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