Loading...
Item #04 Approval of Public Works Site Access Improvements Meeting Date: February 16, 2010 Item # L\- Contact Name: Contact Number: Stephen C. Krug 6002 Reviewed By: Department Director: City Manager: Subject: Public Works Site Access Improvements. Background Summary: Site Access Improvements for the Public Works facility were funded in previous budget years and carried forward. The access improvements completed to date have included fencing the entrance road leading to the Public Works building and installing the underground conduit for the automated gate and access system that will operate off of the same access system used at the Police Station and Utilities facilities. The next phase of the improvements is to resurface the access road to allow the in-pavement vehicle detectors to be installed. The vehicle detectors are part of the gate system purchase order previously issued by the City. The total cost of the milling, resurfacing and extra depth base repair to facilitate the installation of the vehicle detectors is $26,861.20 based on the proposal from The Middlesex Corporation which will piggy back off of the Seminole County Term Contract for Pavement Management Program, IFB-600562- 09/GMG. Public Works solicited quotes from other vendors, however the quote from The Middlesex Corporation was the lowest. Public Works recommends awarding a not to exceed amount of $28,000.00 to cover any unforeseen additions to this work. Issue: Request the City Commission to approve the resurfacing of the Public Works facility entrance road as part of the site access improvements with The Middlesex Corporation. Recommendations Recommend approval of the milling, resurfacing and extra depth base repair to facilitate the installation of the vehicle detectors as part of the Public Works Site Access Improvements with The Middlesex Corporation for a not to exceed amount of $28,000.00, based on the Seminole County Term Contract for Pavement Management Program, IFB-600562-09/GMG. Attachments: Proposal from The Middlesex Corporation. Seminole County Term Contract for Pavement Management Program, IFB-600562-09/GMG Financial Impact: The $28,000.00 is adequately funded in the Public Works Site Access Improvements CIP budget. Type of Item: (please marl< with an "x'j Public Hearing Ordinance First Reading Ordinance Second Reading Resolution x Commission Approval Discussion & Direction For Clerl<'s Deot Use: _ Consent Agenda _ Public Hearing Regular Agenda _ Original Document/Contract Attached for Execution by City Clerk _ Original Document/Contract Held by Department for Execution Reviewed by City Attorney Reviewed by Finance Dept. Reviewed by ( ) ~~ N/A N/A N/A 2 Estimate #: 11239 Submitted To: City Of Ocoee Address: 301 Maguire Road Ocoee, F~ 34761 Date: Phone: Job Name: Job Location: Prop.. Owned By: 2/9/2010 (407)905-3170 Fax: (407)905-3176 City Of Ocoee Office Complex Ocoee,FL Site Contact: Ken Bruce 1.. ASPHALT PAVING - Asphalt Paving 1 II S-3 (R) area of approx 2,200 Sq.Yards, wOIk to include: (All Prep for paving by others, other than stated herein), sweeping, application of tack cClat, installation of 1 II of Type S asphalt in 1 cowse(s). (The. approximate tonnage required to perfOlm the work in this item is 127..) $75..80/TN $9,626.60 2. ASPHALl PAVING - Asphalt Base 4" 8-1 (R) area of appro x 550 SqYards, work to include: (All Prep for paving by others, other than stated herein), sweeping, application of tack coat, installation of 4" of Type S asphalt in 1 cOUIse(s). (lhe approximate tonnage required to perform the wOIk in this item is 137.) Please Note: * Contiact that was used is the Seminole County Contract IFB-600562-09/GMG. $75..80rrN $10,38460 3.. MILLING 4" - Parking Lot & Roadway area, work to include: Clean up and leaving milled material on site. $6,850,,00 ACCEPTED: CONFIRMED: The Middlesex Corporation Authorized c:\ ~ Signature .-' ~ Title John Guem~[e. Estimator/Project Manaqer The above prices spedfications and condllions are satisfactory and are h~reby accepted Buyer Signature Date of Acceptance 10801 Cosmonaut Blvd., Orlando, FL 32824. Tel: 407-206-0077. Fax: 407-206-3559 COMMITTED to SAFETY AND QUALITY I I i I I I \ \ I I I I Estimate #: 11239 fsubmitted To: I Address: I Contact: I Ken Bruce Date: 2/9/2010 Phone: (407)905-3170 Fax: (407)905-3176 Job Name: City Of Oeoee Office Complex Job Location: Oeoee, FL Prop. Owned By: Site The total bid price is: $26,861.20 City Of Oeaee 301 Maguire Road Oeoee, FL 34761 Special Notes: . All asphalt and fuel escalations paid to the contractor by FOOT or other Owner, for the asphalt paving shall be passed on to The Middlesex Corporation . All of the above prices are based on the use of standard AC (liquid asphalt) binder in the production of the hot-mix asphalt, per FDOT Standards for AC-20/AC-30, unless the item is specifically noted otherwise. If a special additive is required, such as ground-tire rubber (GTR) or modified binder (PG 76-22), lhen this must be communicated to TMC for inclusion in this cost proposal If such special additive is not specifically noted in TMC proposal, then it is not included in this cost proposal. . The Milling item(s) of work is based on all being performed at the same time in a single mobilization If additional milling mobilizations are required then an additional $1,500 will be charged for each extra . This Estimate/Proposal is contingent upon Acceptance of this Proposal or issuance of an agreeable Subcontract which shall include the provisions of this Proposal will supercede any other provisions of the Subcontract This Estimate must be Accepted or a Subcontract must be executed prior to any work being performed on this project . All of the above prices are based on the use of RAP (Recycled Asphalt) in the production of the hot-mix asphalt per FDOT Standards, unless item of work is noted otherwise to specifically include virgin materials only Friction Courses are quoted per the current FDOTspecifications, which allows the use of RAP in production . The Middlesex Corporation must have at least 3 weeks advance notice in order to better assure timely scheduling of the work required for each mobilization/phase of paving. . This is a UNIT PRICE proposal . The Contractor is to provide a clean water source within reasonable access of the project for The Middlesex Corporation's use to maintain operation of the rollers broom, milling machine, and any other equipment, as needed . The pay item for milling incudes the trucking, cleanup and disposal of milled material All milled material becomes the property of THE MIDDLESEX CORPORATION Milling shall be accessible by main line milling machine Will not be responsible for turnouts, driveways and other areas not accessible by main line milling machine . THE MIDDLESEX CORPORATION will provide trucking for hauling off and disposal (at our asphalt plant) of reasonably sized clean chunked asphalt material Trucks will only be provided as back-haul during paving operations and will be at TMC's discretion . The Middlesex Corporation will not be responsible for any miscellaneous concrete damage caused by paving equipment or trucks that must be traveled over to access paving areas This includes valley gutters and concrete or brick pavers that are constructed prior to paving . If payment and performance bond is required add 1.5% to the contract price Minimum Cost $ 500 00 . This Proposal is based on quantities supplied by the contractor The quantites in this proposal will be the MINIMUM quantities BILLED and the unit prices will apply to any overrun. . This proposal is furnished as a complete scope of work as defined above and shall be contracted to THE MIDDLESEX CORPORATION in its entirety Individual line items cannot be removed unless specific changes are approved by THE MIDDLESEX CORPORATION . The Middlesex Corporation will not be responsible for for any puddling on any areas where the grades are a 1-1/2% or less slope on plans or in the field conditions The Middlesex Coporation will not be responsible to notify customers of any conditions that exist that would present this problem If there are puddles that arise from these conditions none of The Middlesex Corporation's monies will be withheld and ~ will not be the responsibility ofT he Middlesex Corporation to repair this situation unless all monies are paid to The Middlesex Corporation and a signed change order is issued to The Middlesex Corporation for this work . Due to existing grades and conditions, we can not be responsible for 100% drainage of surface water following resurfacing. ACCEPTED: CONFtRMED: - I The above prices specifications and conditions are satisfactory and are hereby accepted The Middlesex Corporation , \ :::,re __I. ~~~~~~~~~-_..- _",_d___' .-- I L"''' of A"""""':::=.====.-L T'", John Guemple, Estimator/pro;ect ManageL-... ..j Contact: Ken Bruee Date: Phone: Job Name: Job Location: Prop. Owned By: Estimate #: 11239 2/9/2010 \ (407)905-3170 Fax: (407)905-3176 City Of Oeoee Office Complex I Oeoee, FL Site _ ___~ Submitted To: Address: City Of Geaee 301 Maguire Road Geeee, FL 34761 * The Middlesex Corporation will not be responsible for tack or prime on adjacent roadways due to normal paving operations . Testing and/or inspection if required. shall be conducted by others and is not included in this proposal Any fees that may be associated with this effort are specifically excluded from this proposal * Thicknesses quoted are "Nominal" thicknesses per F DOT specs . Work is to be done during normal business hours Monday - Friday (7 AM . 5 PM), or Sunday night through Thursday night (per lane closure restrictions), Any work done outside of these standard work shiftslhours because of GC or contract requirements will be charged at $1,500.00 per shift * All prep for paving by others, other than stated herein * If work is not completed prior to completion date of contract, The Middlesex Corporation may cancel this contract with a 10 day notice If contract is cancelled The Middlesex Corporation shall not be held liable for any remaining contract work The Middlesex Corporation shall be entitled to receive final payment for all work performed by us to the date of cancellation within 15 days TERMS: Payment within ten days of receipt from Owner or 30 days from date of invoice from The Middlesex Corporation, whichever is least Retainage amount to be same as prime contract from Owner with payment of retainage due within 60 days after completion of the work by The Middlesex Corporation. ESTIMATE EXPIRATION: This estimate is valid for 30 days COMPLETION DATE OF THIS CONTRACT WILL BE: 3/31/2010 MOBILIZATIONS: Price based on a 1 mobilization(s) Any additional mobilizations that may become necessary will be $250000 per mobilization SALES TAX: Prices include the applicable Florida sales tax on materials and other related taxable items to be used on this project. . - --'''-l I CONFIRMED: The Middlesex Corporation Authorized Signature ACCEPTED: The above prices specifications and condiflons are satisfactory and BrB hereby accepted Buyer __ n Signature Date of Acceptance Title John Guemple, Estimator/Project ManaQer TERM CONTRACT FOR. PAVEMENT MANAGEMENT PROGRAM (IFB-600562-09/GMG) THIS AGREEMENT ~ is made and entered into this oZ3 day of 2od!f-, by and between THE MIDDLESEX CORPORATION, duly authorized to conduct business in the State of Florida, whose address is One Spectacle Pond Road, Littleton, Massachusetts 01460, hereinafter called "CONTRACTOR", and SEMINOLE COUNTY, a political subdivision of the State of Florida, whose address is Seminole County Services Building, 1101 East First Street, Sanford, Florida 32771, hereinafter called "COUNTY". WIT N E SSE T H: WHEREAS, COUNTY desires to retain the services of a competent and qualified contractor to provide road construction materials and services for Seminole CountYi and WHEREAS, COUNTY has requeste~~.~ received expressions of interest for the retention of services of ~~ctorsi and WHEREAS, CONTRACTOR is competent and qualified to provide road construction materials and services for COUNTY and desires to provide services according to the terms and conditions stated herein, NOW, THEREFORE, in consideration of the mutual understandings and covenants set forth herein, COUNTY and CONTRACTOR agree as follows: SECTION 1. SERVICES. (a) COUNTY does hereby retain CONTRACTOR to furnish materials/services as further described in the Scope of Services attached hereto as Exhibit A and made a part hereof. CONTRACTOR shall also be bound by all requirements as contained in the solicitation package and all addenda thereto. Required materials/services shall be specifically enumerated, described and depicted in the Purchase Orders authorizing purchase of specific materials/services. Thi s Agreemen t Pavement Management Program The Middlesex Corporation IFB-600562-09/GMG Page 1 of 18 BY standing alone does not authorize the purchase of materials or require COUNTY to place any orders for work. (b) At the time of any specific work, the COUNTY will obtain cost proposal from the multiple Contractors. The successful CONTRACTOR for that specific work shall provide Performance Bond, Payment Bond and Workmanship Bond, if work exceeds TWO HUNDRED THOUSAND AND NO/IOO DOLLARS ($200,000.00). The Bonds shall equal one hundred percent (100%) of the work amount. SECTION 2. TERM. This Agreement shall take effect on the date of its execution by COUNTY and shall run for a period of three (3) years. At the sole option of COUNTY, this Agreement may be renewed for two (2) successive periods not to exceed one (1) year each. Expiration of the term of this Agreement shall have no effect upon Purchase Orders issued pursuant to this Agreement and prior to the expiration date. ~. Obligations entered therein by botik ~~rties shall remain in effect until ,. \ I l \ . '<::;7 , "=" delivery and acceptance of the milferials/services authorized by the Purchase Order. SECTION 3. AUTHORIZATION FOR SERVICES. Authorization for provision of materials/services by CONTRACTOR under this Agreement shall be in the form of written Purchase Orders issued and executed by COUNTY and signed by CONTRACTOR. A sample Purchase Order is attached hereto as Exhibit B. Each Purchase Order shall describe the materials/services required and shall state the dates for delivery of materials/services and establ~sh the amount and method of payment. The Purchase Orders will be issued under and shall incorporate the terms of this. Agreement. COUNTY makes no covenant or promise as to the number of available Purchase Orders or that CONTRACTOR will perform any Purchase Order for COUNTY during the life of this Agreement. COUNTY reserves the right to contract with other parties for the services contemplated by this Agree- Pavement Management Program The Middlesex Corporation IFB-600562-09/GMG Page 2 of 18 ment when it is determined by COUNTY to be in the best interest of COUNTY to do so. SECTION 4. TIME FOR COMPLETION. The materials/services to be provided by CONTRACTOR shall be delivered, as specified in such Purchase Orders as may be issued hereunder, within the time specified therein. SECTION 5. COMPENSATION. COUNTY agrees to compensate CONTRACTOR for the professional services called for under this Agreement on a Fixed Fee basis. When a Purchase Order is issued for a Fixed Fee basis, then the applicable Purchase Order Fixed Fee amount shall include any and all reimbursable expenses. SECTION 6. PAYMENT AND BILLING. (a) CONTRACTOR shall supply all materials/services required by the Purchase Order; but in no event shall CONTRACTOR be paid more than th~ negotiated Fixed Fee amount stated within each Purchase Order. ._...~" (b) For Purchase Orders i~~u~4\on a Fixed Fee basis, CONTRACTOR dA~) . may invoice the amount due based on the percentage of total Purchase Order materials/services actually providedi but in no event shall the invoice amount exceed a percentage of the Fixed Fee amount equal to a percentage of the total services actually completed. (c) Payments shall be made by COUNTY to CONTRACTOR when requested as materials/services are furnished but not more than once monthly. Each Purchase Order shall be invoiced separately. At the close of each calendar month, CONTRACTOR shall render to COUNTY an itemized invoice, properly dated, describing any materials/services provided, the cost of the materials/services therein, the name and address of CONTRACTOR, Purchase Order Number, Contract Number and any other information required by this Agreement. The original invoice and one (1) copy shall be sent to: Pavement Management Program The Middlesex Corporation IFB-600562-09/GMG Page 3 of 18 Director of County Finance Seminole County Board of County Commissioners Post Office Box 8080 Sanford, Florida 32772 Two (2) copies of the invoice shall be sent to: Public Works 500 W. Lake Mary Blvd., Suite 200 Sanford, Florida 32773 (d) Payment shall be made after review and approval by COUNTY within thirty (30) days of receipt of a proper invoice from CONTRACTOR. SECTION 7. GENERAL TERMS OF PAYMENT AND BILLING. (a) Upon satisfactory delivery of materials/services required hereunder and upon acceptance of the materials/services by COUNTY, CONTRACTOR may invoice COUNTY for the full amount of compensation provided for under the terms of this Agreement less any amount already paid by COUNTY. COUNTY shall pay CONTRACTOR within thirty (30) days of receipt of proper invoice. ;\"'"'!"":I-, l\ ! '. (b) COUNTY may perform or ~~~erformed an audit of the records of CONTRACTOR after final payment to support final payment hereunder. This audit would be performed at a time mutually agreeable to CONTRACTOR and COUNTY subsequent to the close of the final fiscal period in which the last materials/services are provided. Total compensation to . CONTRACTOR may be determined subsequent. to an audit as provided for herein and the total compensation so determined shall be used to calculate final payment to CONTRACTOR. Conduct of this audit shall not delay final payment as provided by subsection (a) of this Section. (cl CONTRACTOR agrees to maintain all books, documents, papers, accounting records and other evidence pertaining to materials/services provided under this Agreement in such a manner as will readily conform to the terms of this Agreement and to make such materials/services available at CONTRACTOR I s office at all reasonable times during the Pavement Management Program The Middlesex Corporation IFB-600562-09/GMG 'Page 4 of 18 Agreement period and for five (5) years from the date of final payment under the contract for audit or inspection as provided for in subsection (b) of this Section. (d) In the event any audit or inspection conducted after final payment but within the period provided in paragraph (c) of this Section reveals any overpayment by COUNTY under the terms of the Agreement, CONTRACTOR shall refund such overpayment to COUNTY wi thin thirty (30) days of notice by COUNTY. SECTION 8 . RESPONSIBILITIES OF CONTRACTOR. Neither COUNTY's review, approval or acceptance of, nor payment for any of the materials/services required shall be construed to operate as a waiver of any rights under this Agreement or of any cause of action arising out of the performance of this Agreement. CONTRACTOR shall be and always all damages to COUNTY in accordance with applicable law -..-(.,...~. . caused bY.. ~~~TRACTO.R r s negligent ~;.~ the mater~ls/services furnished for any and remain liable to COUNTY or wrongful provision of any of under this Agreement. SECTION 9. TERMINATION. (a) COUNTY may, by written notice to CONTRACTOR terminate this Agreement or any Purchase Order issued hereunder, in whole or in part, at any time, either for COUNTY's convenience or because of the failure of CONTRACTOR to fulfill its Agreement obligations. Upon receipt of such notice, CONTRACTOR shall immediately discontinue all services affected, unless the notice directs otherwise, and deliver to COUNTY all data, drawings, specifications f reports, estimates, sununaries and any and all such other information and materials/services of whatever type or nature as may have been accumulated by CONTRACTOR in performing this Agreement, whether completed or in process. Pavement Management Program The Middlesex Corporation IFB-600562-09/GMG Page 5 of 18 (b) If the termination is for the convenience of COUNTY, CONTRACTOR shall be paid compensation for services performed to the date of termination. (c) If the termination is due to the failure of CONTRACTOR to fulfill its Agreement obligations, COUNTY may take over the work and prosecute the same to completion by other agreements or otherwise. In such case, CONTRACTOR shall be liable to COUNTY for all reasonable additional costs occasioned to COUNTY thereby. CONTRACTOR shall not be liable for such additional costs if the failure to perform the Agreement arises without any fault or negligence of CONTRACTOR; provided, however, that CONTRACTOR shall be responsible and liable for the actions of its subcontractors, agents, employees and persons and entities of a similar type or nature. Such causes may include acts of God or of the public enemy, acts of COUNTY in its sovereign or contractual capacity, fires, floods, epi'demics, quarantine ....Ar.......... ' resftFio,tions, strikes, freight embargoes, I \ ! !, \ 'C" !:,., "<;;;' but ffi every case the failure to perform and unusually severe weather; must be beyond the control and without any fault or negligence of CONTRACTOR. (d) If after notice of termination for failure to fulfill its Agreement obligations it is' determined that CONTRACTOR had not so failed, the termination shall be conclusively deemed to have been effected for the convenience of COUNTY. In such event, adjustment in the Agreement price shall be made as provided in subsection (b) of'this Section. (e) The rights and remedies of COUNTY provided for in this Section are in addition and supplemental to any and all other rights and remedies provided by law or under this Agreement. SECTION 10. AGREEMENT AND PURCHASE ORDER IN CONFLICT. Whenever the terms of this Agreement conflict with any Purchase Order issued Pavement Management Program The Middlesex Corporation IFB-600562-09/GMG Page 6 of 18 pursuant to it, this Agreement shall prevail. SECTION 11. EQUAL OPPORTUNITY EMPLOYMENT. CONTRACTOR agrees that it will not discriminate against any employee or applicant for employment for work under this Agreement because of race, color, religion, sex, age, disability or national origin and will take steps to ensure that applicants are employed and employees are treated during employment without regard to race, color, religion, sex, age, disability, or national origin. This provision shall include, but not be limited to the following: employment, upgrading, demotion or transfer, recruitment advertising, layoff or termination, rates of pay or other forms of compensation and selection for training including apprenticeship- SECTION 12. NO CONTINGENT FEES. CONTRACTOR warrants that it has not employed or retained any company or person other than a bona fide L. ,-"I. -__ employee working solely for CON,TRA<:\TOR to solicit or secure this . 'l' \ Agreement and that it has not pai~gr~greed to pay any person, company, corporation, individual or firm other than a bona fide employee working solely for CONTRACTOR,' any fee, commission, percentage, gift or other consideration contingent upon or resulting from award or making of this Agreement. For the breach or violation of this provision, COUNTY shall have the right to terminate the Agreement at its sole discretion, without liability and to deduct from the Agreement price or otherwise recover the full amount of such fee, commission, percentage, gift or consideration. SECTION 13. CONFLICT OF INTEREST_ (a) CONTRACTOR agrees that it will not contract for or accept employment for the performance of any work or service with any individual, business, corporation or government unit that would create a conflict of interest in the performance of its obligations pursuant to Pavement Management Program The Middlesex Corporation IFB-600562-09/GMG Page 7 of 18 this Agreement with COUNTY. (b) CONTRACTOR agrees that it will neither take any action nor engage in any conduct that would cause any CbUNTY employee to violate the provisions of Chapter 112, Florida Statutes, relating to ethics in government. (c) In the event that CONTRACTOR causes or in any way promotes or encourages a COUNTY officer, employee or agent to violate Chapter 112, Florida Statutes, COUNTY shall have the right to terminate this Agreement. SECTION 14. ASSIGNMENT. This Agreement, or any interest herein, shall not be assigned, transferred, or otherwise encumbered under any circumstances by the parties hereto without prior written consent of the other party and in such cases only by a document of equal digni ty herewith. SECTION 15. . .rt!'.~_.~ SUBCONTRACTORS ./,\f.rrj\ the event that CONTRACTOR, . during ~r6> work under this4tgreement, requires the services of the course of the subcontractors or other professional associates in connection with services covered by this Agreement, CONTRACTOR must first secure the prior express written approval of COUNTY. If subcontrac'tors or other professional associates are required in c'onnection with the services covered by this Agreement, CONTRACTOR shall. remain fully responsible for the services of subcontractors or other professional associates. SECTION 16. INDEMNIFICATION OF COUNTY. CONTRACTOR agrees to hold harmless and indemnify COUNTY and its commissioners, officers, employees and agents against any and all claims, losses, damages or lawsuits for damages arising from, allegedly arising from or related to the provision of services hereunder by CONTRACTOR. Pavement Management Program The Middlesex Corporation IFB-600562-09/GMG Page 8 of 18 SECTION 17. INSURANCE. (a) GENERAL. CONTRACTOR shall, at its own cost, procure the insurance required under this Section. (1) Prior to commencement of work pursuant to this Agreement, CONTRACTOR shall furnish COUNTY with a Certificate of Insurance signed by an authorized representative of the insurer evidencing the insurance required by this Section (Workers' Compensation/Employer's Liability, Commercial General Liability, and Business Auto).. COUNTY and its officials,. officers. and employees shall be named additional insured under the Commercial General Liability Policy. The Certificate of Insurance shall provide that COUNTY shall be given not less than thirty (30) days written notice prior to the cancellation or restriction of coverage. until such time as the insurance is no loI:lger required to be maintained by CONTRACTOR, .. ../'';-'-_. CONTRACTOR shall provide COUNt''' I ,iJli th a renewal or replacement ~ . \. Certificate of Insurance not 1~"S'<;:7 than thirty (30) days before expiration or replacement of the insurance for which a previous certificate has been provided. (2) The Certificate shall contain a statement that it is being provided in accordance with the Agreement and that the insurance is in full compliance with the requirements of the Agreement. In l.ieu of the statement on the Certificate, CONTRACTOR will at the option of COUNTY submit a sworn, notarized statement from an authorized representative of the insurer that the Certificate is being provided in accordance with the Agreement and that the insurance is in full compliance with the requirements of the Agreement. (3) In addition to providing the Certificate or Insurance I if required by COUNTY, CONTRACTOR shall ',.'~.thi!1 thirty (30) days after receipt of the request provide COUNTY with a certified copy of each of Pavement Management Program The Middlesex corporation IFB-600562-09/GMG Page 9 of 18 the policies of insurance providing the coverage required by this Section. (4) Neither approval by COUNTY nor failure to disapprove the insurance furnished by CONTRACTOR shall relieve CONTRACTOR of its full responsibility .for performance of any obl~gation including CONTRACTOR indemnification of COUNTY under this Agreement. (b) INSURANCE COMPANY REQUIREMENTS. Insurance companies providing the insurance under this Agreement must meet the following requirements: (1 ) Companies issuing policies other than Workers' Compensation must. be authorized to conduct business in the State of Florida and prove same by maintaining Certificates of Authority issued to the companies by the Department of Insurance of the State of Florida. Policies for Workers' Compensation may be issued by companies I authorized as a group self-in~I~ by Section 624.4621, Florida Statutes. (2) In addition, such companies other than those authorized by Section 624.4621, Florida Statutes, shall have and maintain a Best's Rating of "A-" or better and a Financial Size Category of "VII" or better according to A.M. Best Company. (3) If during the period which an insurance company is providing the insurance coverage required by this Agreement, an insurance company shall: (i) lose its Certificate of Authority, (ii) no longer comply with Section 624.4621, Florida Statutes, or (iii) fail to maintain the requisite Best's Rating and Financial Size Category, CONTRACTOR shall, as soon as CONTRACTOR has knowledge of any such circumstance, immediately notify COUNTY and immediately replace the insurance coverage provided by the insurance company with a different insurance company meeting the requirements of this Agreement. Until Pavement Management Program The Middlesex Corporation IFB-600562-09/GMG Page 10 of 18 such time as CONTRACTOR has replaced the unacceptable insurer with an insurer acceptable to COUNTY CONTRACTOR shall be deemed to be in default of this Agreement. (c) SPECIFICATIONS. without limiting any of the other obligations or liability of CONTRACTOR, CONTRACTOR shall, at its sole expense, procure, maintain, and keep in force amounts and types of insurance conforming to the minimum requirements set forth in this subsection. Except as otherwise specified in the Agreement, the insurance shall become effective prior to the commencement of work by CONTRACTOR and shall be maintained in force until the Agr-eement " completion date. The amounts and types of insurance shall conform to the following minimum requirements. (1) Workers' Compensation/Employer's Liability. (A) CONTRACTOR's insurance shall cover CONTRACTOR for ...~. liability which would be covered ~1lSe latest edition of the standard Workers' Compensation Policy as fil~ar for use in Florida by the National Council on Compensation Insurance, without restrictive endorsements. CONTRACTOR will also be responsible for procuring proper proof of coverage from its subcontractors of every tier for liability which is a result of a Workers' Compensation injury to the subcontractor's employees. The minimum required limits to be provided by both CONTRACTOR and its subcontractors are outlined in subsection (c) below. In addition to coverage. for the Florida Workers' Compensation Act, where appropriate, coverage is to be included for the United States Longshoremen and Harbor Workers' Compensation Act, Federal Employers' Liability Act, and any other applicable Federal or State law. (B) Subject to the restrictions of coverage found in the standard Workers' Compensation Policy, there shall be no maximum limit on the amount of coverage for liability imposed by the Florida Pavement Management Program The Middlesex Corporation IFB-600562-09/GMG Page 11 of 18 Workers' Compensation Act, the united States Longshoremen's and Harbor Workers' Compensation Act or any other coverage customarily insured under Part One of the standard Workers' Compensation Policy. (C) The minimum amount of coverage under Part Two of the standard Workers' Compensation Policy shall be: $100,000.00 $100,000.00 $100,000.00 (Each Accident) (Disease-Policy Limit) (Disease-Each Employee) (2) Commercial General Liability. (A) CONTRACTOR's insurance shall cover CONTRACTOR for those sources of liability which would be covered by the latest edition of the standard Commercial General Liability Coverage Form (ISO Form CG 00 Ol), as filed for use in the State of Florida by the Insurance Services Office, without the attachment of restrictive endorsements other than the elimination of Coverage C, Medical Payment and the ...A'l"o... elimination of coverage for Fire n~ge Legal Liability. 7 '. , J \ 8; ~"7 (B) The minimum ft~its to be maintained by CONTRACTOR {inclusive of any amounts provided by an Umbrella or Excess policy} shall be as follows: LIMITS Personal & Advertising Injury Limit Each Occurrence Limit Three (3) Times the Each Occurrence Limit $300,000.00 $300,000.00 General Aggregate (3) Business Auto Policy. (A) CONTRACTOR'S insurance shall cover CONTRACTOR for those sources of liability which would be covered by Part IV of the latest edition of the standard Business Auto Policy (ISO Form CA 00 Ol), as filed for use in the State of Florida by the Insurance Services Office. 'N'ithout the attachment of restrictive endorsements. Coverage shall include owned, non-owned, and hired autos. pavement Management program The Middlesex Corporation IFB-600562-09/GMG Page 12 of 18 (B) The minimum limits to be maintained by CONTRACTOR (inclusive of any amounts provided by an Umbrella or Excess policy) shall be per-accident, combined single limit for bodily injury liability and property damage liability. If the coverage is subject to an aggregate, CONTRACTOR shall maintain separate aggregate limits of coverage applicable to, claims arising out of or in connection with the work under this Agreement. The separate aggregate limits to be maintained by CONTRACTOR shall be.a minimum of three (3) times the per- accident limit required and shall apply separately to each policy year or part thereof. (C) The minimum amount of coverage under the Business Auto Policy shall be: LIMITS Each Occurrence Bodily Injury and Property Damage Liability Combined $300,000.00 (d) COVERAGE. The ~, insura:q!b'~(p\ovided by CONTRACTOR pursuant to ;,..~),"~ on a primary basis and any other insurance or this Agreement shall apply self-insurance maintained by COUNTY or COUNTY's officials, officers, or employees shall be excess of and not contributing with the insurance provided by or on behalf of CONTRACTOR. (e) OCCURRENCE BASIS. The Workers' Compensation Policy and the Commercial General Liability required by this Agreement shall be provided on an occurrence rather than a claims-made basis. (f) OBLIGATIONS. Compliance with the foregoing insurance requirements shall not relieve CONTRACTOR, its employees, or its agents of liability from any obligation under a Section or any other portions of this Agreement. It shall also be the responsibility of CONTRACTOR to ensure that all of its subcontractors performing services under this Agreement are in compliance with the insurance requirements of this Agreement as defined above. Pavement Management Program The Middlesex Corporation IFB-600562-09/GMG Page 13 of 18 SECTION 18. DISPUTE RESOLUTION. (a) In the event of a dispute related to any performance or payment obligation arising under this Agreement, the parties agree to exhaust COUNTY dispute resolution procedures prior to filing suit or otherwise pursuing legal remedies. COUNTY dispute resolution procedures for proper invoice and payment disputes are set forth in Section 22.15, "Prompt Payment Procedures, n Seminole County Administrative Code. Contract claims include all controversies, except disputes addressed by the "Prompt Payment Procedures," arising under this Agreement within the dispute resolution procedures set forth in Section 8.1539, "Contract Claims," Seminole County Administrative Code. (b) CONTRACTOR agrees that it will file no suit or otherwise pursue legal remedies based on facts or evidentiary materials/services that were not presented for consideration in COUNTY dispute resolution .....-."f.1-........ procedures set forth in subsecti,.6p.1 f'i(..} above of which CONTRACTOR had ~i0 knowledge and failed to presenc":-"during COUNTY dispute resolution procedures. (c) In the event that COUNTY dispute resolution procedures are exhausted and a suit is filed or legal remedies are otherwise pursued, the parties shall exercise best efforts to resolve disputes through voluntary mediation. Mediator selection and the procedures to be employed in voluntary mediation shall be mutually acceptable to the parties. Costs of voluntary medfation shall be shared equally among the parties participating in the mediation SECTION 19. REPRESENTATIVES OF COUNTY AND CONTRACTOR. (a) It is recognized that questions in the day-to-day conduct of performance pursuant to this Agreement will arise. COUNTY, upon request by CONTRACTOR, will designate and advise CONTRACTOR in writing of one or more of its employees to whom all communications pertaining to the day- pavement Management Program The Middlesex Corporation IFB-600562-09/GMG Page 14 of 18 to-day conduct of this Agreement shall be addressed. The designated representative shall have the authority to transmit instructions, receive information and interpret and define COUNTY'S policy and decisions pertinent to the work covered by this Agreement. (b) CONTRACTOR shall at all times during the normal work week designate or appoint one or more representatives who are authorized to act on behalf of and bind CONTRACTOR regarding all matters involving the conduct of the performance pursuant to this Agreement and shall keep COUNTY continually and effectively advised of such designation. SECTION 20 . ALL PRIOR AGREEMENTS SUPERSEDED. This document incorporates and includes all prior negotiations, correspondence, conversations, agreements or understandings applicable to the matters contained herein and the parties agree that there are no commitments, agreements, or understandings concerning the subject matter of this that ."_,."'A........~.,, referred in this document. Agreement are not containe.q i~ to 81~ Accordingly, it is agreed that no ~iation from the terms hereof shall be predicated upon any prior representations or agreements, whether oral or written. SECTION 21. MODIFICATIONS, AMENDMENTS, OR ALTERATIONS. No modification, amendment, or alteration in the terms or conditions contained herein shall be effective unless contained in a written document executed with the same formality and of equal dignity herewith. SECTION 22. INDEPENDENT CONTRACTOR. It is agreed that nothing herein contained is intended or should be construed as in any manner creating or establishing a relationship of co-partners between the parties, or as constituting CONTRACTOR (including its officers, employees, and agents) as an agent, representative or employee of COUNTY for any purpose or in any manner whatsoever. CONTRACTOR is to be and shall remain forever an independent contractor with respect to all Pavement Management Program The Middlesex Corporation IFB-600562-09/GMG Page 15 of 18 I services performed under this Agreement. SECTION 23. EMPLOYEE STATUS. Persons employed by CONTRACTOR in the performance of services and functions pursuant to this Agreement shall have no claim to pension, workers' compensation, unemployment com- pensation, civil service or other employee rights or privileges granted to COUNTY'S officers and employees either by operation of law or by COUNTY. SECTION 24. SERVICES NOT PROVIDED FOR. No claim for services furnished by CONTRACTOR not specifically provided for herein shall be honored by COUNTY. SECTION 25. PUBLIC RECORDS LAW. CONTRACTOR acknowledges COUNTY'S obligations under Article I, Section 24, Florida Constitution, and Chapter 119, Florida Statutes, to release public records to members of the public upon request. CONTRACTOR acknowledges that COUNTY is required ....,....b..,_ to comply with Article I, sectio~~~Florida Constitution, and Chapter 119, Florida Statutes, in the handlIng of the materials/services created under this Agreement and that said statute controls over the terms of this Agreement. SECTION 26.. COMPLIANCE WITH LAWS AND REGULATIONS. In providing all services pursuant to this Agreement, CONTRACTOR shall abide by all statutes, ordinances, rules, and regulations pertaining to or regulating the provisions of such services including those now in effect and hereafter adopted. Any violation of said statutes, ordinances, rules or regulations shall constitute a material breach of this Agreement and shall entitle COUNTY to terminate this Agreement immediately upon delivery of written notice of termination to CONTRACTOR. SECTION 27. NOTICES. Whenever ei ther party desires to give notice unto the other, it must be given by written notice, sent by registered or certified United States mail, return receipt requested, Pavement Management Program The Middlesex Corporation IFB-600562-09/GMG Page 16 of 18 addressed to the party for whom it is intended at the place last specified. The place for giving of notice shall remain such until it shall have been changed by written notice in compliance with the provisions of this Section. For the present, the parties designate the following as the respective places for giving of notice, to-wit: For COUNTY: Public Works 500 W. Lake Mary Blvd., Suite 200 Sanford, Florida 32773 For CONTRACTOR: The Middlesex Corporation One Spectacle Pond Road Littleton, Massachusetts 01460 SECTION 28. RIGHTS AT LAW RETAINED. The rights and remedies of COUNTY provided for under this Agreement are in addition and supplemental to any other rights and remedies provided by law: ...,.;~... IN WITNESS WHEREOF, the par~i~~~ereto have made and executed'this ~J.~\;:-) Agreement on the date below written"'"I'or execution by COUNTY. By: . Mabardy , secroetary (CORPORATE SEAL) Date: '- [Balance of this page left intentionally blank; attestations continued on page 18 of 18] Pavement Management Program The Middlesex Corporation IFB-600562-09/GMG Page 17 of 18 r7n CjJI( BOB DA ATTEST: By: MARY Clerk to the Boar County Commission Seminole County, Date: /j- {}3 ~/Jf Approved as legal suff' and As authorized for execution by the B~~f County Commissioners at their .'(, Ie.{, 20 0(; regular m ting. For the use of Seminole AEC/sjs 3/2/09 P: \t1sers\Legal Sec:retery CSB\PurchasinQ 2009\).qreernentS\IFB-600562-09 .. Middles4t>C' Corp.doc Attachments: Exhibit A - Scope of Services Exhibit B - Sample Purchase Order ~., i) I i~ ~~, Pavement Management Program The Middlesex Corporation IFB-600562-09/GMG page 18 cif 18 Exhibit irA'" Section 1 - General Description of Services Seminole County is looking for two (2) competent Contractors to furnish Road construction products to Seminole County Public Works Department, Roads-Stormwater Division, considering options of materials only and/or in-place services to include labor, materials, equipment and all incidentals necessary for various road projects as described in the Requirements. Authorization for performance of services by the selected Contractor(s) under this agreement shall be in the form of written Release Orders issued and executed by the County on an as needed basis. Mandatory Minimum Qualification Requirements for Professional Contractors: Applicants shall be prequalified with the Florida Department of Transportation to perform all work as presented in this solicitation. The contractor and or sub contractor must be FOOT pre- qualified at time of bid opening. . Applicants are required to supply asphalt to Seminole County from their own FOOT Certified Asphalt Plant. TECHNICAL REQUIREMENTS FOR PART A: Labor and Materials: Alternate I: Furnish all labor, materials and equipment necessary for asphaltic concrete, surface treatment and friction course in-place anyWhere in Seminole County. Alternate II: Furnish labor, materials, and equipment for sand and seal in-place anyWhere in Seminole County. Alternate III: Furnish labor, materials, and equipment for milling existing asphalt pavement in- place anyWhere in Seminole County. Alternate IV: Furnish labor, materials, and equipment for temporary pavement marking in- place anyWhere in Seminole County.. Alternate V: Furnish labor, materials and equipment for speed humps, miscellaneous small asphalt areas (such as driveway connectors, railroad crossing, etc.) and adjustment of traffic bearing covers (such as manhole ring covers, water valve covers, etc.) in-place, anywhere in Seminole County. Placement of pavement reinforcement will consist of the contractor supplying all labor and equipment to place fabric or geo-textile materials supplied by the County anyWhere in Seminole County. Alternate VI: Furnish labor, material and equipment for placement of asphalt products anyWhere in Seminole County Materials Only: Alternate Vll: Furnish asphaltic materials to Seminole County (no in.place services). 2 SPECIFICATIONS: Alternate I: The asphaltic materials, the in-place services, and the plant producing these materials shall be furnished in full compliance with all specifications in the latest edition of the Florida Department of Transportation (FDOT) Standard Specification for Road and Bridge Construction and subsequent revisions. The requirements of FDOT Section 331-4 (Latest Edition) for the General Composition of Asphaltic Concrete Mixture shall be deemed met by submitting copies of the approved job mix formula for FDOT work in the same general area and using the same materials proposed for use in the adjacent County project. At the Contractors option, an independent job mix formula may be submitted, designed by a recognized commercial laboratory at the contractor's expense. No mix shall be produced until the proposed job mix formula has been approved by . the Se~inole County, County Engineer or designated Contract Manager. Alternate II: The sand and seal materials and the in-place services shall be furnished in full compliance with FDOT Section 300 and subsequent revisions. Alternate III: The milling of existing asphalt pavement shall include hauling and disposal. The milling services shall be furnished in full compliance with FDOT Section 327 and subsequent revisions. Seminole County reserves the right to receive 100% of milled materials. All material shall be hauled by the contractor to a designated County materials yard or preferred area(s) within a maximum distance of 10 miles. Any material that is not received by the County will be hauled and disposed of by the contractor at a reduced cost to the County. Alternate IV: The temporary pavement marking and the in-place services shall be furnished in full compliance with FDOT Section 102-10 and subsequent revisions. Alternate V: The in-place speed humps, miscellaneous small asphalt areas (such as driveway connectors, railroad crossing, etc.) and the adjustment of traffic bearing covers (such as manhole ring covers, water valve covers and similar covers) shall be in full compliance with all applicable FDOT section~', subsequent revisions and as specified by the County using 'approved methods. Alternate VI: SAME AS ALTERNATE I above technical requirements. DELIVERY OF MATERIALS AND SERVICES: Material Delivery: Maximum of 2 work days After Receipt of Order (ARO) In-Place Delivery: (LaborlEquipment/Materials) maximum of 7 calendar days to begin work After Receipt of Order. 3 Section 4 - Price Schedule - Revised Per Addendum #3 PROJECT: Pavement Management Program - IFB-600562-09/GMG Name of Bidder: The Middlesex Corporation Mailing Address: One Spectacle Pond Road, I:.ittleton, MA 01460 Street Address: One Spectacle Pond Road City/State/Zip: Littleton MA 01460 Phone Number: 978 ,) 742-4400 FAX Number: 978 ) 742-4434 Contact Person(s} for the placement of the order(s) and coordination of Service: Name: Joe Meier Telephone No.: 407-206-0077 Fax No.: 407-206-3559 E-mail address: imeier@mdlsxco.com Emergency No.: 407-427-7076 Name: Telephone No:: Fax No.: E-mail address: Emergency No.: Pursl,Jant to and in compliance with the Invitation for Bid, Instructions to Bidders, and the other documents relating thereto, the undersigned Bidder, having familiarized ,himself with the terms of the Contract Documents, local conditions affecting the performance of the Work, and the cost of the Work at the places where the Work Is to be done, hereby propose(5 and agrees to provide selVices in a workmanlike manner and in strict conformity with Contract Documents, inclUding Addenda Nos. 1 . through Lf , on file at the Purchasing and Contracts Division for the amount hereinafter set forth. The undersigned, as Bidder, declares that the only persons or parties interested in this bid as principal~ are those named herein; that this bid is made without collusion with any person, firm' or corporation; and he Rroposes emd agrees, if t~e bid is accepted, that he/she will execute..an Agreement with the COUNTY in the form set forth in the Contract Documents; that he/she will furnish the Insurance Certificates. 12 Notes: "1. Cost shall be inclusive all of labor, materials, transportation, equipment, insurance, bonds, coordination and incidentals necessary for the completion of the work in its entirety. BID GUARANTEE: ACCOMPANYING THIS BID IS bidder's bond (insert the word(s) "cashier's" check," bidder's bond," certified check," or "other security as provided by law, as the case maybe) In an amount equal to at least five percent (5%) of the Total Bid, payable to the " " BOARD OF COUNTY COMMISSIONERS, SEMINOLE COUNTY, FLORIDA The undersigned deposits above-named security as a Bid guarantee and agrees that It shall be " forfeited to the COUNTY as liquidated damages in case this Bid is accepted by the COUNTY afld the undersigned fails to execute an Agreement with the COUNTY as specified in the Contract Documents accompanied by the required Payment and faithful Performance Bonds with SuretIes satisfactory to the COUNTY, and accompanied by the required certificates of insurance coverage, and endorsements. Should the COUNTY be required to engage the services of an attorney In connection with the enforcement of this Bid, Bidder pro!)1ises to pay COUNTY's reasonable attorney's fees and costs (including attorney's fees and costs on appeals) Incurred with or without suit. . IN WITNESS WHEREOF, BIDDER has hereunto executeq this PRICE SCHEDULE FORMS. this uith day of February , 20~. ," The (~~~~x07B1D5~R) ., " ' David.Socci, Senior Vice President Estimating " , (Printed name and title of person slgning"F..ORM) 13 ~ E :l "0 C co "0 ~ I ~ ..- fB a ~ w (f) w a 5 a. I 6- r/) ;j, ~ w ~ :2 o W ~ W 0:: o z <( r/) f- a. ::J o ~ a. z o i= a ::J 0:: f- r/) Z o a o. ~ <(' 'C ~ ~ I ~ <( -g ~ ~ <( .0 a.. j III o fII 9- .5 III l!? :l o (..) c o ~ 't: U. "0 C fII .... C III E .... fII III ... I- III o ~ fA ar .... P! o c o () +> (ij .r:. a. ~ a. :l e C!l 1j Q) 1j c QJ. ~~ '00 E :l r/) .0 o ~ c o .... o o C') \.. Cl) 8 .0 o :::! III c:: o .... o o C') 1 ... ~ .... .0 o :::! III C o .... 0.. to .... . .... U'l .0 o :::! III c:: (:. o It{ o c:: o +' 0. L: o III Q) o d z E III =: Ul c: ~ g o III C'II 't:l oS .~ 'iii lU ~ ~ o o ~ -g 1ii E "" co lU '" c: ~ o ~ 'C .! ] III lU ~ ~ o III ... 'C .9! IV .~ Ji ~ ,J:; t <ll ~ .& III ~ ~ ~ g.ad. (/J()lI) ..... . ... \l Q ~ l\. 1\l ~' ~ "'1 YT t: ,@ ~~ ~ ~ g 1Q C'II -g ~ ~ () r).:) Iy; K "'> YT E ~ : !I ~ . ~I 'C ~ ~ ~ .~ 8l YT 19 o l- c: .9 ..... ~~ \...; tI\ :g ..... ~ ~ ~ ~ E :::> ~ e. ~ ....... ~ . YT E ~ c: ,@ ~l ~ :g ('. ~ ~ ~ "'> ~ E "" ~ ~ ~ ~ ~ (ij <5 l- ~ ~ (ij ,J:; t ~ <0 .! e- 2! III cD 00;- ~5a. lI)()(f) '" .;. XI () ~ ~' ~ to'l, ~ lfl- c g ~ ~ ~ €A- c g ~ \) 'i:l () ....... "..:> €A- c: .g ~ ~ ~ ....... lfl- c: g Q <;) \,.; t'- ..... lfl- ~~ jg ~. ~ ~ g ~ ~ ~ E m 19 {; :~ ~ ~ 8. I\l ~ .& ~ "" ~ 19 ~ ~ ~ '" ~' ~ ..:> ~ I- Q I;) ~ ~' 6Il' E ~ ~ ~ <:> 1Q '<t "0 .!! <0 E :c UJ W ,~ ~ ~ ~ ~ '=' ~ ..... ro .c. !it 4; CI) iO .s ~ ~ ~ 8 (/)() '? ... Q \) ~ ~' " !of YT c: ,@ ~ 11'- ~ YT c: g () ~ ~ "'1 ..... ~ ~ (j 1:\ .~ ...... YT c: .g o l;) ~ " ~ V;- .s ~ <J) Ol ~ '2 C! .... t!>,g: ^ .0 IO~ c-i .... .c ~! t:\ rl ~ I ~ ~ ]j .5 ~ Ji ~ ~~ ~ E iii lU .,.. :m ~ i1 : ~ E "" t\'l ~ ]j ~ !~ :g ~ ~ " g tv') ~ J!l i 81 w ~ ~ :rg 0. ~ ~ <II J!l e- ~ ~ g lI)() 'i ... ~ ~ ~ "j"- ~ . I'i ~ E/')o ~ '\) I'\) V) ~' YT c: .g ::::::::::::;::::::::::::=::::;::::' ~ :;:;:;:;:;:;:;:;:;:;:;:;:;:;:;:;:;: ~.~ ::::::::::::::::::::::::::;:::::::: v :-:.:-:.:-:.:.:.:.;.:-:.:.:.:.:.:-: ;::::::::::: :::::::::~::::::::::::: ^~ ::::::::::::::::::::::::::::::;:::: ~ .:.:.;.:.;.:.;.;.:.;.:-:.;.:.:-:.:. :::: :::::::::~::::::::::::::::::::: l\l' :.;.:.:-:-:-:.:.;.;.:.:.:.;.:.:-;.: ,~ .:.;.;.:-:.:.:.:.:-:.:-:.:<<.:-:. .., :.;.;.;.;.:.:.;.;.;.:.;.:.;.;.;.:.; .:-:.:.:.:-:-:-:.:.:.:.:-:-:.:-:-:. 19 ;.:.;.:.;.:.:.:.:.;.;.:.:.;.:.;.;.; t=. :::::;:::::::::;:;:::::::::::::::;: ~ , :::::. C/?' c: g .r................ :~:::;::;:::::::::::::::;:::;:::: :: P!~~~ ::~~~::~~~~~:~?:~~:~t~::~~:~: :~:::::::: ::::: :::::::: :::::::::: ~: ""4"'4 .........~ ................ .'................................. ........,.,........................ ................................... ::::::;::::::::::::::=:::::=:=::::; ::::::::::::::::::::::::::::::::::: ; )Ujtt\t~It~ ~ :;:;:;:;:;:;:;:;:;:;:;:;:::::::::;: 8 ~ ~ ~ c: ,g . .. .................. .................. ::;:::::::::::::::::;:::::::::::::: ~ ,.................................. .~ : ~: ~:~:~ :~:~; ~: ~:~: ~ :~: ~:~ :~: ~ :~: ~: ~~o-.: :.:.:.:.;.:.:.;.:.:.:.:.;.:-:.:.:.: \"" -:.:.:.:.:.:.:.:.:-:.:-:-:.:.:.:-:- :.:.:-:.:.:.:.:.:.:.;.:.:-:-:.:.:.: ':.:.:.:.: -:.~.:.:.:.:. :.:.:.:.: -:. :-:.:.:.: .:~:.:.:-:-:.:.;.:- :.:-:-: .:.:.:'~.;.:-:.:.:.:.:.:.:.:-:<.:- :-:.:-:.:-:.:.:.:-:.:-:.:-:-:.:.:.; ~ .:.:-:.:-:-:.:.;.:.;.:.:-:.:.;.:.;. :.:.:.;.:.;.:-:.:.:.:.:.:.:.:.:.:.: ]g .;.;.:-:::-:.:-:-:.:-:.:-:.;.;.;.:. ~ :~:::::::::::::::::::::::::::~::::: ~ \) ~ " E/')o c: g !I ~l ~ .... J!l ]i ~ ~ JYl <l> E "" Qj .e- l) I\} ~ ~ ~ ~ €A- * <ll ~ rn rn <t- .e <J) i}' e> c: (0 <U t3 e> c: <U o E :;::I <l) ~ g ~ ~ :::. c: Ql E a. 4> 'g. !1i ~ ~ ~ 8.,gJl ~ ~ ~ c~ f! a; t!>:8 ^ ::l to 0:: m-s ~!, '9 .,.. ~ ...,. ]i ~ ~ \.; ~ ~ lV) t.'t- <::J'" "- ~ H l1. ::l o 0:: <!) 0:: o Llc ~ o I- I':: o .~ ... o o U >< .., tI) j;! "tj "tj ~ .., ~ .1'l c: Ql E f!! '5 CT <ll 0:: ~ c: Ql t!> o ... . ... c: o tl Ql (f) <Il Ql III $ 19 <Il 'C C. Ql E >. III 0. (ij '0 Ql 0. III l5 u. CD '0 z i1i E co z >- c co a. E o a ~ E ;:) -0. c: Q) -0 ~. C)l C'J ..- CIl (,) l'Q n . ,5 iii CIl t/) 't:l l:: l'Q 't:l c: l'Q t/) 0- ~ o (B 't:l CIl '0 c: CIl S~ -0 o E =' (/) "0 >- 0- (/) o o CI M ... ~ o ~ 0- U) CI CI <:;) C? ..... o o ~ "0 >- 0- U) CI o o ~ I ..... o o ..... "0 >- 0- 00 CI CI CI ..... I CI c: .2 .... 0- 'c (,) l/I (Jl Cl ci z E CIl ;!:! >= (f) o o o '" '0 2 (II E ~ ill >= (f) o o o ('l '0 2 ro E "" 81 >= (f) o o o ,... 'C .sl III E 1E ill >= (f) o o I() ~ E ;yj u c ro (f) '0 C (II Q) E 'C 0.. ...- N \) ~ ~ 'V ~ \'- "' . (; l'- l'\,r (;I')- (,IT >- Ii? ., . ....... ~ . . .......,......... ................. ................. ................. ................, ................. ................. .................. ~~~'1.:::::::::::::::::::::::::::::::::: ~ :~{~{~t?::::::~~{r .- . ..... ,- ...... ....... " ...... .......... ................. ..... ........... "::::=;:::;:::::::::::::;:::::::::: ........,.................,........ <fl" ................................... :::=::::;:::;:::::::::::;:::::::::: ! t{:::::::~:::::\~~?r \>, l"\ <S (;I')- >- Ii? . . '..... .......... ...... .......... ................. ................. .................. :~: ~ :~: ~ :~: ~ :~: ~:~:~:~: ~:~:~: ~:~: ~: . ...~........ ....... .'. .,........... :I~~t~~t~/j~f)j~j .:.:.:.:-:.:.:.:.:.:.:.:.:.:.:-:.:. .::::::::::;:::::::::::::::::::;:;: ::::;:::::::::: :::::::::::::::::~:: ~ :::::::::::::::::::::::::::::::::: ~ ::::::::::::::::::::::::::::::::::: {!. ::~:;:::::::::::::::::}::::::::: Q ";) ~ fo.\ ~ ~ ~ (;I')- ~ .. . ................. .':':':':':':':':':':':':':':':':': .:-:.:.:.:-:-:.:.:-:-:.:.:.:.:.:.:. :::::::::::::::;:::;:;::::::::::::: fj?m:r?~jj(f~~: ..:.:.:.:-:.:.:.:-:.:-:.:.;.:.:-:.: : ~~~~~~~ ~~1~ I~~ ~~~ j~f~))I1 ................................., 117 :~:~:}~:)t>}}} ]j ':'.';'.':.:::.:'.';'.';'.';'.':','::.::.::.:.::'.':'.':'.':.: {:. ............. .................... ~ '" \$ g ~ '^ (;I')- >- Ii? >- Ii? Q Q ~ ~ >= CI) o o "" * E ~ UJ ~ ~ (;I')- <;) <;) '" 117 ~ {!. (;I')- 10 o () 5 E <( ~ Co! ~ ... ~ o I- ~ ~ ~ ~ (;I')- l=4 0.. :;) o .e::: (!) ~ o LL ~ ~ <3) (,) l'Q 0.. I .S .... c: Q) E (Jl > 1'0 0- .... iii .c 0- Il) l'Q tIl c: +: l/I .~ 0> ~ :a: 0- ::1 o l... (!) 'tl <3) "0 c: Q) ..... .... >< l/I UJ 0 'OU E =' t/) ~ C" t/) CI o CI C'J .... CIl > o '0 >- 0- eI) o o CI M, ..... Cl CI N 't:l >- 0- C/) Cl o CI C'/ ..... CI CI ..... 'C >- C" t/) Cl o o ..... . Cl c: o :0 0- 'C (,) 1/1 <3) Cl ci z E ~ :;.: (f) o 8 '" '0 .2l (1l E "" (/) ill :;.: CI) o o ~ '0 .l!! (1l E in ill ).: (f) o o l() ...- ]I 111 E "" (/) ill ~ o o o ...- '0 .sl (1l E ~ ID E .9 8 0 .2:l~ ~~8 0..- .E~~ ~ -g ~ == Fa e ::!: :2 0. ;;; ~ 'U \,; ~ ~' " 69- ~ ~I \'- \t\ Y ~ ~ N 69- {!. ~ '" l\j ~ 69- >- {Q ~ tv) (,IT >- Ii? ~ l\\ ~ (,IT :;.: C/) o ~ k ~ "- .~ ;n (,IT \) ~l ~l ).: II) o o o '" '0 Q) os ~ iii w ,..,. ~ .l9 {!. Q ~ ~ ~ ).: f/) o o ~ ! E "" .. w "" ]! {!. ~c ~ ~ ... ).: C/) o o o - :0 oS (1l E ;n ..,. 11 {!. u l!l Q) .2: 'ii '0 8 10 ~ .!!l~>- 9'- <ii .0 .f: z c g "0 5 == ~ () ~ ~ .s ~ ~ () \; ~ ~ '" 69- >- Ii? >- Ii? ~ '" ~ 69- >- Ii? \." .... tv) 69- >- Ii? l, ~ ~ fh ~ <fl- <<i ~ ~I ~ ~ 11 {!. ~~ ~ ~ "" 13 o !- o ~j (f> <<i '5 !- '\) ~ ~ ~ .'" w.. (;I')- s , 0.. :;) o It: (9 It: o !L -' ~ o I- c:I o .~ .... o .... o U x II) '" 4) =a . "d ~ II) .<:: ~ .l1 c: III E ~ '5 0- Q) 0:: ~ (J) c Q) t!l <:5 ..... ,!.. c o "" lil (f) Q) (J) Ill' (/) ~ Q) 'Cl 'E III ~ (II a. 'iij U QJ a. III L- o lL CP 15 z Q) E III Z >- ffi a. E o o ~ E ::l '0 C Q) '0 '0 ~ (\') I (\') .... Q) C,) co 0. . ~E Ol C :;: .... co ~. .... C Q) E Q) > co 0. C:' ~ o 0. E Q)' I- ~ 0. ::l o ... CJ .... 11) o U "C Q) '0 C Q) S .... o E ::l t/) .?;- ;: r:: 111 ::l o o Cl ~ ~ W EI7 o ~ ~ ~ ~ ........' Eo'? !:~I;~ 1Il",V1l\l VI ~EI7~~EI7~ ~ () ., <'I 11.. g~e. 15....1"- "'CI - fJ Q II'; Ii til J1 EI7 ~ r:: o ;: 0. 'C U m o ell Q. ~ , Ol C :l2 Iii :i: 1': ell E !\! 1Il 0.. ~ 8. E ell t- o z E J!1 .... .q. b <I) .g. Cii :Q "5 rI} , :E l\l 0.. , Ol C 32 iii :a C ell E t 0.. C III '0 0. E ~ <:1 &> ell 0- 'C Cii 0. :;;; rI} , E 'm 0.. , 0> C :l2 Iii :i: E Q) E !1? co 0.. ~ o Q. E ~ '? .... <) ~ ~ I' EI7 '^ C\. ' o o ~ 1'\1 ~... EI7 -g I!! () ~ ..oCi ltio~ ~~t\l 2 l\l ,5 JY ;n ~ (!. Iii in 0. .9 IJ) I E 'Iii 0.. I 0> c: :g l\l :z:; E Q) E !1? ft. ,~ o c.' E Q) t-. t) '\) ~ ~ ~ EI7 ~ ~ ~ ~, EI7 ., is {j l\l 11I ~ : ~I ~ .~ ~I ~ ~ ~ ~ ~ ~~ ~~~wfJ~'" ,s ]j.5 ~ m EI7 {!. ;n EI7 {!. "'t .... ell c: ~ 8 13 rI} I 'E 'iii 0.. I Cl c: :;;; Iii :z: C <Il E ~ ft. ~ o 0. E ~ Il) .q. 0> c '(;; '" g () '0 & ~ I 'E 'Iii 0.. , Ol c: :;;; Iii ~ E ell E ~ ft. ~ o 0. E ell t- <0 .q. () ~ () ~ ... .... ~ EI7 ~ 0- ::l o ~ c.9 ~ o I.L ~ ~ S:;' o .~ ... o o -u :.< o '" o :a 'U ~ o ..c f-< !!l c <I> E '" ,!= :> I ~ Q) g ~ <:5 .... J. c .Q "0 "'. (/) III III '" i1 1ii OJ 'P 1: II> ~ '" a. 1ii tl II> Q. '" ~ jg o z Qi E 111 Z >. C' co 0- E o o ~ i:>> .E E "3 ;:] lU "0 :I: c: 7ii Q) "0 'i: ~ .! III "1- :a C") i .... CI) E .... III ;:] ~ ~ ;:l ::::J Ii Co E :J .J:: "C . CI) CI) Co th Ii ,E CI) ;t! III ;:] 0 CI) c: .!!! jjj 0 III :i >- Co :J e (!) ..... III 0 U "0 CI) "0 c: CI) ~ (\ 0 0 \l () Q Q \) "- tJ 0 () \) ~ E ~ \,; ~ Q '\) :J () l; I::l ~ ~ (I) 1.,,' ~ ~ ~ ~ ~ '\)" M Iv\' ~ '" \\ YiJ- ~ ~ ..".. ~ ~ >- 0.. ::) ~ ~ (,9 0:: ~ 0 e ti U i3 ~ LL .... ~ c 0 III tll @ ~~ -l ell C: 0 l!:! ~ l!:! ~~ ~ :J C> OJ C1 ~ ~ Ii.: 0 II) ~ ~ .9! l- e ~ .c CJ> 'E ~ m\)\h 0 ~ 0 0 0 0 Ql ~ It) 0 K 0 0 0 ~~ It) Q ~ \.n1\1 ~ ... N L.; l'1i ~\..i\J;) ~ "C ]I -0 Jl *M "- .l!l M vt ~ lI'l- t.'i- " lI'l- t' .... '" '" tll ~ '" .5 19 E 19 E 19 E 19 E 19 jj ~ :a - '" ~ {!. lI'7 {!. III EI') ~ JJ E>9- {!. JJ E>9- {!. W W >. , ~ Ql e 0 c: cD j 'E, 'E ~ c :2 III >- .9 0 0 ~ :::l III .D Q) C c .2. Co ~ 0 ::> 1:: Ql 'I:: 0 E 0 .9 S .0 () III '" III ~ .9 ,2 CI) ::> .0 '8' 1:: ~ III 0 jl i' t1l Q) 'E Iii E ~ 'Ill 8 (I) t1l 0 i 1:: t:! E .... <ll ,2' "C ~ ~ ffi c: ~ Ql C. r.:: & E ~ c. ::> E ~ ~ 1il 1:: g> ... R C>> 0 Q) '" c: 8 E iil ::> E c ~ III ~ ii:: ~ 'C .s:: :> .l!l :z: OJ' ('G, ~ '- .!!! > III .2 -g '15 ... ~ "C .s:: J!I B '3 "C,(jj Q) c: tll III > C. III 1;J lU 1Il lU (/) ~ $: 0.. :z: .2- J: 0 Z .... C)I :b ;J. It) E , ob Ul \D Q) ;t! c: o '~ .... o ..... o U ~ ~ :a "0 ~ <) ,t5 .$ c: Ql E 2! '3 I el Q) lii C) o. .... .,.!. c: o "" <> Ql CJ> <D <D '" J!! :m "0 c I 1il Q ell 0. UI ~ ili 15 z a; E CO z >- c CO Co E o () "C 0> "C c; 0> ..... S l/) 0 ..... () 0 E ~ (/) En- EA- ~ >- u > "C '" >- ~ !!! 0- j..:' ll. en .:::1 0 en 0 g a: 0 C> N C') ... '0 0:: ~ ~ ~ ~ 0 0 E :i9 u.. "" ~ Jl b'7 ~ ~ J:: 0 >- () I- '0 '" >- ~ !!! 0- ;>.: Cf) en c 0 ~ c 0 0 ~ ..... '~ ~ ~ c ~ ~ 0 C") ... E "iii ] * "" 0 Jl b'7 ~ ~ (? u E >< ::l <J "C '" <J c; >- =a C!) '0 !;Q '1:1 '0 >- ~ ~ 0- ;>.: ~ Cf) en <J lI{ C 0 0 tS 0 0 (") c ..... .... .... "i' "Cl '0 ID ... ~ IT.> .Bl l() '" E E 19 E ro - - !1 Z Jl b'7 0 Uj EA- t: J- Q) >. E c; l!! ro >- >- 'S a. ~ ~ 0' E ~ & 0 ;>.: >= ~ (.) 0- (J) (J) (Jl Cf) 0 0 c: 0 0 0 (Jl J!3 ..... .... C!l L9 11 "Cl 't:l r;j l.l 0 lD .Bl ::l III .". tii .". '" ;;: '0' E :i9 E ] E e 'fii - :;::> w 0 III b'7 ~ III 0- W I- W W .... iU ..c: f c !l 0 ~ :;:l .... a.. :o::l () EJ 0 'i: ~ .~ ell .... (,). ~~ \l.l 8 c: '0 Q) -0 ~ 0> III c: ~ l5 ~ Q) "Cl c: 0 I:Il iii 0 Q) Q) co co co 0 c: ... E ii5 0 ..... 0 0 l.l .a (Jl If) Q) ..... ;e ~ >< ru ~ , ~ d. ~ 0.. a.. {!!. a.. (J) (J) 05 (JJ :> 0 0- Z ;b ~ '" "t :J E ID cb CD 0 (!) ... C) :!::: ~ E :J 'U C Q) 'U ~ If c<> .... c: o III iii L: III 1U .:1E '>; "2 o CIl iii .;:; Cll .... ('(l E - CIl iii .;:; Cll ..... ('(l :iE ..... iti .c 0- ~ :> 0- :J 2 ~ 1 :2 ItJ ,- ot/) 1.1..15 ""') c ~ 0 ~ i~ ~ ~ I' ~~~ -gC'- ~l'lI't ~ :a ;yj #h {? coc: o ('(l 1.1..0: 5 0 I:: () ~ \) a 8l.rs ~~ ~ . ~ 'C~\'I) ~ ~ ~ "" .l!l Jl Ifl {? c o :;:l a. &:: o III Cll C 2 ~ c: <3 .Q 1ij ~ ~ x ,~ '0 :c III N ~ (/} o 2; E Q) :: .- , ... c 0 ,~ ~ I~~ m\X)~ "" .l!l Jl #h {? ~ 6 \) I:: \) Ul ~ ~ \) ~ 8 Q ~~ 11 ~ ~I 1il ..... ~ E ..... ]j ~ ~ {? c 0 <h ~ ~'~ c: Q rJ> a o Q C " ~ {?v 8 ' {J ~ 0 lJ n;- ~ \I) It- ~ l I ,~ '9..-..j~ 'CVJ~ rJl"- <>I) ~ ~ rho E E E m~{?8i 2 ~ C (3 o ::::l iij ~ 0- ~ .l:! ~ '0 J: It) ~ 0.. en ~ ..... ~ .0 .0 ::l a:: :5 III ~ ~ ~ c:: ~ 8 Cl Ol Jl .c ~ 0. ~ ~ C) ~ ^ (I) to ~ ~ g. U en u.. (1) ~ g 0 ~ c ~j ~ o Ii) f'.: 0 ~ ~~ ~ ~ '" ~ fd E"19.5 ;n#h{?;ri c ~ 0 \) C o I::: Q ~ (1) . ~ 0 ~ o 'l;) o\,;t>/ ~ <) \j) f,j " ..... :E :a J1#h{? ]j E.I7 {? :5 2 ! ~ (5 ~ ~ ~ Ol Ji ~ 0- C ~ l!! ~ ~ .e- to 8. oi ~ ~ ;! c:: o : ~I ~~ ~.~ ]j Ifl{? c: ~ : a~ 8 ~ ~ Il)'v;' ~fv)* .5 :a ~fJ7~ 'C' Q). .0 .0 1i ]i. ~ n; :2 Cl .E s :2 Ol .c: 0- ~ 'i ... () u ~ "'- ~... ~ ~ o \) ~ ~ ~' 'v\ l'. 41'1- .... 111 o o "C Cll "C C S '0 E :J t/) o Q ~ " ,.... ~ , 4h ~ Q. :;) ~ (..!) Cl: o u.. ..J ~ ~ J!l C III E ,~ :s 0- ~ e OJ C Q) <!> ci .- .,.!. c:: o :r:l o Q) en CI) OJ Ul J!l $ Q) '<J c: CIl' ~ 0- Ol .u OJ a. Ul l; u.. OJ '0 :z Qj E (\J z >. c (tl 0- E o o &,~~I.'J3if~IQl Board of County Commissioners Seminole County, Florida ORDER~ FLORlOA SALES: 69-11-<J33995-53C FEDERAL SALESIUSE: 59-74-0013K Page 1 EXHIBIT B ORDER NUMBER: FOR INQUIRIES REGARDltJG THIS ORDER. CorUACT: FISCAl. SERVICES DEPARTMENT. PURCHASING AIlD CONTRACTS DMSION 1101 E. 151 STREET - COUNTY SERVICES SLOG.. RM #3208 SANFORDFLORID~32T71, . PHONE: (407) 655-7116/ FAX: (407) 665-7956 i ,;. _ . .t '. SAMPLE PURCHASE ORDER I.!: :'i':i , J -, ,:5EMfNiJL'E., Co'tINT,Y. .__,fbOJUPA'S .NATURAL CHOICE "r"''; THiS'O~DER IS SUi3,J,ECT TO THE TER!Y1S & CONprnONS ON THE REVERSE SIDE OF THIS O,RDER. o .:: " . ..... I ", . . SUBMIT ALL INVOICES IN DUPLICATE To': CLERK - B.C.C. FINANCE DIVlSION POST OFFICE BOX 8080 SANFORD, FL 32772-0869 Accts. Payable Inquiries - Phone (407) 665-7681 TOTAL AMOUNT PURCHASING AND CONTRACTS DIVISION -AUTHORIZED SIGNATURE for. SEMINOLE COUt-ITY BOARD OF COUt-ITY COMMISSONERS EXHIBIT C ;, ~ 2007 FLORIDA DEPARTMENT OF TRANSPORTATION DISTRICT 5 Federal Highway ~dministratiob. Emergency Relief Program Local Governments that suffer serious damage On Federa.1-aid highways as a result of a natural disaster or catastrophic failures from .an external Ca.Use may be eligible for Emergency Relief ':funds from. FHWA Emergency Relier fun1:f.s aTe av'ailab.le for pennanent repairs and emergency repairs. For complete details on the ER Pl'ogTa.J.nt please refer to the Emergency ReUef Manual. The electronk version may be accessed at V\.'WW.f1.1'Wa.dot.2"ov/reoorts/enn/index.htrn For questions concerning t'Permanent Repairs" contact: . Tom ~{oscoso FDOT District 5 Spec~al Projecm SUp'ervisor ' {386) 94 3~5466 Suncom 373,5466 thonias.moscoso@dot.state.fl.us Far questions concerning "Emergency Repairs" contactt ~irley Matthews FDOT District 5 IP A Coord~ato~ (386) 943-5452 Suncom 373-5452 shirIev.rna tthews@dot.state.fL us Page 1 of 24 I i I l' I I I ,I EXHIBIT C I. Contract Requirements for Emergency Relief Program Agreements Agreements for emergency work that are entered into by Local Governments with third pa~ies to perform Emergency Relief Program work for which the Local Government intends to seek reImbursement involving FHWA Emergency ,Relief Program funds, must comply with aU Federal contract provisIon requirements outlined or referred to in 23 CFR Part 633A. a. Third party agreements must be negotiated, sotlclted or openly bId by the Local Government b. lnclude provisions mandating compli"ance with. Davis-Bacon wage rates and include the wage rate tables In the agreement, said tables being available at: http://www.dot.state.fl.us/constructlonlwaQe.hbn ' Davls-Baoon does not apply to debrIs ~moval agreements. . . c. Include the "Required Contract ProvIsions for Federal-Aid Construction Contracts" (FHWA -1273) a copy of which is attached hereto. d. 'Mandate compliance with Federal "Buy America Requirements", a copy whIch is attached hereto. . e. Mandate coordination, by the Local Government and. the third party contractor with .the Department to assure compliance with the requirements of the National Environment Policy Act (NEP A) of 1969. f. Mandate compliance with 49 CFR Part 26, Disadvantaged Business Enterprise Programp including the requirements for the Contractor and lor the Local .Government to report mont~Jy on the Equal Opportunity Reporting System on the Department's website found at www.bfpincwebawS..com/bfzwebflorjda/ . . g. Mandate compltance with all requIrements as imposed by the American with Disabilities' Act of 1990 (ADA), the regulations of the Ferdeal government issued thereunder, and assurance by the Local Government pursuant tnereto, h. Mandate compliance with th~ convict (~bor prohibjtion in 23 U.S.C. 114. . ConvIct labor cannot be used In Emergency Reli~f ?onstruction proje.cts,. Environmental ConsideratIons: Repair projects under the ER program must comply with'the requirements of the National Environmental Policy Act (NEPA) of 1969. Emergency repairs to restore essential travel, mInimize the extent of damage. or protect remaining faciUlles are normally classified as categorical exclusions under 23 CFR 771.117(c)(9), 8!? are ER projec1s to restore permanently the existing faciflty in-kind ~t the existing location, ref. 23 CFR Part 771.117( d). Page 2 of 24 I I I i j I I " I i. 1 'I ' If I 1 l j I I I I I i I I 1 EXHIBIT C '" However, if impacts to protected or otherwise sensitive or high-value resources are possible, advance coordination with the appropriate local, State, and Federai resotJrce agencies should be closely considered to avoid or minimize profect delays or shutdowns. On occasionl an ER project that includes a betterment, whether or Aot l;!lIg1ble for ER funding, may require further NEPA review. Although on \:he surface a project may appear to qualify for a categorical exclusion, certain betterments may need either an environmental assessment (EA) to determine whether or not the project will cause significant environmental Impacts, pr an environmental impact statement (EIS) if significant Impacts are predicted. this Is U1ustraled by the following example: F'roject Betterment Requiring Environmental Evaluation When repairing a section of roadway Inundated and seriously damaged by floodwaters. it was determined that a grade raise could be eoonomically jU9tffie~ for ER funcSlng. Raising the grade of the roadway wIll require small amounts of additional rIght-of-way from adjacent wetland areas. In addltiqn, in future flood events, the higher roadway grade could impound additional water and 'flood other upstream areas. N. a result of the project'q potential Impact on wetlands and future floodIng patterns, furtlier evaluaUon was necessa.ry to determine the approprIate level of NEPA documentation. . The NEPA project development process provides the final Federal-aid highway project decision, occasionally including a facility on ns",! location. As noted above. ER projects to construct replacement facilities may require environmental assessments or environmental impact statements, depending on the potential level of impacts to resources, the value of the resources, and what., If floy. iegal Protections apply to the resources. However, even replacement facilIties constructed at the existIng lo~ation of the damaged facflity may require extra environmental evaluatIon beyond that needed for a rou1ine categorical exclusIon. These situalions are i1fustrated by, the foll~ng examples: Repla~ement at New Locatron . A roadway was permanently submerged by water backing up behind a naturally created dam, and it has been determIned ~eplacement of the inundated highway fa.cmty at Its eXisting location Is neither practical nor feasible, and' various alternate locatlons may be avalla.ble to relocate this sectJon of highway. The NEPA process documents considerauon of appropriate project aJt~rnat1ves and their polentlallmpacts and determines that the preferred altematlve i~ replacement of the old facility on a. speoific new location or site. Although a categorical exdusion can be used jf circumstances merit early environmental coordination may determine that an EA or an EIS .is necessary to do this: . Replacement at Existing LocatIon An existing bridge over a river has been damqged beyond repair but can be replaced with a bridge of comparable width and length at Ine same location. However, this sectlon of river oontains critical habitat for a , Federally, nsted endangered spec1es, Which would be seriously impacted during the scheduled construction period. As a result of \hIs potential Impact, the project decIsion could not be categorically excluded, and additlona! NEPA evaluation and documentation was neoessary. Page 3 of 24 EXHIBIT C FHWA.1273 Electronic VersIon - March 10. 1QM Required Contract Provisions Federal-Aid Construction Contracts I. General II. Nondiscrimination Ill. 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.Pievention IX. False statements Concerning Highway Projects X. ImQlementation of Clean Air Act and Federal Water Pollution Control Act XI. Certification Regarding DebarmenL Suspension Ineligibility. and Voluntary Exclusion Xli. Certification Regarding Use of Contract Funds for lobbYing Attachments A. Emplovment Preference for Apualac1rlan Contracts (included in Appalachian contracts only) I. GENERAL . 1. These contract ,provisions shall apply to ail work performed on the contract by the contractor's own organizatioJ;l and with the assistance of workers under the contractor's immediate mperintendence and to all work performed on the contract by piecework, station work, or by subcontract. 2. Ex.cept as otherwise provided for in each section~ the contractor shall insert' in. each subcontr-acf all of the stipulations contained in these Required Contract Provisions) and further require their inclusion in any,lower tier subcOntract or purchase order tp.at may in turn be made. The Required Conlract Pro.visions shan 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 C01JtractProvisions. . 3. A breach of my of the stipulations contained in these Required Contract Provisions shall. be sufficient .gr'ounds for tennination of the con1:r1:lct. 4. A breach of the foUowmg clauses of th~ Required Contract Provisions may also be grounds for debannent as provided. in 29 eFR 5.12: Section I, paragraph 2; Sectlon 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 Pro'Vi~ions shall not be subject to the general disputes clause of this contract. Such disputeS shall be resolved in accord?nce 'witJ;1 the procedures ofthe U.S. Department of Laoor (DOL) as set forth in 29 CPR 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: Page 4 of 24 '.j I i t . . i i I . i I I I i . ! I I EXHIBIT C FHWA-1273 Electronic Version - March 10.1994 a. discriminate agFtinst labor from any other state, possession. or territory of the United Slates (except ,for employment preference for Appalachian contracts, when applicable. as specified In Attachment A). or b. b. employ convict tabor for any purpose within the limits of the project unless it is labor performed by convicts who ere on parole, supervised release, or probation. 11. NONDISCRIMINATION (Applicable to all Federal-aid construction contracts and to all related subcontracts of $1 0,000 or more.) . 1. Equal Employment Opportunity: Equal employment opportunity (BEO) requirements not to discriminate and to take affirmative action to assure equal qpporturrity as set forth underlawst executive orders, rUles, regulations (28 CFR35, 29 CFR 1630 and 41 CFR 60) and orders of the Secretary of Labor as modified. by theprovisioos prescribed herein, and imposed pursuant to 23 V.S.C. 140 shall constitute the EEO and specific .affirmative action standards for the contractor's Pf?ject activities under this contract. The Equal Opportunity Construction Contract Specifications set forth under 41 CPR 60- 4.3 and the provisions of the American Disabilities Act of 1990 (42 V.S.C. 12101 et ~.) set forth under 28 CPR 35 and 29 CFR 1630 are incorporated by re~er.ence in this contract. In the execution of this contract, the contractor agrees to cOmply with the following minimum specific requirement activities ofEEO: a. The contractor will work with the State bjgh~ay agency (8HA) and the Federal Government in carrying out EEO obligations and in their review of hislher activities under tbe oontracl b. The contractor will accept as his op~ting.policy the followiQg 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, natl.onal orlgin, age or disability. Such action shall incl,ude: employment; upgraqing, demotion, or transfer; recruitment or recruitment advertising; layoff Dr termlnatlooj rates of payor other forms of compensation; and selection for training, Including apprenticeshIp, preapprenUceship, and/or on-th~Job tralOlng." Z. EEO QffJcer: The contractor will designate and make known to the SHA. contracting . officers an BEO Officer who will have the responsibility for and must be capable or' effectively administering and promoting an active contractor program' ofEEO and who must be assigned adequate authority and.responsibility to do so. .3. DissemInation of Policy: All members of the contractor's staff wbo. 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 BED policy and contractual, r~sPonsibiliti.es to provide REO in each grade and classification of employment To ensure that the above agreement will be met, the follpwing' actions will b.e taken as a minirnmn: , a.- Periodic meetings of supervisory and personnel office employees will be conducted before the start of work and then not Jess often dian once every six monthst at which time the contractor's BEO policy and its implementation will be revi ewed and explained:The meetings will b~ conducted by the BEO. Officer. b. All new supervisory or personnel office employees wilJ be given a thorough indoctrination by the EEO Officer, covering an major aspects of the contractors Page 5 of 24 . EXHIBIT C " FHWA-1273 electronic Vernton- March 10.1994 EEO obligations within thirty daye following their report~ng for duty with the contractor. o. All personnel who are engaged in direct recruitment for the project will be instructed by the EEO Officer in the contractors pro?edures for locating and hiring minority group employees. d. Notices and posters setting forth the contractors EEO policy will be placed in areas readily accessible to employees, applicants for employment and potential employees. e. The contractor's BED policy and the procedures to implement such policy will be brought to the attention of employees by means of meetings. employee handbooks. or other appropriate means. . ,4. Recrul~ent: When advertising for employees, the contractor will inplude in all advertisetp.ents fOT empJoye~ the notation: "An E,qual Opportunity Employer." All such advertisements will be placed 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 publiy and private employee referral sources likely to yield qualified minority group applicants. To meet this . retprlrement,the contractor will identify sources of potential minority group emp19yees, and establish with sucb identified sources procedures whereby 'minority group, applicants may h.e referred to the contractor for employment consideration. . . 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 BED 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 am'ended.) o. The contractor' will encourage his present employees to refer minority group applicants for employment.. Information and procedures with regard to referring minority group applicants will be discussed with employees. 5. Personnel Actions: Wages. working Conditions. and employ~e benefits shall be established and, administered, and personnel actions of every type, including hiring, , upgrading, promotion, trilnsfer, 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 iru:ure that working conditions and employee facilith~s do not indicate .discriminatory treatment of project site personnel. b. The contractor will peri~dically evaluate the spread of wages paid within each classification to determine any evidence of discriminatory wage practices. c. The contractor will periodically review selected personnel actions in depth to deterJ11,ine whether there is evidence of discrimination. Where evidence is found, the contractor will promptly take corrective action. If the review indi.cates that the discrimination !Day extend beyond the actions reviewed, sucb corrective action shall include all affect.ed persons. d. The contractor will promptly investigate all complaints of alleged discrimination made to the contractor in connection with his obligations under' this contract, Page 6 of 24 EXHIBIT C .' . fH\NA-1273 EleclronicVersion- March 10,1994 will attempt to resolve such complaints, and will take appropriate corrective action within a reasonable time. If the investigation indicates that the discrimination may affect persons other than the complainant, S'Ucb corrective action shall include such other persons., Upon completion of each investigation, the contractor w111 infonn every complainant of all of his avenues of appeal. 6. Training and Promotion: a. 'l'be contractor will assist in locating, qualifying, and increasing the skills Df minority group and women employees, and applicants for employment. b. Consistent with the contractor's work force requirements and as penn:issib1e under Federal and State regulations; the contractor shall make full use of training programs, i.e., appreonce~hip, and on~the..j{)b training programs for the . geographical area of contract performance. Where feasible, 25 percent of apprentices or trainees in each occupation shal1 be in their first year of apprenticeship or training. In' the event a special provision for training 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 requirements for each. d. The contraq.tor will periodically review the training and promotion potential of minority group and women employees and win encourage eligible employees to apply fur such training and promotion. 7. UnTons: If the contractor relies in whole or in part upon unions as a source of employees, the contracto~ will use hislher best efforts to obtain the cooperation of such unions to increase opportunities for 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 cooperation with tbe unions, joint training programs aimed tDward qualifying mpre minority group members and women for membership in tbe unions and increasing the skills of roinority group employees and women so tbat they roay qualify for higher payfug employment.. , b. The contractor ~1l Use best efforts to incorporate an BEO clause into each union agreement to the end that such union will be contractually bound to refer applicants without regard to their race, coloft 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 ex.cept that to the extent such information is within the exclusive possession of the labor union and such labor union refuses to furnish such information to the contractor, the contractor shall so certify to the 8HA a.nd shan set forth what efforts have been made to obtain such infounation. d. In the event the union is unable to provide the contractor with a reasonable flow of minority ?TId WOUle\? referrals within the time limit Syt forth in the collective bargaining agreement, the contractor will, through independent reCl1l1tment efforts, fill the employment vacancies without regard to T(!.ce, 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 heldtbat 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 Page 7 of 24 EXHIBIT C FHWA-1273 E)e(;\r'Ofllc Version - March 10, 1994 employees.) In the event the union referral practice prevents the contractor from meeting the obligations pmsuant to Executive Order 11246, as amended, and thes~ special provisions) such contractor shaH immediately notify tpe SHA- 8. Selectlon of Subcontractors, Procurement of MaterIals and Leasing of Equipment: The contractor shall not discrirninate on the grounds of race, color, religion, sex, national origin, age or disability in the selection and retention of subcontractors, including procurement of materials and leases of eqwpt.nent. a. The contractor shall notify all potential subcontractors and suppliers of hislher BED obligations under this contract. b. Disadvantaged business enterprises (DBE), as defined in 49 CFR 23, shall bave equal opportunity to compete for and perform subcontracts which the contractor enters into pursuant to this contract. The contractor will me 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 ofDBE construction firms from SHA personnel c. The contractor will use his best efforts to ensure subcontractor complianoe 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 sball be retained for a period of' three year~ following completion' of the contract work and shall' be available at . reasonabl e times and places for inspection by authorized representatives of the 8HA and the FHW A. a. The records kept by the contractor shall docmnent the following: ] . 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 oppo~ties for minorities and women; 3. The progress and efforts being made in locating, hiring, training) qualifying, and upgrading minority and female employeesi 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 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 Fonn FHW A-1391. If on-the-job training is being required by special provision, the contractor will be required to collect and report training data. Ill. NONSEGREGATED FACILITIES (Applicable to all Federal-aid constroction contracts and to all related subcontracts of $10)000 armore.) a. By submission of this bid, the execution of this contract or subcontract, or the consummation of this material supply agreement 9r purchase order) as appropriate, the bidder, Federal-aid construction contractor, subcontractor, material supplier, or vendor, as appropliate, cert~fies that the firm does. not maintain or provide for its employees any segregated facilities at any of its estab1isbments) and that the finn does not pennit its employees to perform their services at any location, under its control, where Page 8 of 24 EXHIBIT C FHWA-1273 Electronic Version.. March 10, 1994 segregated facilities are maintWned. Tbe finn agrees tbat a breach of this certificati(m is a violation o"r the EEO provisions of this contract. The finn fqrther certifies tbat 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 entertaimnent areas, transportation, and housing facilities provided for employees which are segregated by. explicit directive, or are, ~n fact., segregated on the basis of race, color, religion, national origin, age or disability, because of habi~ 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 bas obtained or win obtain identiCal certification from proposed subcontractors or matenal suppliers prior to award of subcontracts or consummation Of materiaI supply agreements of $1 0,000 or more and that it will retain such certifications in its: files. ry. PAYMENT OF PREDETERMINED MINIMUM WAGE (Applicable to all Federal-aid construction contracts exceeding $2,000 and to all re1ated subcontracts, except for projects located on roadways ylassified as local Toads or rural minor collectors, which are exempt.) . . o. General: a. . " All mechanics and laborers employed or working upon the site ofthe work will be paid unconditionally and not less often than once a week and. without subsequent deduction or rebate OD any account [except such payroll deductions as are permitted by regulations (29 CPR 3) issued by the Secretary of Labor under the Copeland Act.(40 D.S.C. 276c)] the full amounts ofmges and bona fide fringe benefits (or casb equivalents thereof) due at time of payment. The paym'ent shall be computed at wage rates not less than those contained in the wage detenrrination of the Secret+1IY of Labor (hereinafter "the wage determination") which is' attached hereto .and: made a part hereof, regardless of any contractual relationship which may bea11eged to enst between the contractor or its subcontractors 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-t321) or Form FHWA-1495) shall be posted at all times by the contractor and its subcontractors at the site of the worle in a promin!mt and accessible place where it can be easily seep by the workers. For the purpose of this Section, contributions made Of costs reasonably anticipated for bona fide fringe benefits under Section "1 (b)(2) of the Davis-Bacon Act (40 V.S.C. 276a) on behalf of laborers or mechanics ar~ 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, OT programs, which cover th~ particular weekly peq.od, are deemed, to be constructively made or incurred during such weekly period. S1.?-ch laborers and mechanics shall be p,aid the appropriate wage rate and fringe befl:efits on the wage determination for the classification of work actually perfanned, without regard to skill, except as provided in paragraph~ 4 and 5 ofthis Section IV. Laborers or mechanics performing work in more than ODe classification may be' compensated at the rate specified for each classification. for the time actually b. " Page 9 of 24 EXHIBIT C A-l'NA-1273 Eledronlc Version - March 10,1994 worked therein, provided, tbat the employer1s payroll records accurately set forth .the time s-pent in each classification in which work js performed. c. An rulings and interpretations of the Davis-Bacon Act and related acts contained in 29 CPR 1,.3, and 5 are herein incorporated by reference in this contract. 1. Classification: a. The' 8HA contracting officer shall require that any class of laborerS' or mechanics employed under the contract. which is not listed in the wage detennination, shall be classified in conformance with the wage determination. b. The contracting officer ~ha1l approve an addifional classification, wage rate and fringe benefits only when the following criteria.have been met: .1. the work to be performed by the additional classification requested is not performed by a classification in the wage determination; 2. the aoditional classification is utilized in the area by the construction industry; 3. the proposed wage rate, including any bona fide fringe benefits, bears a r.easonable relationship to tbe wage rates contained in the wage determination; and 4~ with respect to helpers, when such a classification prevails in tbe m;ea in .'which the wor1~.is performed. c. If the contractor or subcontractors, as appropriate, the laborers and mechanics (if !mown) to be employed in the additional classification or their representatives, and the contracting officer agree on the classification and wage rate (including the aroooot 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. 202]0. The Wage and Hour Administrator, or an authorized repTesentative, will approve, modify, OI' disapprove evezy' additional classification action within 30 days of receipt and so .advise the contracting. officer or will notify the contracting officer within the 30-day period that additional tj..rne is necessary. d. 1n the event the contractor or subcontractors, as appropriate, the laborerS or mechanics to be employed, in the additiO)1al classification or tbeiT representatives) and. the contracting officer do not. agree .on the p~oposed 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 tbe contracting officer, to the Wage and Hour Administrator for determination. Said Administrator, or an authorized representative, will issue a determination within 30. days of receipt and so advise the contracting officer or will notify' the contracting officer within the 30-day period that additional time is necessaJ)' e. The wage rate (inc1uding fri,nge ben.efits 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 fhst day on which work is perl'ormed in the clasSification. 2. Payment of Fringe B~neflts: a. Wheneyer 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 h.ourly rate, the contractor or subcontractors, as appropriate, shaH either pay the Page 10 of 24 EXHIBIT C FHWA-1273 8ec1fonlc;Verslon,- March 10, \994 3. . benefit as stated in the wage determination or shall pay another bona fide fringe benefit Of an hourly case equivalent thereof. . b. If the contractor or subcontractof) as appropriate) does not make payments to a trustee or other third person, he/she may consider as a part of the wages of any laborer or'mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program) provided, that the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations ~der the plan or program. Apprentices and Trainees {Programs of the u.s. DOL} and Helpers: a. Apprentices: . 1. Apprentices will be permitted to work at less than the predetermined rate. for the work they performed wben they are employed pursuant to and individually registered in a bona fide apprenticesbip 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 bislher first 90 days of probationary employment as an apprentice in such an apprenticeship progra'm) who is not individually registered in the program, but who has bet(11 certified by the Bureau of Apprenticeship and Training or a State apprenticeship agency (where appropriate) to be . eligIble for probationary employment as an apprentice. 2. The allowable ratio of apprentices to journeyman-level employees on the job site in any craft clas~ification shall not be greater than the ratio permitted' to the contractor as to the. entire work fame under the registered program. Any employee listed on a payroll at an apprentice . wage rate, who is not registered or otherwise employed as staled aboye, 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 perfonning work on the job site in. excess of the ratio permitted under 14e registered program sh~ll be paid not less .than _ the 'applicable wage rate on the,wage determination for the work actually performed. 'Where a contractor or subcontractor' is 'perfomring construction on a project ill a locality other than that in which its progrmn is registered) the ratios and wage rates (-expressed in percentages of the joumeym.~-level hourly rate) specified in the contractor'S or subcontractors registered program shall be observed. 3. Every apprentice must be paid at not less than the rate specified in the registered. pro gram for the a:ppr~ntice's level of pro gress) expr6i>sed as a percentage. of the journeyman-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 liste(i 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 classi fication, fringes shall be paid in accordance with that determination. Page 11 of 24 EXHIBIT C FHV'IA-1Z73 ElectronIc Version-March 10,1994 4. In the event the Bureau of Apprenticeship and Training, or a State apprenticeship agency recognized by the BureaU, withdraws approval of an apprenticesbip 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 S.l6t 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 certifica~on 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 Employrilent 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 deteonination for the classification of work actually performed. In addition, any trainee perforining work on the job site in eJ(cess of tbe ratio permitted under the (egisteted program shall be paid not less than the applicable wage-rate on the wage determination for the work actually perfonned. '3.' Every trainee must be paiq at not less than . the rate specified in the approved program for his/ber level of progress,. ex-pressed' as a percentage of the joumeyro.an-leve1 . 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 aoes .not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division detennines that there is an apprenticeship progr':ITD associatea with tb.e correspond~g joumeyman- level wage rate on the wage deterniination 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 Administration 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 classifica~on Is specified and defined on the applicable wage. determination or is approved pursuant' to the conformance procedure sel forth In Section IV.2. Any worker ilsted on a payroll at a helper wage rate. who Is nol a helper under a approved definition, shall be paId not less than the applicable wage rate on the wage determination for the classification of work actually performs? Page 12 of 24 EXHIBIT C Fl-iWA-1273 8ectronlcVersloll-M/!rch 10.1994 . ' 4. Apprentices and Trainees (Programs of the U.S. DOT): Apprentices and trainees working under apprenticeship and skin 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 bourly wage rates for apprentices and train~es under such programs will be established by the particular programs. The ratio of apprentices and trainees to journeymen shall not be greater than permi1ted by the terms of the particular program. 5. Withholding: The SHA shall up011 its own action or upon written request of an authorized representative of the DOL withhol~ or cause to be witbheld., from the contractor or subcontractor under this contract or any other Federal contract with file 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 sUbcontractor tbe 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 8HA contracting officer may, after written notice tt;> the {,lOnn-actor, 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, , 6. Overtime Requirements: No contractor or subcontractor contracting for any part o~ 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, r?-echanic, watch:rt1an,.or guard in ,any workweek in which he/she is employed on such work; 'to work in exceSs of 40 hams in such workweek unless such laborer, mechanic, watchman, or ~ard receives compensation at a rate not less than one-and-{)oe-half times his/her basic rate of pay rot' alJ hours worked in excess of 40 hours in such workweek. 7. Violation: Liability for Unpaid Wages; Liquidated Damages; In the event of any violation 'ohhe 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 contra,ctor 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 Distriot"or to' such territory) for liquidated damages. Such liquidated damag~ shall be computed with respect to each individual laborer. mecbanic; watchman, 01:' 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 requir~ or permitted to work in excess of the standard Page 13 of 24 EXHIBIT C FrM'A-1Z73 E\ectfonlc:Yersion.- March 10, 199~ work week of 40 hours without payment of the overtime wages reqUired by the clause set forth in paragraph 7. 8. .. WithholdIng for Unpaid Wages and LIquidated Damages: The SEA 'shall upon its own action or upon written request of any authorized rePresentative of the DOL withholdt 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 Fedel:a1 COD;1ract 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 f:9 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) o. Compfiance 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. 1. 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 y€iars from tbe date of completion of the contract for all laboreIS. mecbanics: apl"rentices, trainees, 'watc1unen, helpers, and guards working at the site of the work. . h. The payroll records shall contain the name, social security number, and address of eai:;h such employee; his or 4er correct classification; flourly rates of wages paid (irrcluding rates of contributions or costs anticipated for bona fide fringe benefits ar cash equivalent thereof the types described hi. Section 1(b)(2)(B) of the Davis Bacon Act); daily a~d weekly number of hours worked; deductions made; and actual wages paid. In additiollr for Appalachian contracts, the payroll . records shall contain a notation indicating whether the employee does, or does 'not, norma11y reside in the labor area as defined in Attachment A, paragraph I. Wbenever the Secretary of Labor, pursuant to Section N, paragraph 3b, bas 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 fIpancially responsible. that the plan or program has been communi cated 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 tr~ees under approved programs shall maintaiD written evidence Page 14 of 24 EXHIBIT C FH'NA-1273 ElectroTlic Version - ~att:h 10. 112M of the registration of apprentices and trainees, and ni.tios and wage rates prescribed ih the applicable programs. '. c. Each coritnictor and subcontractor shall furnish, each week in whi ch 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, paragraphs 4 and 5, and watchmen and guards engaged on work during the preceding weekly payroll period). The payroll submitted shan set out accurately and completely all of the infonnation required to be maintained under paragraph 2b of this Section V. This infonnation may be suh1trl.tted in any fonn desired: Optional Ponn WH-347 is available for this purpose and may be purchased from the Superintendent of Documents (Federal stocK: number. 029~005-0014-1), U.S. Government Printing Office, Washington, D.C. 20402. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. d. Each payron submitted shall be accompanied by a "Statement 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 mai~ained under paragraph 2b of this Section V and that such information is correct and vomp1ete; 2. that such laborer ot" mechanic (including each helper. apprentice, and trainee) employed on the contract during the payron period has been paid the full weekly wages earned, witllout rebate, either directly or . indirectly, and that no deductions have been made either directly or indirectly from the fun wages earned, other than permissible deductions as set forth in the Regulations, 29 CPR 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 perfoun~ as specified in the applicable wage detemlination incorporated into the contract. . e. The weekly subrpiss1c:m of a properly executed certifi~on set forth on the reverse. side' of Optional Form WH-347 shaU satisfy the requirement for submission of the "Statement of Compliance" required by paragraph 2d of this Section V. . [ 'The falsification of ID:1Y of the above certifications may subject the contractor to civil or criD;iinal prosecution under 18U.S.C. 1001 and 31 V.S.C. 231. g. The contractor or subcontractor sball make the records required under paragraph 2b of this Section V available for inspection, copying, or transcription by authorized representatives of the SHA, the FHW A. or the DOL, and shall pennit 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 FHW A, the DOL, or all may, afteF .written ~Qtice to the contractor, sponsor, applicant, or owner, take such actions as may be necessary to cause the suspension of any further paYment, advanc.e"or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debannent action pursuant to 29 CPR 5.12. VI. RECORD OF MATERIALS, SUPPLIES, AND LABOR Page 15 of 24 EXHIBIT C Fl-lWA.1273 E1edronic VerS!ol\- March '0,1994 o. On all Federal-aid con!re.cts on the National "Highway System, except those which provide solely for the installatiop. of prm:ective devices at railroad grade crossings) those which are constructed on a force account or direct labor basis, h.ighway 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 sbaH: " 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 mvolving Federal Funds,11 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 FHW A-47,. and in the units shown on Form FHWA-47. " c. urnislJ., upon the completion of the contract, to the SHA resident engineer on Form FHW A-47 "together with the data required in paragraph lb relativFurnishaterials and supplies, a final labor summary of all contract work indicating the total hours worked and the total amount earned. 1. At the prime corrtractors option, either" a single report covering all contract work .or separate r~orts for the pontractor and for each subcontract shall be submitted. VII. SUBLETTING OR AsstGNING 11m CONTRACT 0.. 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 special~ items designated by the State. Specialty items may be peifOmled by subcontract and the amount of any such specialty items perfonned may be deducted from the" total ,original- c'ontrn,ct price before compntIDg.the amount oi'work required to be perfonned 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 ov.'Ped or rented by the prime contractor, with or without operators. Such term does not include 6!?P1oyees or equipment of a subcontractor, assignee, or agent of the prime" contractor. b, ,"Specialty Items" shall ,be construed to be l~ited to worle that requiies highly specialized knowledge, abilmes, or equi;pment not or.dinarily available in the type of contracting organizations qualified and expected to bid on the contract as a whole and in general are to be Ihnited to minor components of the overall contract. ' 1. The contract amount upon which the requirements set forth in paragraph 1 of Section vn is computed inc~udes 'the cost of material and manufactUred products, which Bre to be purchased or produced by the contractor under the contract provisions. 2. The contractor shall furnish ea) a competent superintendent or supervisor who is employed by the fmn, has full authority to direct performance of the work in accordance with the cbntract requirements, and is.in,charge' of all,copstruction opeI1itions (regardless of wbo:performs the work) and (b) suqh other of its own orgaoiza~orial reso,:!rcys, (~perviSion, management1 and engineeriDg services) as tPe SUA contracting officer determines is necess'e,ry to assure the perforriIance of tbe contract. 3. No portion of the contract shan be sublet, assigned or otherwise disposed of except with the written consent of the 8HA 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 ~e contract. Written consent will be given only after the SHA has assured 'that each subcontract is Page 16 of 24 EXHIBIT C FHWA~1Z73 E\eClIur1ic Ven:ion - March 10. 19S4 evidenced in writing and that it contains all pertinent provisions and'requirements of the prime contract. VIII. SAFETY: ACCIDENT PREVENTION O. In the perfonnance of this contract the contractor shall comply with all applicable Federal~ State, and local laws governing safety, bealth, and sanitation (23 CPR 635). The contractor shall provide all safeguards, safety devices and protective equipment and take any other needed actions as it detennmes, or as the 8HA contracting officer may determine, to be reasonably necessary to protect tbe life and health of employees on the job arid the safety of the public and to protect p.roperty in connection with the performance of the work covered by the contract. 1. It is a condition of this contract, and shan be made a condition of each subcontract, which the contractor enters into pursuant to this contract, that the contractor and any'subco,ntractor shall not permit any employee, in performance oftha contract, to work in surroundings or under conditions which are unsanitary, hazardous or dangerous to hislher health or safety, as detennined under construction safety and health standards (29 CPR 1926) promulgated by the Secretary of Labor, in accords,nce with Section 107 ofthe ContIact Work H0UIS and Safety Standards Act (40 U.S.C. 333). 2. pursuant to 29 CPR 1926.3, it is a condition of this .contract that the Secretary of Labor or authorized representative tbereof, shall have right of entry to any site of contqtct 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 V.S.C. 333). OC FALSE 51ATEMENTS CONCERNING HIGHWAY PT:lOJEGTS In order to assure high quality and durable construction in conf~nni.ty 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 tbe project perform their functions as carefully, thoroughly, and honestly as possible. Willful falsification, distortion, or misrepresentation "i'Iith respect to any facts related: to the project is a violation of Federnl law. To prevent any misunderstanding regarding the seriousness of these and similar acts, the following notice shaJl 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: 1.1OTlCE TO ALL PERSONNEL ENGAGED ON fEDERAL-AID K1GHWAY PROJEGTS 18 V.S.C. 1020 reads ,as follows: "Whoever, being an officer, agent. or f1mpfoyee of the Unned States, or of any State or Territory, or whoever, whether a person, association, firm, or Gorporeoon, knowingly ,makes any false statement, false representation. or false report as to the character, quality, quantity, or cost of the materiafl.lsed 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, specifiCC!fions, contracts. or r;ost~ of construotion on any highway or related project sf;lbm/tted (or approve' to the. Secretary of Transportation; or Whoever knowingly makes any false statement, false representation, false report or false claim with resP13cf to the character, quality, quantify, or cost of any work performed or to be performed. or matl7riels (urn/shed or to be furnished, in connection with the construction of any highway or related project approved by the Secretary of Trar:spoHation; or ' Page 17 of 24 EXHIBIT C Fl-lWA-1273 Eleclronlc Verslon- March 10, 1994 lNhoever knowingly makes any false statement or, false representatfon as to material fac;t in any statement. certificate, or report submitted pursuant to proYisions of the Federar-aid Roads Act approved July 1. 1916, (39 Stat. 355). as amended and ~upp{emented; shall be fined lJot 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 aU related subcontractS of $100,000 or more.) By submission of this bid or the execution of this contract. or subcontract, as appropriate, the bidder; Fede,ral-aid construction contractor, or subcontractor, as appropriate, will be deemed to have stipulated as follows: O. That any facility that is or will be utl1ized in the performance of this contract, unless such contract is exempt under the Clean Air Act, as amended (42 U.S.C. 1857 et gm.., as amended by Pub.L. 91-604), and under the Federal Water Pollution Control Act, as amended (33 U.S.C. 1251 'et ~., as amended by P'ob.L. 92~SOO), Executive Order 11738, and regulations in implementation thereof (40 CFR 15) is noi listed, on the date of contract award, on the U.S. Environmenta.3 Protection Agency (EPA)'List of Violating Facilities pursuant to 40 CPR 1520. 1. That the fmn agrees to comply and remain in cOmpliance with all the requirements of Section 114 of the Clean Air Act alid Section 30& or'the Federal Water Pollution Control Act and all regulations and guidelines listed thereunder. 2. That the firm shall promptly notify the SHA of the receipt of any communication from the Director, Office of Federal Activities, EP A, indicating that: a facility that is or will be utilized for the contract is under consideration to be listed on the EP A List of Violating Facilities. . 3. ' That the firm agrees to include ot cause to be included the requirements of paragraph 1 through 4 of this Section X ill every nonexempt subcontrac~ and further agrees .to take such' action as the government may direct as a means of enforcing such requirements. XL CERTIFiCATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLU~10N . O. Instructions fot Certification. Primary Covered TransactIons: (Applicable to all Federal.aid contracts - 49 CPR 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 tbe 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 , <;:ertification set out below. The certification or explanation wi11 be considered in ,connection with the department or a.gency's determination whether to enter into this transaction. However, failure of the prospective primary. participant to furnish a certification or an explanation shall disqualify such a person from participation in this transaction. ' . c. The certification in this clause is a material representation of fact upon which reliance was placed when the department OT agency determined to enter into this transaction. If it is later determined that the prospective primary participant Page 18 of 24 EXHIBIT C FHWA-12T3 Electronic Version - March 10, 1994 knowingly rendered an erroneous certification, in addition to other remedies available to tbe Federal Government, the department or agency may terminate this 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,11 "ineligible," "lower tier covered transaction," "participant, n "person," "primary covered transaction," "principal, fr "proposal," and lIvpluntarilyexcluded," as used in this clause, have the meanings set out in the Definitions and Coverage sections of l1l1e:s implementing Executive .aider 12549. You may contact tbe department or agency to ........hich 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 povered. transaction be e~tered into, it shall not knowingly enter into any lower tier covered transaction with a peJi'son who is debarred, suspended, declaretI ineligIole, o'r volutitarily ~c1uded p:om p~cipation in. this, co'Vered transaction, unless authorized by' the department or agency enterin.g into tliis transactjon. " g. 'J.11e prospective primary participlplt further agrees by submitting "this propo~al that it will include th~ clause, titled "Certification Regarding. pebannent, SuspensioD,' fneligibility and Vohmtary' Ex.clusion~Lower Tier Covered Transaction," provided by the department or agency entering into ~s covr;:red. transaction, without modification;. in all lower tier covered transactions and in all . .solicitations for lower tier covered transactions,' , . b... A participant iri a covered trans.action lllay. 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 trB.DS?l-ction, unless it !mows tbat the certification is erroneoUS. A participant may decide the metbod 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"lIUsts of Parties Ex.cluded Prom. Federal ProcUrement OT Nonprocurenient Programs" (Nonprocurement List) which is compiled by the General Services Administration. j. 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 ofbusiness dealings. J. Except for transactions authorized under paragraph t of th ~e 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 voluntan1y excluded from participation in this .transaction, in addition to other remedies available to the Federal Government, the department or agency may tenninate this transaction for cause or default. . * * * *'* Page 19 of 24 EXHIBIT C rHWA-1273 Eleclron\c Version- March 10.1994 . . Certification Regarding Debarment, Suspension, IneligIbility and Voluntary Ex:.clusion- Primary Cevered TransactIons 11. 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 ineHgtble) or voluntarily excluded from covered transactions by any Federal department or agency; b. Have not \?'Jithin a 3-year period preceding this proposal been convicted of or had a civil judgement rendered against them fOT commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or perfonning a pu'bIic (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 prop~ c. Are not presently indicted for or otherwise criminally or c;ivil1y cbm:ged by a governmerital 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 application/proposal had one or more public transactions (Federal, State or local) terminated for cause or default 12. 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. ****'" 1. InstrucUons for Certification - Lower Tier Covered Transactions: , . . ~ (Applicable to all subcontracts, purchase orders and other lower tier transactions of $25,000 or more- 49 CFR 29) . By signing and submitting this proposal, the prospective lower tier is providing the certi.fi.cati~n set out below. . a. The certificatioJ.l in this clause is a material representation of fact upon whicb reliance was placed when this transaction was entered into. If it is later determined that the prospective' lower tier' participant knowingly rendered an erroneous certificati9D, in addition'to other rem'edies available to the. Federal Government, 'the department. or agency with which this. transaction originated may pursue available remedieS, including suspension and/or debarment. b. The prospective lower tier participant shall provide immediate written notice to tbe 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. c. The terms ."covered transaction," "debarred," "suspended)" "ineligible," '!primary covered transaction," Ilparticipant," "person," "principal)""proposal," and ItvoJuntarlly excluded," as used in this clause, have the meanings set out in the' Definitions and Coverage sections of rules implementing Ex.ecutive Order 12549, You may contact the person to which this proposal is sv-bmitted for assistance in obtaining ,a copy oftbose regulations. " . d.. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into> it sball.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 aut:honzed by the department or agency \vith which this transaction originated. Page 20 of 24 EXHIBIT C FHWA-'t213 Electronlc: Version - March 10. 1994 e. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled "Certification Regarding)Jebarment, Suspension. Ineligibility nnd Voluntary Exclusion-Lower Tier Covered Transaction," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactioPS. f. 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, suspend~ ineligible. or voluntarily ex.cluded. from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency' by which it detennines the eligibility of its principals. Each participant may, but is not required to, check the Nonprocurement List. g. 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. Tbe knowledge and infonnation of participant is not required to exceed tbat which is nonna11y possessed by a prodent person in the ordinary course of bus mess dealings. h. 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, ine1iglble, or voluntarily excluded from participation in this transaction, in , addition to other remedies avmlable to the Federal Government, the department or agency with which this transaction originated may pursue available remedies. incl udin~ suspension and/or debarrnenL ***** . Certification Regarding Debarment, Suspensiotl. IneligibilitY and Voluntary Exclusion- lower Tier Covered Transactlons; 9. The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed fOT debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. 10. 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. *01:01:** XII. CERTIFICATION REGARDING USE Of CON'fRACT FUNDS FOR LOBBYfNG .(Applicable to all Federal...aid construction contracts and to all related subcontracts WIDen . exceed $100,000 - 49 CFR 20) o. The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his OT her knowledge and belief, that: No Federal appropriateq. 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 Federal1oan, the.entering into of any cooperatiye agreement, and theuextension., continuation, renewal, a,mendment, or modification of a~y Federal contract, grant, Joan, or coo-perative agreement. a. If any funds other tban Federal-appropriated funds have been paid or will be paid to any person for,influencing or attempting to influence ah 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 Page 21 of 24 EXHIBIT C FHWA-1Z73 Electronic Version - March 10, 1994 with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and, submit Standard Form:'LLL, llDisclosure Fonn to Report Lobbying," in acccrdance with its instructions. 1. 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 tra.1!saction imposed by 31 U.S.C: 1352. .Any person who fails to file the required certification shall be subject to a civil penalty ofoot less than $10,000 and not more than 5100,000 for each such failure. 2. 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 i;1cluded in aU lower tier subcontracts, which exceed $100,000 and that all such recipients shall certify an~ disclos~ accordingly. ATTACHMENT A - EMPLOYMENT PREFERENCE FOR APPAlACHIAN CONTRACTS (Applicable to Appalachian contraots only.) 3. During the performance of this contract, the contractor undertaking to do'work which is, or reasonably may be, done as on-site work, shan give preference to' qualified persons who regularly reside in the labor area as designated by the DOL wherein the contrae:t'work is situated, or the subregi!m, or the Appalachian counties of the State wherein the contract work'is situated, except To the extent that qualified persons regularly residing in the area are not available. a. . For the reasonable needs of the contractor to ~ploy supervisory or specially experienced personnel necessary to assure an efficient execution of the contract worle. b. . For the obligation ofthe contractor t<? offer-employment to present or former employees as the result of a lawful collective bargaining contract, pr9vided that the number of nonresid~nt persons employed under this subparagraph 1 c shall not exceed 20' percent of the total number of employees . -, employed by the contractor on the contrilct work, except as provided in subparagraph 4 below. 4. The contractor shall place a job order willi the State Employment Serv1ce indicating (a) the classifications of the laborers, mechanics and other employees required to perform the contract work~ (b) the number of employees required io 'each classification~ (c) the date on which he estimates such employees will be require~ and Cd) any other pertinent information required by the State Employment Service to complete the job order form. The job order may be placed with the State Emp]oyme~t Service in writing or by tel.ephone. If during the cOUrse of the contract work) the in~OI:mation submitted by the contractor in the originai job order is subs'tantially m6difled. he shall Prortiptl;tnotify the 'state Employment Service. 5. The contractor shall give full consideration to all qualified job applicants referred to him by the State Employment Service. The contractor is not required to grant employment to any job applicants who, in his Qpinioo, are not qualified to perform the classification of work. required. 6. If) within 1 week following the placing of a job order by the contractor with the State Employment Service, the State Employinent Servioe is unable to refer any qualified job applicants to the contractor, or less than the number requested, the State Employment ~ervice wiD forward a certificate to the contractor indicating the unavailability of applicants. Such certificate shall be made a part ofthe contractor's permanent project records. Upon receipt of this certificate, the contractor may employ persons who do Dot nbrmaUy reside in'the labor area to, fill positions covered by the certificate, notwithstanding the provisions of subparagraph 1 c above. 7. The contractor shall include the provisions of Sections] through 4 of trus Attachment A in every subcontract for work which is, or reasonably may be, done'as on-site worle. This page las1 modified on March 11, 2005 Page 22 of 24 EXHIBIT C 29 C~R Part 635.410 Buy America Requlremen{s 23 CFR Part 635.410 Buy America Requirements. (a) The provisions of this section shall prevail and' be given precedence over any requirements of this subpart which are contrary to this section, However, nothing In this section shall be construed to be contrary to the requirements of s635.409(a) of this subpart. (b) No Federal-aid highway construction project is to be authorized for advertisement or otherwise authorized to proceed uryless at least one of the following requirements is met: (1) The project either. (i) Includes no permanently Incorporated steel or iron materials, or (ii) if steel or iron materials are to be used, all manufacturing processes, including application of a coating, for these materials must occor in the United States. Coating Inc.ludes all processes which protect or enhance the value of the material to which the coating is applied. (2) The State has standard contract provisions that require the use of domestic materials and products, including steel and iron materials, to the same or greater extent as the provisions set forth.in this section. (3) The State elects to include alternate bid provisions for foreign and domestic steel and iron materials Which comply with the following requirements. Any procedure for obtaining alternate bids based on furnishing 'foreign steel and Iron materials which Is acceptable to the Division Admll1lstrator- miiiY be used. The contract provisions must (i) require all bidders to submit a bid based on furnishing domestic steel and Iron materials, and (it) clearly state that the contract will be awarded to the bidder who submits the lowest total bid .based on furnishing domestlc'steel and iron m,aterfals unless such total bfd exceeds the lowest total bid based on furnishing foreign steel and iron materials by more than 25 percent (4) When steel and iron materials are used in a projeot, the requirements of this section dp not prevent a minimal use of foreign steel and Iron mate'rials, If the cost of such materials used does not exceed one-tenth of one percent (0.1 percent) of the total contract cost or $2,500, whichever Is greater. For purposes of this paragraph, the cost is that shown to be the value of the steel and iron products as they ~re delivered to'the project. . (c)(1) A state may request a waiver of the provisions of this section if, (i) The application of those provisIons would be inconsistent with the public interest; or (ii) Steel and iron materials/products are not produced in the United States in sufficient and reasonably available q1..lantitles which are of a satisfactory quality.- (2) A request for waiver, accompanied by supporting information, must be submitted in writing to the Regional Federal HIghway Administrator (RFHWA) through the FHVl/A DIvision Administrator. A request must be submitted sufficiently in advance of the need for the waiver in order to allow time for proper review and action on the request. The RFHWA will have , ~ppn~val authority on the request. . , Page 23 of 24 EXHIBIT C 23 CFR Part 635.410 auy America Requirements. (3) Requests for waivers may be made for speclfic projects, or f?r certain materials or products in specific geographic areas, or for combinations of both, depending on the circumstances.' " (4) The denial of the request by the RFHW.A may be appealed by the State to the Federal Highway Administrator (Admlnistrator). whose action on the request shall be considered " ad ministratively final. ' (5) A request for a waiver which involves nationwide public interest or availability issues or more than one FHWA region may be submrtted by the RFHWA to the AdmInistrator for action. (6) A request for waiver and an appeal from a denlal of a request must Include facts and Justification to support the grantIng ofthe waiver. The FHWA response to a request or appeal .wlll be in writing and made available to the public upon request. Any request for a natlonwide waiver and FHWA's action on such a requMt may be published in the Federal Register for public comment. " (7) In determining whether the waivers described In paragraph (c)(1) of this section will be granted, the FHWA will consider all appropriate factors including, but not limited to, cost. admintstrative'burden, and delay that would be Imposed if the provision were not waived. " (d) Standard State: and Federa"l-aid contract procedures may be used to assure compliance with the requirements of this section. [48 FR 53104, Nov. 25, 1983, as amended at 49 FR 18821., May 3,1984; 58 FR 38975, July 21,199~ " . Page 24 of 24