price 1 Bid Amount Quantity I I 1 and Unit 1 Dollars 1 Cts 1 Dollars ICts Section 0001 (CONTINUED) ROADWAY ITEMS 12401-6750001 REMOVALS, 1 I 0571 1AS PER PLAN I I I ILUMP ILUMP 12416-1262036 CULVERT, 1 0572 'CONCRETE PIPE, 2000D, I ITRENCHLESS, 36 IN. DIA. ILF I I 80.000 I 1 Total Bid Page 3 of 5 Edge of Pavement P.C. Concrete Pavement 2.07. -4 Normal Subgrade Pm - 2.0X Subbase if Applicable Top of Subgrade 7110 MODIFIED Normal Slope J Granular Shoulder TYPICAL SECTION TYPE 'A' OR 'B' GRANULAR SHOULDER Adjacent to PCC Pavement Location ® @ Side Road Identification Station to Station Feet Inches Cu. Yds. WEST SHAULIS ROAD 174+00.41 253+40.56 8 6 R 16.85 ANSBOROUGH AVENUE 7+42.43 35+95.55 8 6 R 16.85 See Standard Road Plan RH-37D. Earth Shoulder fill requires approximately ® mbic_yarth of excavation, including Xi for shrinkage, per shoulder per station. Schedule of Fittings - By Weight Type Quantity Weight Total 22.5 Degr( 2 505 1010 45 Degree 12 500 6000 Cross 1 860 860 Total 7870 Page 5 of 5 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS Page I. General 1 II. 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 XI. 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) 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 of the stipulations contained in these Required Contract Provisions shall be sufficient grounds for termination of the contract. 4. A breach of the following clauses of the Required Contract Provisions may also be grounds for debarment as provided in 29 CFR 5.12: Section I, paragraph 2; Section IV, paragraphs 1, 2, 3, 4, and 7; Section V, paragraphs 1 and 2a through 2g. 5. Disputes arising out of the labor standards provisions of Section IV (except paragraph 5) and Section V of these Required Contract Provisions shall not be subject to the general disputes clause of this 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 labor from any other State, possession, or territory of the United States (except for employment preference for Appalachian contracts, when applicable, as specified in Attachment A), or b. employ convict labor for any purpose within the limits of the project unless it is labor performed by convicts who are on parole, supervised release, or probation. II. NONDISCRIMINATION (Applicable to 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 underthis contract. The Equal Opportu- nity Construction Contract Specifications set forth under41 CFR 60- 4.3 and the provisions of the American Disabilities Act of 1990 (42 U.S.C. 12101 et seeg.) set forth under 28 CFR 35 and 29 CFR 1630 are incorporate 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 responsibility for and must be capable of effectively administering and promoting an active contractor program of EEO and who must be assigned adequate authority and responsibility to do so. 3. Dissemination of Policy: All members of the 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 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 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 contractorwill 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. lithe 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 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 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 SI -IA. 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. Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor or subcontractors, as appropriate, shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly case equivalent thereof. b. If the contractor or subcontractor, as appropriate, does not make payments to a trustee or other third person, he/she may consider as a part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, provided, that the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis -Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets forthe 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 Tess 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 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 event the Bureau of Apprenticeship 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 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 journeymen shall not be greater than permitted by the terms of the particular program. 6. Withholding: The SHA shall upon its own action or upon written request of an authorized representative of the DOL withhold, or cause to be withheld, from the contractor or subcontractor under this 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 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 furnish, each week in which any contract work is performed, to the SHA resident engineer a payroll of wages paid each of its employees (including apprentices, trainees, and helpers, described in Section IV, 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 number029-005-0014-1), 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 contractorto 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, SUPPUES, 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 contractors 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 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 concerned with the project perform their functions as carefully, thoroughly, and honestly as possible. Willful falsification, distortion, or misrepresentation with respect to any facts related to the project is a violation of Federal law. To prevent any misunderstanding regarding the seriousness of these and similar acts, the following notice shall be posted 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 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 orfalse 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 mg., 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 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 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, ifa 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 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 leams 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 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 IA12-1.0 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 * SUTA2002-003 04/28/2011 CARPENTERS AND PILEDRIVERMEN: Rates Fringes ZONE 1 23.92 8.58 ZONE 2 21.83 8.58 ZONE 3 21.83 8.58 ZONE 4 20.80 6.70 ZONE 5 20.25 5.30 CONCRETE FINISHER: ZONE 1 ZONE 2 ZONE 3 ZONE 4 ZONE 5 21.77 21.77 21.77 19.55 17.95 ELECTRICIANS: (STREET AND HIGHWAY LIGHTING AND TRAFFIC SIGNALS) IA 100001 - 1 6.00 6.00 6.00 4.45 5.00 PREDETERMINED WAGE RATE IA12-1.0 ZONE 1, ZONE 2, AND ZONE 3 ZONE 4 ZONE 5 IRONWORKERS: (SETTING OF STRUCTURAL STEEL) ZONES 1 AND 2 ZONE 3 ZONE 4 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 POWER EQUIPMENT OPERATORS: ZONE 1 GROUP A GROUP B GROUP C GROUP D ZONE 2 GROUP A GROUP B GROUP C GROUP D IA 100001 - 2 20.55 4.70 19.25 4.70 17.00 4.70 25.05 7.45 24.75 7.75 20.65 6.60 Rates Fringes 20.06 7.60 19.26 7.60 17.38 7.60 14.13 7.60 20.06 7.60 19.26 7.60 17.38 7.60 14.13 7.60 18.60 5.40 17.28 5.40 14.80 4.80 17.55 5.40 14.55 5.40 13.95 5.40 26.30 24.70 22.20 22.20 25.55 23.95 21.40 21.40 12.10 12.10 12.10 12.10 12.10 12.10 12.10 12.10 ZONE 3 GROUP A GROUP B GROUP C GROUP D ZONE 4 GROUP A GROUP B GROUP C GROUP D ZONE 5 GROUP A GROUP B GROUP C GROUP D PREDETERMINED WAGE RATE IA12-1.0 26.70 24.90 23.90 23.90 25.50 24.36 22.28 22.28 22.07 21.03 19.70 18.70 13.20 13.20 13.20 13.20 7.15 7.15 6.92 6.92 5.40 5.40 5.40 5.40 TRUCK DRIVER (AND PAVEMENT MARKING DRIVER/SWITCHPERSON) ZONE 1 20.10 8.15 ZONE 2 20.10 8.15 ZONE 3 20.10 8.15 ZONE 4 19.30 4.70 ZONE 5 17.35 4.70 ZONE DEFINITIONS ZONE 1 The Counties of Polk, Warren and Dallas for all Crafts, and Linn County Carpenters only. ZONE 2 The Counties of Dubuque for all Crafts and Linn County for all Crafts except Carpenters. ZONE 3 The Cities of Burlington, Clinton, Fort Madison, Keokuk, and Muscatine (and abutting municipalities of any such cities). ZONE 4 Story, Black Hawk, Cedar, Jasper, Jones, Jackson, Louisa, Madison, and Marion Counties; Clinton County (except the City of Clinton), Johnson County, Muscatine County (except the City of Muscatine), the City of Council Bluffs, Lee County and Des Moines County. ZONE 5 All areas of the state not listed above. IA 100001 - 3 PREDETERMINED WAGE RATE IA12-1.0 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 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 '/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 IA 100001 - 4 PREDETERMINED WAGE RATE IA12-1.0 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 (ZONE 5) Setting of structural steel; any welding incidental to bridge or culvert construction; setting concrete beams. WELDERS: Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29 CFR 5.5 (a) (1) (ii)). In the listing above, the "SU" designation means that rates listed under that identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling IA100001 - 5 PREDETERMINED WAGE RATE IA12-1.0 On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U. S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U. S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION IA 100001 - 6