Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutC02-079 Loris and Associates replacement cemetery bridge designAGREEMENT FOR PROFESSIONAL SERVICES
FOR THE FINAL ENGINEERING DESIGN
OF THE REPLACEMENT CEMETERY BRIDGE
This Agreement for the preparation of the Final Engineering Design of the
Replacement Cemetery Bridge dated as of April 1, 2002, is between Eagle County, by and
through its Board of County Commissioners ( "County "), and Loris and Associates, Inc.
( "Contractor ").
WHEREAS, the purpose /intent of this contract is to enter into an agreement to
complete all tasks and documents associated with the final engineering design of the
replacement of Cemetery Bridge in Edwards, Colorado.
For good and valuable consideration, including the conditions set forth herein, the
parties agree to the following:
1. Scope of the Work: The Work shall be comprised of the following tasks: (1)
Preliminary Design; (2) Final Design, all as described in the Contractor's proposal attached
as "Exhibit A."
2. Contractor's Performance: Contractor shall be responsible for the
completeness and accuracy of the Work, supporting data and other documents prepared
or compiled in performance of the Work, and shall correct, at its sole expense, all significant
errors and omissions therein. The fact that the County has accepted or approved
Contractor's Work shall not relieve Contractor of any of its responsibilities. Contractor shall
perform the Work in a skillful, professional, and competent manner and in accordance with
the standards of care, skill, and diligence applicable to engineers, as the case may be with
respect to similar work. The Contractor shall complete all work in compliance with
Colorado Department of Transportation specifications and design criteria as shown on the
http: / /www.dot.state.co.us/ CDOT website. Design specifications include, but are not
limited to, CDOT Project Development Manual, CDOT Roadway Design Manual 4t' Edition,
2001, A Policy on Geometric Design of Highways and Streets, Construction and Materials
Testing Manual, the M and S Standards, and AASHTO guidelines. All bid documents,
construction drawings, standards and specifications will conform to CDOT standards.
Contractor's performance shall include coordination and structure selection report with
CDOT Staff Bridge, hydraulics report review by Region 3 CDOT Hydraulics Engineer, and
meetings such as F.I.R. and F.O.R. as coordinated with CDOT Resident Engineer.
3. Time of Performance and Termination: Contractor shall commence the Work
within ten (10) business days after the date of this Agreement. All Work shall be completed
not later than December 31, 2002, unless approved by change order to the contract.
Agreement Page 9
r
4. Compensation and Payment: In consideration of its performance of the
scope of work, Contractor shall be paid monthly based on percent of completion by task
and direct expenses at cost. The total not to exceed fee is $280,988.00. Payment shall
be made in accordance with the following:
a. Contractor shall submit to County monthly invoices of the time spent
and expenses incurred during the previous calendar month.
b. The professional fees and reimbursable expenses shall be due and
payable within thirty (30) days after submittal by Contractor together with submission
of any required clarification and documentation.
C. For the purposes of this Agreement, the term "reimbursable costs
shall include only actual out -of- pocket expenses incurred by Contractor in
connection with the Work, including the reasonable expenses incurred for travel to
and from Contractor's regular place of business. Reimbursable costs will include
report printing and map production but not other photo - reproduction costs.
d. Hourly rates shall be as provided in Contractor's Standard Wage Rates
as set forth in Exhibit A and incorporated herein by this reference. Fractional hours
will be billed at the nearest one - quarter hour.
e. The parties hereto recognize that the scope of the Work may change.
When Contractor believes that the scope of the Work has been changed or that by
reason of a decision of County it will be required to redo properly completed Work,
Contractor shall immediately advise County of such belief and shall also provide a
statement of the maximum additional charges for such work. Contractor shall not
be entitled to be paid for any such additional work unless and until County agrees
in writing that the scope of the Work has changed and accepts the statement of the
maximum additional charges.
f. Contractor shall maintain comprehensive, complete and accurate
records and, accounts of its performance relating to'this Agreement for a period of
three (3) years following final payment hereunder, which period shall be extended
at County's reasonable request. County shall have the right within such period to
inspect such books, records and documents upon demand, with reasonable notice
and at a reasonable time, for the purpose of determining, in accordance with
acceptable accounting and auditing standards, compliance with the requirements
of this Agreement and the law.
g. Additional services, if required beyond the scope of work, shall be
separately negotiated and agreed to by both the County and Contractor prior to the
Contractor performing the additional service.
Agreement Page 2
C 01
5. Project Management: Peter J. Loris, P.E. shall be.designated as Contractor's
Principal -in- charge and Keith Scoggins, P.E. shall be designated as Contractor's Project
Manager for the Work. Helen Migchelbrink, P.E., County Engineer, Eagle County, shall be
County's manager responsible for this Agreement. All correspondence between the parties
hereto regarding this project shall be between and among the project managers. Either
party may designate a different project manager by notice in writing.
6. Independent Contractor: It is expressly acknowledged and understood by the
parties hereto that nothing contained in this Agreement shall result in, or be construed as
establishing, an employment relationship. Contractor shall be, and shall perform as, an
independent contractor. No agent, employee, or servant of Contractor shall be, or shall be
deemed to be, the employee, agent or servant of County. Contractor shall be solely and
entirely responsible for its acts and for the acts of Contractor's agents, employees, servants
and subcontractors during the performance of this Agreement.
7. Personnel: Contractor understands and hereby acknowledges that County
is relying primarily upon the expertise and personal abilities of Peter J. Loris, P.E.. This.
Agreement is conditioned upon the continuing direct personal involvement of Peter J. Loris,
P.E. in the Work. County understands that other employees of Contractor will be working
on portions of the Work; however, these employees shall be under the direct supervision
of Peter J. Loris, P.E. at all times. In the event that Peter J. Loris, P.E.-is unable to remain
involved in the Work, Contractor shall immediately notify County and County shall have the
option to terminate this Agreement.
8. Ownership of Documents: All documents which are obtained during or
prepared in the performance of the Work are copyrighted and shall remain the property of
the County, shall be so designated on the face of the document, and are to be delivered
to County's project manager before final payment is made to Contractor or upon earlier
termination of this Agreement.
9. Electronic Submittals: Project development correspondence shall be
produced on Microsoft software products; base mapping and plan sheets will be made
utilizing AutoCad 2000; and, design work will be done in Eagle Point software. All project
documentation shall be furnished on a CD to CDOT and Eagle County.
10. Confidentiality: Contractor acknowledges that it may receive confidential
information from County for use in connection with its performance of the Work. Contractor
further acknowledges that it may in the performance of the Work develop information,
including facts, data, and opinions, which are, or in County's judgement should be,
confidential or limited in terms of dissemination. Contractor shall take all precautions
necessary to maintain and protect the confidentiality of any such information and to ensure
that it shall be used only for the purposes of the Work. All facts, data, and opinions
developed by Contractor in the course of its performance of the Work shall be deemed to
belong to County and no such facts, data, or opinions shall be disseminated to anyone for
any purpose without County's express written consent.
Agreement Page 3
C)
Upon completion of the Work, Contractor shall return to County all material it
supplied to Contractor in connection with the performance of the Work.
11. No Assignment: The parties to this Agreement recognize that the services to
be provided pursuant to this Agreement are professional in nature and that in entering into
this Agreement County is relying upon the personal services and reputation of Loris and
Associates, Inc. Therefore, Contractor may not assign its interest in the Agreement,
including the assignment of any rights or delegation of any obligations provided therein,
without the prior written consent of County, which consent .County may withhold in its sole
discretion. Except as so provided, this Agreement shall be binding on and inure to the
benefit of the parties hereto, and their respective successors and assigns, and shall not be
deemed to be for the benefit of or enforceable by any third party. Unless specifically stated
to the contrary in any written consent to an assignment, no assignment will release or
discharge the assignor from any duty or responsibility under the Agreement.
12. Conflicts of Interest: Neither Contractor nor its subcontractors, nor any of their
respective principals, officers, employees, or agents shall, at any time during the term of
this Agreement and continuing through three (3) months following completion of the Work,
perform consulting work which would constitute a conflict of interest, including but not
limited to work on behalf of persons owning property within the area which is the subject
of the Work. By acceptance of this Agreement, Contractor represents and warrants that
any and all of its professional. representations and associations, and those of its
subcontractors and of their respective principals, officers, employees and agents, direct or
indirect, which would conflict in any manner or degree with the professional and impartial
performance of services required under this Agreement have been terminated.
13. Notices: Any notice and all written communications required under this
Agreement shall be given by personal delivery, courier delivery, facsimile transmission
together with a "hard copy" by United States mail, or first class mail, to the appropriate
party at the following addresses:
Contractor: Loris and Associates, Inc.
5775 Flatiron Parkway, Suite 207
Boulder, CO 80301
tel. 303 -444 -2073 fax 303 -444 -0611
County: Helen Migchelbrink, County Engineer
Eagle County
P.O. Box 850
Eagle, CO 81631
tel. 970 - 328 -3560 fax 970 - 328 -8789
email: helenmig(cD- eagle- county.com
Agreement Page 4
Notice shall be deemed given on the first to occur of delivery, transmission 'by
facsimile (if transmitted during customary business hours, or the following business day if
not), or three calendar days after deposit in the mails, as applicable.
14. Miscellaneous:
a. Contractor shall not discriminate against any employee or applicant
for employment to be employed in the performance of this Agreement on the basis
of race, color, religion, national origin, sex, ancestry, physical handicap, sexual
orientation, age, political affiliation, or family responsibility. Contractor shall require
all subcontractors to agree to the provisions of this subparagraph.
b. The making, execution and delivery of this Agreement by the parties
hereto has not been induced by any prior or contemporaneous representation,
statement, warranty or agreement as to any matter other than those herein
expressed. This agreement embodies the entire understanding and agreement of
the parties, and there are no further or other agreements or understandings, written
or oral, in effect between them relating to the subject matter hereof. This Agreement
may not be amended, including by any modification of, deletion from or addition to
the scope of the Work, except by a written document of equal formality executed by
both parties hereto.
C. This Agreement shall be governed, -by and construed in accordance
with the internal laws of the State of Colorado, without reference to choice of law
rules. The parties agree that venue in any action to enforce or interpret this
Agreement shall be in the District Court in the 5th District for the State of Colorado.
d. This Agreement does not and shall not be deemed to confer upon or
grant to any third party any right enforceable at law or equity arising out of any term,
covenant, or condition herein or the breach thereof.
e. FHWA form 1273 required by Colorado Department of Transportation
for federal -aid construction contracts is attached as Exhibit "B and incorporated
herein by reference.
15. Budget/Appropriation: Notwithstanding anything to the contrary contained in
this Agreement, County shall have no obligations under this Agreement, nor shall any
payment be made to Contractor in respect of any period after any December 31 of each
calendar year during the term of this Agreement, without an appropriation therefor by the
County in accordance with a budget adopted by the Board of County Commissioners in
compliance with the provisions of Article 25 of Title 30 of the Colorado Revised Statutes,
the Local Government Budget Law (C.R.S. §29 -1 -101 et seg.), and the TABOR
Amendment (Constitution, Article X, Sec. 20).
Agreement Page 5
C`'
IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day
and year first above written.
UOGLZC �vui� i r
COUNTY OF EAGLE, STATE OF
COLORADO, By and Through its
ATTEST: BOA"OFC TY COMMISSIONERS
By:
Jerk to the Board of Michael L. Gallagher, irman
County Commissioners
"CONTRACTOR"
LORIS AND ASSOCIATES, INC.
By:
Name:
Title:
STATE OF COLORADO )
) ss
County of Bou)j"- )
The foregoing was acknowledged before me this day of
2002 by R s • L-er'i 5 as ? esi d-e� of Loris and
Associates, Inc..
WITNESS my hand and official seal.
My commission expires
Notary ublic
KELLY A APPLE
Notary Public
Stets of Colorado
Agreement Page 6
Cj
GENERAL CONDITIONS
1. Contractor shall provide and pay for labor, materials,. equipment, tools,
utilities, permits, licenses, transportation, and other facilities and services necessary for
proper execution and completion of the Work.
2. Contractor shall be responsible for having taken steps reasonably necessary
to ascertain the nature and location of the Work, and the general and local conditions which
can affect the Work or the cost thereof. Any failure by Contractor to do so will not relieve
him from responsibility for successfully performing the Work without additional expense to
the County. County assumes no responsibility for any understanding or representations
concerning conditions made by any of its officers, employees or agents prior to the
execution of this Agreement, unless such understanding or representations are expressly
stated in the Agreement.
3. Contractor shall supervise and direct the Work, using Contractor's best skill
and attention. Contractor shall be solely responsible for coordinating all portions of the
Work.
4. Contractor, as soon as practicable, shall furnish in writing to the County the
names of subcontractors and suppliers for each portion of the Work.
5. No charge shall be made by Contractor for hindrances or delays from any
cause whatever during the progress of any portion of the Work, unless such hindrance or
delay is caused in whole or in part by acts or omissions within the control of County. In any
event, County may grant an extension of time for the completion of the Work, provided it
is satisfied that delays or hindrances were due to causes outside Contractor's control, e.g.,
weather, or to acts of omission or commission by the County, provided that such
extensions of time shall in no instance exceed the time actually lost to Contractor by reason
of such causes, and provided further that Contractor shall have given County immediate
(as determined by the circumstances, but not exceeding 48 hours) notice in writing of the
cause of the detention or delay.
6. Contractor warrants to County that the Work will conform to the requirements
of the Agreement.
7. Contractor shall comply with and give notices required by all federal, state
and local laws, statutes, ordinances, building codes, rules and regulations applicable to the
Work. If the Contractor performs Work knowing it to be contrary to laws, statutes,
ordinances, building codes, rules or regulations without notice to County, Contractor shall
assume full responsibility for such Work and shall bear the attributable costs. Contractor
shall promptly notify County in writing of any conflicts between the specifications for the
Work and such governmental laws, rules and regulations.
8. Contractor's Insurance:
General Conditions Page 9
( r
Contractor shall purchase and maintain in a company or companies to which County
has no reasonable objection such insurance as will protect Contractor and County from
claims which may arise out of or result from Contractor's operations under the Agreement,
whether such operations be by himself or by any subcontractor or by anyone directly or
indirectly employed by any of them, or by anyone for whose acts any of them may be liable.
The insurance required shall be written for not less than any limits of liability required
by law or by those set forth below, whichever is greater. All such insurance shall be written
by companies authorized to do insurance business in the State of Colorado.
a. Workmen's Compensation including occupational disease,. and Employer's
Liability Insurance in amounts and coverage as required by the laws of Colorado.
b. Comprehensive General Liability Insurance - Contractor shall maintain a
Comprehensive General Liability Form of Insurance with bodily injury liability limits
of $500,000 for any one (1) person in anyone occurrence and $1,000,000 for two
(2) or more persons in any one occurrence and with property damage liability limits
of $500,000 in any one occurrence.
C. Contractor shall maintain Professional Liability Insurance with minimum
coverage limits of $500,000 per occurrence, $1,000,000 aggregate.
Certificates of Insurance: Certificates of Insurance acceptable to the County shall
be filed with the County prior to commencement of the Work. These Certificates shall
contain provisions naming the County as an additional insured under Contractor's
insurance, and that coverage afforded under the policies will'not be canceled until at least
thirty days prior written notice has been given the County. Contractor and his
subcontractors shall not permit any of his subcontractors to start Work until all required
insurance have been obtained and certificates with the proper endorsements have been
filed with the County. Failure of the Contractor to comply with the foregoing insurance
requirements shall in no way waive the County's rights hereunder.
Subcontractors: Before permitting any of his subcontractors to perform any Work
under this contract, Contractor shall either (a) require each of his subcontractors to procure
and maintain during the life of his subcontracts, insurance of the types and in the amounts
as may be applicable to his Work, which type and amounts shall be subject to the approval
of the County, or (b) insure the activities of his subcontractors in his own policy.
9. To the fullest extent permitted by law, Contractor shall- indemnify and hold
harmless County, its board, commissioners, employees, and the agents of any of them,
from and against claims, damages, losses and expenses, including but not limited to
attorneys' fees, arising out of or resulting from performance of the Work, provided that such
claim, damage, loss or expense is attributable to bodily injury, sickness, disease or death,
or to injury to or destruction of tangible property (other than the Work itself) including loss
of use resulting therefrom, but only to the extent caused in whole or in part by negligent
acts or omissions of the Contractor, anyone directly or indirectly employed by them or
General Conditions Page 2
anyone for whose acts they may be liable, regardless of whether or not such claim,
damage, loss or expense is caused in part by a party indemnified hereunder.
10. After execution of the Agreement, changes in the Work may be accomplished
by Change Order or by order for a minor change in the Work. County, without invalidating
the Agreement, may order changes in the Work within the general scope of the Agreement
consisting of additions, deletions or other revisions.
a. No Change Orders or other form of order or directive which requires
additional compensable work to be performed may be issued or be effective unless
accompanied by a written assurance to the Contractor that lawful appropriations to
cover the costs of the additional work have been made. -
b. A Change Order shall .be a written order to the Contractor signed by County
to change the Work.
C. County will have County to order minor changes in the Work not involving
changes in the Contract Price or the Contract Time.. Such changes. shall be written
orders and shall be binding on the Contractor and County. Contractor shall carry
out such written orders promptly.
11. Final Payment:
Upon written notice from Contractor that the Work is complete, County will make a
final inspection with Contractor, and will notify Contractor in writing of all particulars in which
this inspection reveals that the Work is incomplete or defective. Contractor shall
immediately take such measures as are necessary to remedy such deficiencies.
After Contractor has completed all such corrections to the satisfaction of County,
Contractor may make application for final payment following the procedure for progress
payments. The final application for payment shall be accompanied by all documentation
called for in the contract documents, and such other data and schedules as County may
reasonably require.
12. Contractor warrants and guarantees that all work, materials, and equipment
covered by any application for payment, whether incorporated in the project or not, will
pass to County at the time of payment free and clear of all liens, claims, security interests,
and encumbrances (in these General Conditions referred to as "Liens ").
13. Final payment is subject to the Final Settlement requirements and time
periods set forth in C.R.S. §38 -26 -107.
14. The Contractor shall be responsible for initiating, maintaining and supervising
all safety precautions and programs, including all those required by law in connection with
performance of the Agreement.
General Conditions Page 3
C C
15. Contractor shall promptly correct Work rejected by County as failing to
conform to the requirements of the Agreement and Contractor shall bear the cost of
correcting such rejected Work.
16. County may terminate this Agreement, in whole or in part, for its convenience
upon providing written notice, by delivery or by mail, to Contractor. Upon such termination,
County shall be liable only for Work satisfactorily completed prior to the notice and for
unavoidable expenses directly incurred for performance of those parts of the Work which
have not been satisfactorily completed, provided that, at its sole option, County may require
that Contractor complete particulartasks or subtasks on a time and reimbursable expenses
basis as provided in paragraph 4 hereof. Upon termination Contractor shall deliver to
County all photographs, drawings, illustrations, text, data, and other documents entirely or
partially completed, together with all material supplied to Contractor by County. Payment
will be due within thirty (30) days after Contractor has delivered the last of the partially
completed documents, together with any records that may be required to determine the
amount due.
17. In the event of any conflict between the provisions of these General
Conditions and the Specifications or the Agreement, the terms of the Specifications or the
Agreement, as the case may be, shall control.
March 8, 2002
Ms. Helen Migchelbrink
Eagle County Engineering
P.O. Box 850
Eagle, CO 81631 -0850
Reference: Edwards Cemetery Road & Bridge
Final Design Scope of Services
Dear Helen:
Loris and Associates proposal to perform preliminary and final design
services for the Cemetery Road Bridge in Edwards is comprised of the
following:
1. Fee & Deliverable Worksheet (14 Sheets) — This document
describes in detail the services assumed to be performed by
Loris for preliminary and final design. The first sheet is a
summary of Loris, subconsultant and rembursible expenses.
The next sheets detail our services. Tasks and deliverables are
outlined in the columns to the left, assumed hours spent on each
task by each individual are found in the central portion of the
worksheet, and comments about each task are located on the
right side. Subconsultant and reimbursable expenses are located
at the bottom the sheets.
2. CDOT Project Cost Worksheet (2 Sheets) — Required by CDOT
on federally funded projects, provides a summary of direct and
reimbursable expenses.
3. CDOT Indirect Cost Rate Worktable (1 Sheet) — Required for
federally funded projects, provides an indirect multiplier plus
profit to be used when computing hourly rates.
Loris and Associates is looking forward to working with you on this project.
We anticipate having the design complete in order to start construction this
Fall or Winter. Please let me know if you need additional information to
execute the contract.
Sincerely,
The Office of
Loris and Associates, Inc.
Keith W. Scoggins, P.E.
Project Manager
Reviewed by,
Peter J. Loris, /.E.
President
Mastering the Art of
Engineering Structures
and Infrastructures
III
co
a
Q
D)
N
O
O
N
N
N
M
O
co
U
O
y
Q
c
m
Mn
0
_!
r-
o
o
.-
11
o
co.
a
w
o
rn
w
w °'
J
w
o
0
H
w
O•
°
CD
cr 0
F
v
N .-
F-
<
N
�-
'
Q
N
H
w
O
N
N
w
W�
w
w
W�
w
is
F
F
y
m
Q
a
O
w
V
m
N
O
w
1c!
O
V
N
p
b
e
W
E
a?
o7
c
m'
,r=,
.O
E
H
cn
M
O
o
to
.!e5
y
mi
r
N
h69�
w
H
,,
m
°w
°w
°w
6%
m
WY
W
�
�
E
h
o
rn
ao
O
o
w
W
o
N
w
CO
N
w
H
O
{;
o
ui
a
o
co
m
y
Ge
y
q
M.`
N
N
L
X
N
a
o
0
0
0
o
T
E
w
H
H
w
w
o
+w
z
he
M
cl1
W
7
l'9.:.
w
v
N
t
w
w
w
w
N
0
C
O
W.
"w
w
o
T
o
°w
°w
w
m
0H
a.
6e
o
o
Y
.4
6a.
4,F
o
o
y
F-
co
1-
V
T
o
>+
0H
69
0
0
0
N
`
cn
r-L
o.
r
of
ai
_
H
r
w
a
y
m
N
Q
o
o
w
o
o
a
ei
m
of
of
N
lo
v
N
�
to
w
0m
0
H
j
y
w
J
cn
y
0w
W
U
�
w
r
�.
N
H
m
V'
"a ui
�
H
1
V
N
eV
W
K
w
H
S
°H
O
N'
N
a
W
L
m
�
fR
OI
O
cn
N
d
N
jw
N
,a
is
in
w
°H
°w
o
°w
g
°w
°o°
e
N
V
�
�
eo
N
$
ct
a
It
H
a
H
en
w
°w
be.
N
O
H
o
w
es
o
m
t°f!
W
>
C
O
N
N
W
�
N
e
c
U
U
w
ca
w
fia
c
W
w
C^
609
LL)
N
In
to
"�'
r
y
�
'D
O
ti
c
o
N
'mV
'z0�
m
w
H
J
w
Q
Q
Y
O f
O �
w
W
~
U
Cl)
CZ'J
W
cZ'�
n
y
Q
a
y
>
O
0
z
F-
O
z
w
F
ZU'
J
V)
>
w
C_Z9
O
N
>
U
0
z
0
z.W
z
d
o
W
Z
z
0
O
z
O
O
y
0
y
0
Q
y
W
Q
z
z
m
Q
y
W
Q
z
G
EL
a
oau
Z
v
N
a
oaau-
Z
00
Q
III
co
a
Q
D)
N
O
O
N
N
N
M
O
co
U
O
y
Q
c
m
Mn
0
_!
c
1
.. a
d
L
Y
O
N
CD
l0
V
O
ED
Q
m
O
J
c
E
U
C
OI y
mm
o 0
N
0
0
0
0
0
0
0
0
0 0
0 0
0 0
LL
0
N N
N
N
N
N
N
N
N
N N
N N
N N
Z
F a
0
0
0
0
0
0
0
0
0
0
0 0
C
$ o
0
0
0
0
0
o
a
o
0
o N
9E
Q
C �
O w
N
,p
Wg
o
0
O
o
N
0
0
0
0
0
0
0
0
0
o W
'+ U
°i m
a O
O
O
O
O
O
O
O
O
O
O N
w 0
M
rn
C
^o U
aa
N
a`
W
rn
c
W 0
g o
0
0
0
0
0
0
0
0
0
o H
W
0
W
�
a
IL ti
e
�
x
a
g o
0
0
0
0
0
0
0
0
0
o w
a`
ci
`m
m Oy
a
N
m
m •�
C t
O
o
O
o
O
O
O
O
O
O
O
w
p
N
Lu
N
C
3
LU
W
U
Q
U
W
W~
w
N
01
C
m
C
d
ca
>T
N
d
A
m
n
�{
W
LU
d
C
>.
d
N
W
39CaW
W
LL
G
d
ofE
��
3�
`
�w
O
LL
LL
to
W
> >
o
m
W
°!
w
4
v
u
_..,
d
y
J J
Q
is
WC7
O
O
m
U
W
2
d
Q'
!n
fn
F-
c
1
.. a
d
L
Y
O
N
CD
l0
V
O
ED
Q
m
O
J
N
X
wW
W
.0
N
Y
L
O
Z
Q'^v
W
t6 �
� Q
Z
W
ca a
t'0
O
w
Ad
W
E
d
0
•=
pf
D
0.
to
= m
C
•cOc
�
L
C H
C
OI
4i
H
0
O
U.
�
o
y
•b
m
m m
�
y
a
a
E
EL
v!
°
p
m t
w'
c
"
•� crn
E
U
m
U
cO
m
U
d
U
•�
v
3
�'
c�
n
m .-
M
w,
mrnaci
`-'
�"
m
o m
oy
E u
Em
EEmE
m
Em
aW
m o
gm°
m
m�
mm'
wE
a
n°
2f CE
U
C m
m
�a
=
C'=
C
c°1
m
o�°
�a
v
w w
o�
M
z a
0
0 LL
_
$
J
m°
m�
w
0
G
U N
m m n
O N L
W N
00 W
W m
W A
0 0
N N
0 W
N O
^l
O
O O
N N
A
W
N
O
0 0
N N
0 0
N N
0 0
N N
m
O
M
O H
N A
r
0 0
N w
0 0
N N
0 0
N N
0 0
N N
0 0
N N
0 A
N W
W
0
H
0 0
N N
0 0
N N
V
— N
O
H �
x
N
M
m m
N
C
r
r
O cn
w
•= W
�
M
� U
m
m
m
w om
w
o
0
lu.V
C
m
aIr
a
W
N
m
Y
a a
L
m o
a
m
m
O y
m
N
n
v
�
'
W
_
4
Ste.
N Q
Tv
c o
°n
m
N
m
U
c'
..
E
$ A
�
m
..�
g'
�,
�. c
y
a m
C m
�°
a
O
m
c m
0
Wrn—
¢ m
— °�
c y
rn Nrn
=
m
m
m
o
p
V
m a!
@
®
C7
c a
@ C
E 3a
c
N m
W
F E
y
C
Cl
•�
E W
C C
.m m
N
e
N O
N
m
E
m
o
`c
y
V
m
`b m
y
cn
E 2
m
4.
•c
�,
a
~S`
m
v,
D O
in
N
m
4
r x
W
U C
x RI
W
W
LL
c
°
in
$y=
U
m
S`
m J
`Q'
¢
m
e
m
m
c t
o
m
x
Q m
m
m
2 m
y
=
p m
Q
m m
m- p
m
m m
..� ¢
m mm,
Q
m
u
m
E p m�
mn
Z
q
E=
3
y
C
m m
m
m O�
e
=
N m
m
b •m
4 c
�cc
C W
W
Lcc -
m Nc
D
Nc m
U 'O
m
LS a
¢� m
b b
m m
b -
m Nc
Nc
4 a
Q Nc
b !?
m W
U'
o
°
N
a
m
a v
m
�'
m
W
'oae
o�Din0.
m
¢5m
vni
o
o
r
m
V/
x
wW,
W
L.
O
L.
Z.
�. V
•w, �
0 cn
_ W
N}
LL {�
1 Q
1 Z
C
W W' .
oZS a,
tC
O
d
y ^W
L
d
U
i
ayi
m
m
E
m
c
c
c
m
a
3
m
a
P m
3
a
C
CO
N
m
C
E ❑
9
c
•mm
,•$'m
m UE
m
C v
me
N
cy
=Q
z
y.L
m
a
C $
mo
w
m m
c c
�Ta
_c
€E.
€E
x
�`m' ��>yia
m
�'
o
v
m
m m
•�• 'N
�. v
.� y
m L
m m
>
d
Nc
axi
V
ro
�i •�
T
m
C m
m Q
y
®
m m
Z
m
m
m
m
N W
a m
m
Li �•
z
a o
C a
U v
o a
D m
w
Z W
0
>
> x
v
U D
to c a o
v
v
N v
O o
0 o
N
o o
a
o o
a
a m
o 0
0 0
0
C act
OI �
?
N
ry@
N N
N
M
N
N
N
N
N
N
N N
N N
N N
N
M
h b
N N
m N
N
N N
m
N
ip
O
M
N O
acct-
N
N
N`
ctN•• tp
t0
W H
W tp
ry
N
m N
p
p p
N
N
N N
q
N
m
aj
O
^
f O
O
N
G
•Eo 0
0
0
0
Q)
m
Q
D
V
O
act
7
O
A
O
W O
O
O
O
C
N
K
W �p
O
ti
O
y
o
a`
c
W
O
.
0
o
0
0
a`
ui
o:
m
a
V
G O
O
ry
a`
0
m
a
m
0
0
m
UJ
a
c
Q
w
X
3
m
a
m
E
m
m
m
p
C
m
E
N
c
rn
N
N
c
m
-
N
c m
m
a
0
W~
a
C
Nrn
m.4
c m
m
C
is c
N N
in
m
a
m
C
m e
C
�'
y
d
m
c
W
m
m
O
C
W N
C
G
N
m
d
U
La
O °b
y m
i0+
C
7C] N
W
C •C-O
m
N
NNC U
C
W
C C
d
N
m
C
1.
•�
Qr
C
N
C p.
J
y-
0
LL
C
O
m
m
m
i
m
C
m
°C
®
C
"C of
�C' `!
t? `m
d
3
O m
U
E
O�
O
rn
N
O
O m.
d'
a-
C)
U
..
g
a c
m
3
•'-q
'g a
K
c
m
3
=
v, `w
€
•�
E
U 3
N a
m
_.
.* y
m
V
V n
.N a
$
0
W
N
T
W
d
CO
v 0
7
m
G
_a
g
R
m. H
O
a 6
N C
C
O
s
H
vt m
5 _
m •-
m 3
J
OI
m
6
J
O
_
H>
Q N
d m
m
J
d m
O. J
a
p
L
'a
N S
m m
d 2�
J
O C
T >.
O
U m
p
V
m
�• V
0=
m
W
Vi
a¢
K
a
O
to tI
a
C7
C
d¢
0
i%1 a
cn O
v
d Q
0�
tq a
x x
!n 0
o
p
a fq
a m
0
U
W
2
d
U)
>i
U)
0
Z
0
CD V5
UJ
Z
V
.c
UJ
ca ILL.
ttii
0
Cl
C
u
6
C,
C,
0
C,
C,
c
a)
O
CD
LL
Cl)
N
Mu
C)
0
cn
(n
ED
ca
-6
>
;s
2�
-Am
75
E
OE
m
e
2
—0 11
-6
79
-6 -6
z
0
m
m m
-6
0-6
w
0
cm '2'
Ci=
A2
D
-a
2 c,
U) cmo i
0
E
E
'e
m
-E ;-
q _
-6- �2
- 0
1
-a
1 '
o CL .9
? 2 a
ul —
L)
.
cr
g
m
2 2
N
aL V
mw
V
55
0
Cl C)
0 0
Cl
m
w
E
12 -
9 c
s
.
=.E
.pe
0.
g
BF
:F
w
o
8 =
76
S
.
w
a P
=
3.
E
rL
Lv
M
E
a. a.
a- a.
cL
u
D- o
LL fL
w
vo lw
Ir
Ivl
fl
m
v
N
f
xi
uj
r
w
O
IL
d
W
cn
-E
G
15
W
-ITI
co
W
0
-6
o
7i
w
E
z
-Ex
o
oo
pm
6
lo
cL
W
!
a.
A
1.2
0,
m. w
:5
cn
o
LD
E
z
8
0
T
55
m
m
-d
E
w
ELL
0
rn
.y
to
Q�
AD
U)
J)
uj
uj
w
'L
ow
m
a. cn
LU
101
1 .
I I
.9
0�1
I
f
I
I
I I
I I
0
it
1
1
1 1
1
1
C
u
6
C,
C,
0
C,
C,
c
a)
O
CD
LL
Cl)
N
Mu
C)
0
cn
(n
ED
x
wW
W
L
0
�Z
� W
LL �
.a
�Z
m�
mw
�s a
.a
0
0
d
E
d
M
Q
i
c
C,
c
c
c
c
c
"c
a
m
f0
�U
a
O
C
cc
C
J
O
o
°
E
2
v
m
� v
m a
w
a
E
c
v
m
3E
am
E
m
°�°
co
a
m&
m
E
W a
c
o m
o v
m
2
$
y
$
v
c
m
Ea
n
c
e
g
c
m ..
d
m
o
U a
5 U
Q
U
- m
K
0
Z d
d
0
m "' m
m o
O'
D m
U
N F-
Lj
G
c wwNw
°v
N
wwwww
mm
N
w NwNO
N
N
NN
Pi n
Mw
nww
n
wwv,w
�.
N
Nw
NNw
NNwww
Nwww
a
ww
0
Q
'O
Q
N N
M l7
N N
A
O
F
H
O
O
C
E
o
0
0
v
6
m
m
m
m
Q
L
m
m
N
N
N
C
W
e09
r
N
N
,
N
O
O
Ch
W
O
o
0
0
W
0
a`
O
p
O
Ui
d
m
m
m
f
d
0
0
u
C
CE`
r1
N
O
N
m
a
A
0
Q
N
O
N
m
UJ
C
p
a
i
a
g
a
m
C
N
e
U
W
Q C
m a
C a
m C
m
N U
D
C a
m
4
Q;
typq
C
o
C.
N
Ol
D• a
m
O Q
m C
C
v
N=
O1
m
d
m C
G m
Ot
W
f' m
4
C
a m
4
C
m a
C
m
a m
4,
u
m U
U m
s U
m D
U m
'p
k u'S
C a
m m
o.
N N
m o
U
of °a
�'
b
u'�
8
C .0
m m°
m
w t
w
W
�`
,`m_ y
m m
a
E
c
y
5 m
m
m
a p�
y W
a
U m
m
a.
Z E
)
U
Z
g
obi
m$
m m
&L
o
c m
a O
W
= 0
m
4
y
h
m
m a
a 8
h U'
h
m>
v
'� m
o
m
m
m 2
U
3
E
o m
E m
v
m
ti m
E Grn
m
rn
a
Q a
m m
m
O O.
m m
O m
Ui
a m
en
m
N
a¢Qmw
o
amf7
Z'L
OKHKmF=
aQom
o
Na
W
o
w
�
fn
M
Q
i
c
C,
c
c
c
c
c
"c
a
m
f0
�U
a
O
C
cc
C
J
N
X
d
d
i
N
Y
L-
0
cm Z
•y v
❑'^
W
❑
E
1 Q
1 Z
LU
W N
06 iaL.
O
d
AW
W
U
r
C
`u
G
c
c
c
c
c
CV
t
Y
O
m
LL
N
m
O
N
Q
co
`o
J
ul
v
d
= +
_
EaE.
O
m
'vCT
Q
y
L y N
��00
3
C
r
m
°
o
a °�
°c
E
+mom
=rna
E
E
c
N
m
U
c o
qua
E
o
Nc
d
daw
m
m
ma
b
nil'
o+
°m^
+$
=E
c
o -a
W
d
v
o
c
rnm
Z
E.
tea.
- =
ac
"-
CEO
"
moo,
f0
n
N a
°-' N
Z`
m y
j v
'as m
N
W c E
Eonm...
C
E+,.,
•m C
El.
m
=.=
m
c
w -
Fv
a.a
3e
m
O
C N
m
W
0 0
N N
0 0
N N
0 0
N N
0 N
N Wv
N
0 0
N N
0
N
0 0
N N
0 0
N N
0 0
N N
0 0
N N
Q! 6!
N N
W
w
P N
O N
O
O
y
W
O
O
N
0 0
O y
N N
O
O
W
0 0
N N
0
N
N
N
CD
A
O
O
O
O
0
q
0 0
r N
G
P P
N N
N
N
M
q
b
N
b
b
b b
m
m
d
W
m m
c
E
rJi H
.Z+
m
N
O
1ff
t7
pp
O
p
O
o
O
p
N
N P
O
O
0
N
y
N
N
N
N
N H
i
N
P
b
y
E
E
N
E
y
E
b b
E E
C
b M!
O
O
O
O
O
Oj
O
W
N
T
N
ch C
b
P
,V�
'b
b b
W
i0
7
=
=0
j
j
a
N
W
YJ
y
O
a`
N
W
a
vi
W
rn
IL
N
C
O N
N
01
b
m
N
N H
1
N
'c
E
m
L°
N
V
O
0
p
N
O
H O
m
m
�
N
T
W
g
U
h
y
C'
W
b
m
C
E�
W
m
a
m
%
w
G
y
q7
m
N
y
tq
C
a
y
y
0
W¢
c
0
m y6
0«
W
c
�"�
m
W m
o
E 2
0 o
a in
m
a a
a
m
Vl
V a
N
Q.
W
C
T
°
aa�{�
l
3
-
'p
4 0
W
LL
o
m
c t
o' h
o `m
x
x` E°
Q m
m c
'� a
c w
'a ca
m
c
p
g °
m
h eny
>>
W
c m
m
m
a
ZL U
m .-
Z
o
y
y
c
�`
_ w
m
X
•O.
j
D F-
i-
Q C7
VJ
C7 {-
O
O
J
U K
W
{wL
J J
Q
O
>-
O
y
H
m
d
F
F'
a w
c�
J
Ohm
m
F 00
E�
F-
t
a'
=m
p
OF OO
R
m
r
C
`u
G
c
c
c
c
c
CV
t
Y
O
m
LL
N
m
O
N
Q
co
`o
J
L
N
O
N
N
N
c0
O
y
Q
D
C
03
O
J
T
d
N
L
O
W
ern
d
AML
W
ca
O
E
4)
0
Z
a
Fn
w
J
Z
LL
r z
m
� z
m
•�
c
.0
c
N
c
E
Q
c
O
m
Fm
m
m
T
C
O
N N
S
a
Sm
m
m
'�
N N T
.O
C
O
N
N
a c
a
w
,$
N0. O
m Cpm =
;
a
V
C
a m .N
Q
Q
y L •_ E
O
s
C
o
U E
v
a'
•c�
c c
C
m r� ° a ° m
m
=
m m
x
° m a
v
5
m m
m m
m
d 0
t
m a
c
c c
c c c c c c c
c
c
c c
c c
2
O ti
U
a W
I
LL M.
{-L LL LL LL W Ii
Ii
E
tL IL
11 I-L
W W
1•
C
O) m
.1 m
N N
c6
I 1� A
f� h
W
N
O
M
M
1�
1�
W Vl
N
V
n n
N N
m
f�l
N
O
N
O
m N
N N
m m
ap
LL
N N
N N
m
N
m 0
M
FO
S
�
C ryry
6 �
w
v
m
m
m m
v
m m
v
m
v
a
m m
v v
N m
C
q„q N
O
L W
� U
N
eic
� W
w o
ti m
m
w 'c
�
� o
U
IL`
M
01
C
W
m
V m
m
m
N
N
7 m
N
m m
y
m
m
N
m N
V V
O
IL`
W T
y�
w
d �
m
0
d
o °
� m
a n
N
m
a O
E
•
O r
� ®
L
fn
W
V
H
w
v
m
m
V
C
c
CI
Q=
E
m
t
E
'a
'���
4,5
�°
N
y
c�
.o -'m
N
c
co
�m
�19_$°a
p
E
N¢
c o
m
m c
w
n
ro o
�_
0 3
° c
a
t
'm
m a
o
`
m Cp
o 0
{�
N
N
O a�
C
C
N .N
d'
C
> O
m N
W�
m
D
C
fl
N N
V
.m.!
m C
m.
i7
L�
O
E
3 i
12,
Y G
�.
a 'y
m
W¢
F E
C
Tn
Ol
c c
N o
m
E p
°'
V
_ m
°'
m
m
o a
2 m
c o
m
Di
c
•c
c
>>
o a
O N
c m
L
W
a
m
,`>•.
m m
m m
x
m
x ¢1
W
to
m
E
ou'S•m
Ulm
m
c
m
to
m
u m
¢ 2
c
m
al a!
m
c°
.4 E
x
ti
fl
2
mi�¢a�n�o�j:7¢¢�ww
:3
LLc
y°
pU
ts
m
3:
Hain
,
m
c
N°
m a
m ma
m
cmc•�"i
m
c
m m
�a$,yg'''a•uc,7,
c
m m
m m
m m
m m
$, 'g''°o''a$++H
•�
m m°
m
Z
L— m
E m
O
a
c
c t
C c
c C
c e
c
t c
a c
c x
a¢
W
o
o m�
in
a' m¢
s
w (n
0
x
wW
W
.0
N
Y
s_
O
C
CD
.y
O Z
C N
LL
1
IM Z
LL
ca
0
w
CD
+J
CD
CD
U
"Mill.fi.
m
N
U
U
mm
�
a
c
CNC
y
a
co
U
C
m
U
r
Fy
�..
-a
m
to ol
c
v
m
5
m a
y
sU
Z
n
.�
T
N p
U
o M m.
o=
W c>
E
m i'
�-°
v
c
W
'5
m
n
d
o
Q
m
Z
v
3
o
a o
m y>
n
v
o
L o
d
m m
v
3
L
° L
o
1 0
m m
v>
c
m Y
N
C
N
N
C C
E
pU_ Ti
OI
O C
�"'• 4�p.
CL !n
U.
C
E
IL
Z
W
C
tL
m
ll IL A
O U>
U fn
c o
.3 a
O
U U
m
h
C 17
Y1 w
0 0
N N
0 0
N N
0 0
N N
0 m
N Q
N
N
Pl
N
N
0 0
N N
m
N
0 0
N N
0 0
m N
OJ
N
t0
O
Q
N N
ON
0 0
N N
0 0
N N
0 0
M N
•O 0
N N
0 0
N N
0
N
Q
Imo
Q
Imp
O O
N M
O O
N N
O O
N N
O N
M�
N
fO N
m O
m h
ip N
O
N
W
N
O
N
Mi
1�
N N
w N
O m
N O
N N
N
m
IL
W
N
O!
A OI
N O
N W
N
T
G
N
m N
a
a
x
0
=
Q
m
m
o
Q
m
O
m
m
o
eI
c o
W
0
0
0
C
w Q
N
N
m
N
O
N
m
m Q
O
o '-
a
m
c
W o
O
a
0
0
o
W
Z O
CL
O
O
tQ0
m N
m
m
m m
tf
C O
a`
O
m
N
Q
N
N
Q m
O
m
a
WE
o
O
>
0
0
m
m
N
O
O
O
O
W
F-
c m
r
.� m
•
m
o'
W
W
o
C
m
_ 0
fo
1-
m°
°
o
cN
m l
m
w
o o C
E
m
o
V%
W
C
C N
O
C
N
YE
U
C
N
OE y
J
2
N
W
d
C
m
m
_
m
o
eE O)
a
01
w
c
o
8
T
C
il.
Z
c
U a;
Em
m H
g .y
n' °
`-'
`��'
Oda m
3=
w®
�m
`c
d
`m
E
U a
�S
rn d>
a
`-'
�' .c
o®
3°
a
d>
`•
a
V
o
d'
a
`o
�.
a fn
_
C7
W
m
s y
°' m>
m >_
a
"c`
€ a
v 0
y y
3
i
m N
w
>aao�5
N
m m-
na.o
o m
'n
n
j
a Q
0 cc
rn a.
m o'
°e
v`
a Q
O cc
in d
i:
N 0
my
p.
a a
3 0o
v'7
p
U
1
1
c
W
T
S
L
d
_UNU
W..
N
Y
L
O
W
p0
T W
L Q
1
Qi Q
oa
m
7.7
a
q
d
d
d
U
� C
4
s
C
Q
LL
m
.O
c
J
U)
m
2
v
m
N
CD
U
m
r
c
m
m
Q
p
m
�
3 m
•N �
m
m
•�
U
� y
Z
aEi
�
m
q
'c c
c
'a
v .� E:
�
a m
@ �
U
U
c
m
E
y
m
N
N
a
a
n
m N
U3
$.
,o
>.
r
`a E
L
EL
°iy
`°
nE
as
oc
3
c
m
ue
C-
'-
•y
m
•O
7m
m
o as
m E'
U
m
m
ac
O
LL'
m
C
m
3
o T
m
e
a
3
T m
=t
N
m
C
•E.
m
m
.$
_
C
"
m
m a
O m y
�i
N
.�
N
C p
? C
•c
N
a
N
m
.c
m
m
c
�'�
`m
m
m
c
c
"
c
c
° m
Z c
m @¢
mLm
> �° m
�...
y .�
asfO
rn
-m c
m
o
al
Y
E
vai
P
m
p
ai
__
a 5
v a
E m Z Z
ac
m
w
U
c
5 V
n?
3 w
m w
m.
c X
m
c
m
c
m m
c c
m m
c c
m
c
$' =
c@
H
m
0 '�
$
3
c
m
c L
c c
c c m
c m v
�0
O
!4 m e
m
c
c
m'
m
Il. m
tL
IL
IL IL
IL IL
I-L
m �-
O
IL d
d fn
ti
IL y
IL (L
IL I-L U
!L U tTT
LL 2'
U a. W
E y
f0 !n
tp
N
t0
to
O P
N r!
P! W
m A
17 m
N
W
P1
m
W
O♦
N W
Pl �'!
eD
0 0
0 CO
O W
N O
N
O t0
O
�+! N
tp
O O'
0
0 0
0 0
0 h
1'1
O O N
0 0
C N
O
N
h
m
W
b Vl
W
W
YI
N
N
w
W ei
N
N
1
N
Y
N
t!
tl
N
A o0
N Y1
N
O
N
�p
p
W
W
D N
W
M
a
M
O N
NW
N
C
9 O
�
Q
m
m
N
m N
m O
N
Y
.- fD
tD
Ov
O�
tp
1p
O
L
FFm
l O
N
c o
W
0
C!
C
w o
0
a`
0
rc
w
, o
0
a`
0
d
N
N
� O
CL
N
S
C o
a`
W
m
O
m
a
m
o
m
W
m
N
N
N
U
m.
�
y
a
w
r
m
m
3
4
m
a
U)
h
Z'
V
e
c
°_
D
E
ro m •4
0
C
N
W
Q
F
c
m
@
O
G
m
O
`m
a lE°
0 O'er..
m .%
w
S�
t.
f�
i9.
C
p,
C N
N °i
N
O
C y
T
N
W
m
° O
G
N
m m .0
p
gym-.
a
G
�p ro
N
G
t9
4
a
y m
G N
G
A
N
G N
m y N
ry
y
W
�.
m
E
m a6
m
c m
m m
=1
r
m
c
x
m
rn
d c
>
N=
m
$°
N N
m c
U
M
m
m
h c
m 2
m ro
a
a
a 4
ro
R •S
o
m
m 4. c
R_ ro
¢,
ro c
4. ro
D e
m ro 4
c
m
W
LL
3
a
L
F-
L
a .cc
o�
m e
E y
4
m
g
w
m m
m m
m
v'i
3 c
m
o
o j�pp
ro c
Oi
=
h
.o
c
_E
x
e
c
m
m
Z
y:
O
H
a
Yl
3
N m ,3p
ro
G G
o m
3
m
m
'�
E�
m
y m
c
U)
p m
a U
p
N
m
m
x ,
m
a m
>
ro
G
ro
m
@
m
m@
m
E` m m
L
y0 .
m.
o o�
m
:rn
C7
m
mci
tiUf'a
3
y>
rn�
'n
yU4C9p��ti
•'cqi
W
0
w
w
o
a
¢oM
D
1Ti¢
�oa
vai
O
Q:
w
4
s
C
Q
LL
m
.O
c
J
N
X
}w,t
wW
^W^
N
Y
L
.N
� z
to
N
7 W
LL
� J
�a
.� z
•L LL
W
T=
�0
I.L
d
cd
G
d
U
w
I�
u
C
C,
C
C
C,
c
C
C
Q
3
LL
N
(U
•U
0
y
Q
O
F
co
H
O
J
4 171B�i'
a
IA
O mC
C
m
C �
C tJ
Cj
v�
c
c
c c c.
c
c c
c
n
c
IL IL u-
C r
m
W r
N b
N N
0 0
N N
N M
N ON
N OI
yy
N N
ry N
N
N N
N N
N g
M N
m m
N N
.
N M�
. O
N
o O
N M
V O
N N
N
0 0
N N
0
N
0 0
N N
0.
N AO
O O
N�
N
O
g
O O
N N
m f0
Ov
�
C
F
p N
O N
h O
m
0 0
0 0
0 r
O N
0 0
00 0
0
O
0 0
0 0
0 0
0 0
A
O
O O
O O
O
O O
V O
O O
O
O O
O N
o e0
0
0 0
C
E
�
9
Q
m
m m
V
N
N
D
m
t �
m m
m
d
N
m
m
O
o
�
�
Lu
b
N
O
O '
O
O
C
LL!
a
a
o
O
o
C1
C
w
N
N
O
a`
m
ui
m v
N
r•
N
d
d
O
O
N
u
e
a
o
0
0
m
m
o
o
> N
•�
m
0
N O
N
N
N
y
O
O
m
a
m
Fw
Q=
o) 0
4
w
m
E
m
m
m
H
F-
32
N Q'
�
u
=
V1
C
c
N
� oa
w «
N m
fp
m
\
or
m C
N
Z U
T
- o ,
�p C
y
N m
C
m m
•` L
y O
C
C
m-
y
C..y
w
w
W
Q
f•
V
��0.
m U
m
e
U
m
c
O
U C
:-
E
C C
m
N N
m c
o
U
OI
2
X
N=
DX
w
C
N V1
U
m VJ
Z
Q
4 4
o
W
m
.cm3
a
m
t m
O E
N
pp u'S
p m
m
m
g
y m
e o
ro
y
g
S h
(/7
w
O m
m
�`
rfi. O
(q r
o
O m
U
m
a
m
'3
e'
y�
rn
(n
�. x
m
X
c
N m
C !p
m
C
�-
2
I
`
y
y
m
e
-- 'm
in C
a rn
U A
c 3
._ tr
m c
�p
a U
u •�
w
.m. U
U
O.
0
U
m
c 3
m
rn°
N d
v tq
a
c 3
ih.
O-
a
o
¢
��we
I
m
a m>
c O
K
aUi
o m
u
pp
u)
m m
m
N N
N
d
o�=
7
�ac��nac�tioao
N
Ya`¢�oa(7ioa
m
O
�a�o�t
-�mP
�a¢o�0�nav�0
LU
(!1
fn
F
w
I�
u
C
C,
C
C
C,
c
C
C
Q
3
LL
N
(U
•U
0
y
Q
O
F
co
H
O
J
ci;
Q
4
Q
LL
N
2
O
N
Q
a
c
m
O
J
-q
�m
c
•�
•E n
E
o
°
5 a
C
E
U
o
L°
m
�
m
d
•a
w
� c
ai m
.-
ai
M 'v
m m
3
m
E
m
o f
m
m
N
_
E
o
Cpl
Z
m
n
n�
+
a y
E
E
tm
m
m
m"
m
E
E122m
m
1°
6
c
0
N
�E�
m
U.
U
ii
'n a
LL n
ti a E
O
G
H
O W
N
0 0
0
b
t7
N
h
00
N H
t0
0 0
N
0 0
N
0 0
N
0 0
0
fNO
G
m
N
O
N
O
N
O H
N
O
N
N 0
N
0 0
N
l+!
m
N
Cf
0
A
~
0 0
0 0
0
N
m
N
m
N
m
N YI
m m
m b
m m
0
w
w uLi
a
o.
n
n n
a n
O
,
m
N
Y
m
pp
N
N
N
N
E
�
N
N
N
p
O
fD
0 0
0
w
r
O
N
N
OI
C
LLI
N
b
m
�A
>
N
>
N
>
Yl N
> >
m m
> >
a`
H
W
o
n
w
°.=
UJ
lu
ooro
c
e
U)
m
W
a
N
(n
b
O O
O O
�
N
N
7
N
CL
N
O
W
"'
p
m
�
=
N b
w m
N N
O.
uNi
N
c
E
umi umi
m
?
O
O
p
O
N
O N
a
m
>
m
v
N
o
C
0
r
w
W
N
m
W
.n
Q
U
w
fL
U
m
Q
LL
•��
'�
m •O-
e
>>
W
W
E
v
c a
m
3
0+
m
W
w
Z
C
t y
U
H
W
O
p
W
LL
C
o
u.
a 0
c
3.
Y
'm
w N
x
Y
CD
v�j
Om,
2
LL
J
y
p '
d
c
t� m
m m
L
1n
.w.
d
H
J
�!-
wc
m°
t9��a:U)U)
OOa
L C
U)
I-
EQ
OF
no
0
OF
N
N
G'
O
Q
4
Q
LL
N
2
O
N
Q
a
c
m
O
J
N
X
CD
^W
C/.D.r
,i,^
V/
Y
L
O
Z
•n C W
V� Z
V
Z
W
LL Z
1 O A/
W
�U
L �y
CO IL
06
ec 0
O U
w
L
�F+
r
l J
cl,
ex
�$
z
0
v
m
O)
(0
d
Q
ai
N
O
0
N
N
N
Cl)
O
U
N
w
�U
O
U)
Q
a
c
l9
N
O
J
N
a
y
LL L
w
w
w
LL
w
lz
C
IL
0
0
0
o
x
0
0
0
0
w
C
E
'a
O
O
O
O
w
V
o
N
O
O
O
O
w
iG
O
O
N
V
O
O
O
O
O
w
7
V1
O
w
O
O
O
G
w
T
x
�
w
_
O
O
O
O
w
V
O
O
o
w
ar
QI
O
O
O
O
w
O
00
�
w
0
0
o
O
w
o
�
°•
N
O
O
O
O
w
w
O
~
w
a
w
h
0
0
0
O
Q
w
'A
Q
Q
c
o
w
Q
F
W
C
y
w
w
E
m
z
t
o
w
m
z
z
J
0
O
iC
N
Q
w
y
OI
y
>
z
c
d
y
d
w
m
w
C
d
CL
z
p
F
rn
x
O
Q
F
rn
W
d
a
y
U
w
9
9
G
m
D
I
_C)
F
w
x
m
m
`
N
y
.p
CL
%
w
Cf)
z
c
E
C5
W
O
U
x
x
w w
d
LL
F
LL.
aU
U,
J
O
N
-j
a
Q
w
H
a
s
E
F
w
O
LL
U
U,
U)
Q
ex
�$
z
0
v
m
O)
(0
d
Q
ai
N
O
0
N
N
N
Cl)
O
U
N
w
�U
O
U)
Q
a
c
l9
N
O
J
Colorado Department of Transportation
PROJECT COST WORKSHEET
(For Cost Plus Fixed Fee and Lump Sum)
Project Name
Cemetary Road Bridge
Location
Edwards, Colorado
Firm Name
Loris And Associates, Inc.
Name of Preparer
Keith Scoggins Phone no. (303) 444 -2073
Scope of Work Date
RATE
Type of Proposal:
Cost Pius Fixed Fee
Contract Period
mile
1. DIRECT PROJECT LABOR COSTS (Details of direct labor costs are attached):
EMPLOYEE
EMPLOYEE
ESTIMATED
HOURLY
WORK
ITEM
NAME
CLASSIFICATION
UNIT RATES
RATE
HOURS
TOTAL
Personal Auto Mileage
mile
1080
Peter Loris
Principal
$
50.86
119
6,052.34
Keith Scoggins
Project Manager
$
38.41
478
18,359.98
Rober Borden
Bridge Engineer
$
35.04
228
7,989.12
Curtis Parker
Hydraulics Engineer
$
41.82
105
4,391.10
Dan Beltzer
Structural Engineer
$
32.31
182
5,880.42
Ed Williams /Curtis Costicki
Project Engineer
$
26.48
570
15,093.60
Steve Florian
CADD Drafter
$
25.05
683
17,109.15
Sandra Stewart
Administration
$
17.33
34
589.22
TOTAL LABOR
$ 75,464.93
2. INDIRECT COSTS
141.4 % X Total Direct Labor
$ 106,707.41
3A. IN -HOUSE OTHER DIRECT PROJECT COST RATES:
ESTIMATED
ESTIMATED
ITEM
UNITS
QUANTITY
UNIT RATES
COST
Personal Auto Mileage
mile
1080
$0.365
$ 394.20
Meals
meal
36
$13.00
$ 468.00
Lodging
night
10
$87.00
$ 870.00
Copies
page
4126
$0.13
$ 536.38
Paper plots
plot
75
$4.35
$ 326.25
Postage /shipping
at cost
$ 1,242.00
TOTAL IN -HOUSE OTHER DIRECT PROJECT COSTS $ 3,836.83
C C
PROJECT COST WORKSHEET (For cost Plus Fixed Fee and Lump sum) CONTINUED
3B. OUTSIDE OTHER DIRECT PROJECT COSTS:
ITEM
None
4. SUBTOTAL (Sum of Sections 1, 2,3A, 3B
ESTIMATED ESTIMATED
UNITS QUANTITY UNIT RATES COST
SUBTOTAL $ -
$ 186,009.17
5. FEE 15.00 % of Section 4
$
27,901.38
6. OUTSIDE SERVICES (subconsultants and vendors)
Fltm.
Smith Environmental
$
13,927.00
HP GeoTech
$
12,500.00
Landscape
$
4,000.00
Clanton Engineering
$
4,500.00
Benchmark Engineering
$
26,250.00
Transpian
$
5,900.00
Total Outside Services
$
67,077.00
280,987.55
7. TOTAL ESTIMATED COST (Sum of Sections 4, 5, and 6)
$
I declare that to the best of my knowledge the statements made on this document are true and
complete and that wage rates and other proposed costs on this contract are accurate and
complete and include no unallowable or duplicate costs, and that I am the President and
duly authorized representative of the firm of Loris and Associates, Inc.
Peter J. Loris, President
(Type Name)
(Date Signed)
t
C'
Colorado Department of Transportation
INDIRECT COST RATE WORKTABLE
FIRM NAME LORIS AND ASSOCIATES, INC.
NAME OF PREPARER
KELLY APPLE
PHONE No. 303 -444 -2073
DATA SOURCE FYE 12/31/01 FINANCIAL STMTS ON ACCRUAL BASIS OF ACCOUNTING
FISCAL PERIOD OF SOURCE 12 MONTHS ENDING 12/31/01
(Attach a copy of company's financial statment for the same period)
EXPENSES
ALLOCATION OF COSTS
ACCOUNT DESCRIPTION
AMOUNT
INDIRECT
UNALLOWABLE DIRECT
TOTAL
Direct Labor - Principals
$
23,449
$ 23,449
$
23,449
Direct Labor - Employees
$
582,824
$ 582,824
$
582,824
Indirect Labor - Principals
$
71,426
$
71,426
$
71,426
Indirect Labor - Employees
$
307,100
$
307,100
$
307,100
Profit Sharing /Bonus
$
20,728
$
20,728
$
20,728
Employers FICA Tax
$
73,316
$
73,316
$
73,316
Federal Unemployment
$
1,527
$
1,527
$
1,527
State Unemployment
$
570
$
570
$
570 '
Workers Compensation
$
7,045
$
7,045
$
7,045
Health Care Insurance
$
54,154
$
54,154
$
54,154
Dental Insurance
$
7,542
$
7,542
$
7,542
401k Match
$
11,915
$
11,915
$
11,915
Education & Seminars
$
14,089
$
14,089
$ "
14,089
Prof Registration & Dues
$
4,009
$
4,009
$
4,009
Rent
$
87,637
$
87,637
$
87,637
Utilities
$
253
$
253
$
253
Office Supplies
$
21,016
$
21,016
$
21,016
Computer Supplies
$
11,539
$
11,539
$
11,539
Drafting Supplies
$
2,525
$
2,525
$
2,525
Entertainment
$
4,362
$ 4,362
$
4,362
Books /Pubs/Ref
$
4,113
$
4,113
$
4,113
Recruitment
$
4,986
$
4,986
$
4,986
Office Meals
$
4,822
$ 4,822
$
4,822
Gifts
$
1,272
$ 1,272
$
1,272
Telephone
$
23,992
$
23,992
$
23,992
Postage /Ship /Delivery
$
2,219
$
2,219
$
2,219
Equipment Maintenance
$
6,913
$
6,913
$
6,913
Office Maintenance
$
4,193
$
4,193
$
4,193
Printing & Reproduction
$
2,253
$
2,253
$
2,253
Storage/Archival
$
1,182
$
1,182
$
1,182
Legal
$
547
$
547
$.
547
Accounting/Audit/Tax/Data Process
$
6,533
$
6,533
$
6,533
Interest Expense
$
5,680
$ 5,680
$
5,680
Prof Liab Insurance
$
15,146
$
15,146
$
15,146
Other Business Insurance
$
3,225
$
3,225
$
3,225
Bank Charges
$
210
$
204
$ 6
$
210
Contributions
$
300
$ 300
$
300
Auto Lease Expense
$
15,235
$
15,235
$
15,235
Auto Repairs, Gas, Oil
$
6,840
$
6,840
$
6,840
Auto Registration
$
1,268
$
1,268
$
1,268
Office Travel /Mileage
$
5,147
$
5,127
$ 21
$
5,147
Property Tax
$
219
$
219
$
219
Use Tax
$
578
$
578
$
578
Depreciation
$
31,063
$
31,063
$
31,063
Marketing Expense
$
19,925
$
19,925
$
19,925
Marketing Film/Photos
$
70
$
70
$
70
Marketing Printing
$
22,102
$
22,102
$
22,102
Marketing Advertising
$
88
$ 88
$
88
Marketing Meals
$
3,790
$ 3,790
$
3,790
Printing /Repro Recovery
$
(15,810)
$
(15,810)
$
(15,810)
Misc.Exp Recovery
$ (1,097)
$
(1,097)
$
(1,097)
TOTAL COSTS
$ 1,484,028
$
857,415
$ 20,340 $ 606,272
$ 1,484,028
INDIRECT COST RATE:
$
857,415 x
100
=
$ 1.4142
$
606,272
Attached is Form FHWA 1273 titled Required Contract Provisions Federal Aid Construction
Contracts. As described in Section I. General, the provisions of Form FHWA 1273 apply to all
work performed under the Contract and are to be included in all subcontracts.
FHWA -1273 Electronic version — March 10, 1994
REQUIRED CONTRACT PROVISIONS
FEDERAL -AID CONSTRUCTION CONTRACTS
I.
II.
III.
IV.
V.
VI.
VII.
VIII.
IX.
X. Implementation of Clean Air Act and Federal
Page
General......................................................... 1
Nondiscrimination .............. ..............................1
Nonsegrated Facilities ........ ..............................3
Payment of Predetermined Minimum Wage..........3
Statements and Payrolls ..... ..............................6
Record of Materials, Supplies, and Labor .............6
GeneralSubletting or Assigning the Contract .........7
Safety: Accident Prevention . ..............................7
False Statements Concerning Highway Projects. ..7
Water Pollution Control Act ...............................
XI. Certification Regarding Debarment, Suspension...
Ineligibility, and Voluntary Exclusion .................
XII. Certification Regarding Use of Contract Funds for
Lobbying...................... ...............................
ATTACHMENTS
A. Employment Preference for Appalachian Contracts
(included in Appalachian contracts only)
I. GENERAL
1. These contract provisions shall apply to all work performed on the contract by the contractor's own organization and
with the assistance of workers under the contractor's immediate superintendence and to all work performed on the
contract by piecework, station work, or by subcontract.
U
2. Except as otherwise provided for in each section, the contractor shall insert in each subcontract all of the stipulations
contained in these Required Contract Provisions, and further require their inclusion in any lower tier subcontract or
purchase order that may in turn be made. The Required Contract Provisions shall not be incorporated by reference in any
case. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with
these Required Contract Provisions.
3. A breach of any of the stipulations contained in these Required Contract Provisions shall be sufficient grounds for
termination of the contract.
4. A breach of the following clauses of the Required Contract Provisions may also be grounds for debarment as provided
in 29 CFR 5.12:
Section I, paragraph 2;
Section IV, paragraphs 1, 2, 3, 4, and 7;
Section V, paragraphs 1 and 2a through 2g.
5. Disputes arising out of the labor standards provisions of Section IV (except paragraph 5) and Section V of these
Required Contract Provisions shall not be subject to the general disputes clause of this contract. Such disputes shall be
resolved in accordance with the procedures of the U.S. Department of Labor (DOL) as set forth in 29 CFR 5, 6, and 7.
Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the
contracting agency, the DOL, or the contractor's employees or their representatives.
6. Selection of Labor: During the performance of this contract, the contractor shall not:
a. discriminate against labor from any other State, possession, or territory of the United States (except for employment
preference for Appalachian contracts, when applicable, as specified in Attachment A), or
b. employ convict labor for any purpose within the limits of the project unless it is labor performed by convicts who are
on parole, supervised release, or probation.
II. NONDISCRIMINATION
(Applicable to all Federal -aid construction contracts and to all related subcontracts of $10,000 or more.)
1. Equal Employment Opportunity: Equal employment opportunity (EEO) requirements not to discriminate and to take
affirmative action to assure equal opportunity as set forth under laws, executive orders, rules, regulations (28 CFR 35, 29
CFR 1630 and 41 CFR 60) and orders of the Secretary of Labor as modified by the provisions prescribed herein, and
imposed pursuant to 23 U.S.C. 140 shall constitute the EEO and specific affirmative action standards for the contractor's
project activities under this contract. The Equal Opportunity Construction Contract Specifications set forth under 41 CFR
60-4.3 and the provisions of the American Disabilities Act of 1990 (42 U.S.C. 12101 et seg.) set forth under 28'CFR 35
and 29 CFR 1630 are incorporated by reference in this contract. In the execution of this contract, the contractor agrees to
comply with the following minimum specific requirement activities of EEO:
a. The contractor will work with the State highway agency (SHA) and the Federal Government in carrying out EEO
obligations and in their review of his /her activities under the contract.
b. The contractor will accept as his operating policy the following statement:
"it is the policy of this Company to assure that applicants are employed, and that employees are treated during
employment, without regard to their race, religion, sex, color, national origin, age or disability. Such action shall
include: employment, upgrading, demotion, or transfer, recruitment or recruitment advertising; layoff or
termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship,
preapprenticeship, and /or on- the -job training."
2. EEO Officer: The contractor will designate and make known to the SHA contracting officers an EEO Officer who will
have the responsibility for and must be capable of effectively administering and promoting an active contractor program of
EEO and who must be assigned adequate authority and responsibility to do so.
3. Dissemination of Policy: All members of the contractor's staff who are authorized to hire, supervise, promote, and
discharge employees, or who recommend such action, or who are substantially involved in such action, will be made fully
cognizant of, and will implement, the contractor's EEO policy and contractual responsibilities to provide EEO in each
grade and classification of employment. To ensure that the above agreement will be met, the following actions will be ..
taken as a minimum:
a. Periodic meetings of supervisory and personnel office employees will be conducted before the start of work and then
not less often than once every six months, at which time the contractor's EEO policy and its implementation will be
reviewed and explained. The meetings will be conducted by the EEO Officer.
b. All new supervisory or personnel office employees will be given a thorough indoctrination by the EEO Officer,
covering all major aspects of the contractor's EEO obligations within thirty days following their reporting for duty with the
contractor.
c. All personnel who are engaged in direct recruitment for the project will be instructed by the EEO Officer in the
contractor's procedures for locating and hiring minority group employees.
d. Notices and posters setting forth the contractor's EEO policy will be placed in areas readily accessible to employees,
applicants for employment and potential employees.
e. The contractor's EEO policy and the procedures to implement such policy will be brought to the attention of employ-
ees by means of meetings, employee handbooks, or other appropriate means.
4. Recruitment: When advertising for employees, the contractor will include in all advertisements for employees the
notation: "An Equal Opportunity Employer." All such advertisements will be placed in publications having a large
circulation among minority groups in the area from which the project work force would normally be derived.
a. The contractor will, unless precluded by a valid bargaining agreement, conduct systematic and direct recruitment
through public and private employee referral sources likely to yield qualified minority group applicants. To meet this
requirement, the contractor will identify sources of potential minority group employees, and establish with such identified
sources procedures whereby minority group applicants may be referred to the 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 EEO contract provisions. (The DOL has held that where implementation of such agreements have the effect of
discriminating against minorities or women, or obligates the contractor to do the same, such implementation violates
Executive Order 11246, as amended.)
c. The 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 employee benefits shall be established and administered, and
personnel actions of every type, including hiring, upgrading, promotion, transfer, demotion, layoff, and termination, shall
be taken without regard to race, color, religion, sex, national origin, age or disability. The following procedures shall be
followed:
a. The contractor will conduct periodic inspections of project sites to insure that working conditions and employee
r
facilities do not indicate discriminatory treatment of project site personnel
b. The contractor will periodically evaluate the spread of wages paid within each classification to determine any
evidence of discriminatory wage practices.
c. The contractor will periodically review selected personnel
actions in depth to determine whether there is evidence of discrimination. Where evidence is found, the contractor will
promptly take corrective action. If the review indicates that the discrimination may extend beyond the actions reviewed,
such corrective action shall include all affected persons.
d. The contractor will promptly investigate all complaints of alleged discrimination made to the contractor in connection
with his obligations under this contract, will attempt to resolve such complaints, and will take appropriate corrective action
within a reasonable time. if the investigation indicates that the discrimination may affect persons other than the
complainant, such corrective action shall include such other persons. Upon completion of each investigation, the
contractor will inform every complainant of all of his avenues of appeal.
6. Training and Promotion:
a. The contractor will assist in locating, qualifying, and increasing the skills of minority group and women employees, '
and applicants for employment. -
b. Consistent with the contractor's work force requirements and as permissible under Federal and State regulations,
the contractor shall make full use of training programs, i.e., apprenticeship, and on- the -job training programs for the
geographical area of contract performance. Where feasible, 25 percent of apprentices or trainees in each occupation
shall be in their first year of apprenticeship or training. In the event a special provision 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 contractor will periodically review the training and promotion potential of minority group and women employees
and will encourage eligible employees to apply for such training and promotion.
7. Unions: if the contractor relies in whole or in part upon unions as a source of employees, the contractor will use
his /her best efforts to obtain the cooperation of such unions to increase opportunities for 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 the unions, joint training programs aimed toward
qualifying more minority group members and women for membership in the unions and increasing the skills of minority
group employees and women so that they may qualify for higher paying employment.
b. The contractor will use best efforts to incorporate an EEO clause into each union agreement to the end that such
union will be contractually bound to refer applicants without regard to their race, color, religion, sex, national origin, age or
disability.
c. The contractor is to obtain information as to the referral practices and policies of the labor union except that to the
extent such information is within the exclusive possession of the labor union and such labor union refuses to furnish such
information to the contractor, the contractor shall so certify to the SHA and shall set forth what efforts have been made to
obtain such information.
d. in the event the union is unable to provide the contractor with a reasonable flow of minority and women referrals
within the time limit set forth in the collective bargaining agreement, the contractor will, through independent recruitment
efforts, fill the employment vacancies without regard to race, color, religion, sex, national origin, age or disability; making
full efforts to obtain qualified and /or qualifiable minority group persons and women. (The DOL has held that it shall be no
excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral
failed to refer minority employees.) In the event the union referral practice prevents the contractor from meeting the
obligations pursuant to Executive Order 11246, as amended,, and these special provisions, such contractor shall
immediately notify the SHA.
8. Selection of Subcontractors, Procurement of Materials and Leasing of Equipment: The contractor shall not
discriminate on the grounds of race, color, religion, sex, national origin, age or disability in the selection and retention of
subcontractors, including procurement of materials and leases of equipment.
a. The contractor shall notify all potential subcontractors and suppliers of his /her EEO obligations under this contract.
b. Disadvantaged business enterprises (DBE), as defined in 49 CFR 23, shall have equal opportunity to compete for
and perform subcontracts which the contractor enters into pursuant to this contract. The contractor will use his best
efforts to solicit bids from and to utilize DBE subcontractors or subcontractors with meaningful minority group and female
representation among their employees. Contractors shall obtain lists of DBE construction firms from SHA personnel.
c. The contractor will use his best efforts to ensure subcontractor compliance with their EEO obligations.
r r
9. Records and Reports: The contractor shall keep such records as necessary to document compliance with the EEO
requirements. Such records shall be retained for a period of three years following completion of the contract work and
shall be available at reasonable times and places for inspection by authorized representatives of the SHA and the FHWA.
a. The records kept by the contractor shall document the following:
(1) The number of minority and non - minority group members and women employed in each work classification on
the project;
(2) The progress and efforts being made in cooperation with unions, when applicable, to increase employment
opportunities for minorities and women;
(3) The progress and efforts being made in locating, hiring, training, qualifying, and upgrading minority and female
employees; and
(4) The progress and efforts being made in securing the services of DBE subcontractors or subcontractors with
meaningful minority and female representation among their employees.
b. The contractors will submit an annual report to the SHA each July for the duration of the project, indicating the
number of minority, women, and non - minority group employees currently engaged in each work classification required by
the contract work. This information is to be reported on Form FHWA -1391. If on -the job training is being required by
special provision, the contractor will be required to collect and report training data.
III. NONSEGREGATED FACILITIES
(Applicable to all Federal -aid construction contracts and to all related subcontracts of $10,000 or more.)
a. By submission of this bid, the execution of this contract or subcontract, or the consummation of this material supply
agreement or purchase order, as appropriate, the bidder, Federal -aid construction contractor, subcontractor, material
supplier, or vendor, as appropriate, certifies that the firm does not maintain or provide for its employees any segregated
facilities at any of its establishments, and that the firm does. not permit its employees to perform their services at any
location, under its control, where segregated facilities are maintained. The firm agrees that a breach of this certification is
a violation of the EEO provisions of this contract. The firm further certifies that no employee will be denied access to
adequate facilities on the basis of sex or disability.
b. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and
washrooms, restaurants and other eating areas, timeclocks, locker rooms, and other storage or dressing areas, parking
lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees,
which are segregated by explicit directive, or are, in fact, segregated on the basis of race, color, religion, national origin,
age or disability, because of habit, local custom, or otherwise. The only exception will be for the disabled when the
demands for accessibility override (e.g. disabled parking).
c. The contractor agrees that it has obtained or will obtain identical certification from proposed subcontractors or material
suppliers prior to award of subcontracts or consummation of material supply agreements of $10,000 or more and that'it
will retain such certifications in its files.
IV. PAYMENT OF PREDETERMINED MINIMUM WAGE
(Applicable to all Federal -aid construction contracts exceeding $2,000 and to all related subcontracts, except for projects
located on roadways classified as local roads or rural minor collectors, which are exempt.)
1. General:
a. All mechanics and laborers employed or working upon the site of the work will be paid unconditionally and not less
often than once a week and without subsequent deduction or rebate on any account [except such payroll deductions as
are permitted by regulations (29 CFR 3) issued by the Secretary of Labor under the Copeland Act (40 U.S.C. 276c)] the
full amounts of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment. The payment
shall be computed at wage rates not less than those contained in the wage determination of the Secretary of Labor
(hereinafter "the wage determination ") which is attached hereto and made a part hereof, regardless of any contractual
relationship which may be alleged to exist between the contractor or its 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 -1321) or Form FHWA -1495) shall be posted at all times by the contractor and its
subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. For
the purpose of this Section, contributions made or costs reasonably anticipated for bona fide fringe benefits under Section
1(b)(2) of the Davis -Bacon Act (40 U.S.C. 276a) on behalf of laborers or mechanics are considered wages paid to such
laborers or mechanics, subject to the provisions of Section IV, paragraph 3b, hereof. Also, for the purpose of this Section,
regular contributions made or costs incurred for more
than a weekly period (but not less often than quarterly) under plans, funds, or programs, which cover the particular weekly
period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall
be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually
performed, without regard to skill, except as provided in paragraphs 4 and 5 of this Section IV.
C G:
b. Laborers or mechanics performing work in more than one classification may be compensated at the rate specified
for each classification for the time actually worked therein, provided, that the employer's payroll records accurately set
forth the time spent in each classification in which work is performed.
c. All rulings and interpretations of the Davis -Bacon Act and related acts contained in 29 CFR 1, 3, and 5 are herein
incorporated by reference in this contract.
2. Classification:
a. The SHA contracting officer shall require that any class of laborers or mechanics employed under the contract,
which is not listed in the wage determination, shall be classified in conformance with the wage determination.
b. The contracting officer shall approve an additional 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 additional classification is utilized in the area by the construction industry;
(3) the proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage
rates contained in the wage determination; and
(4) with respect to helpers, when such a classification prevails in the area in which the work is performed.
c. If the contractor or subcontractors, as appropriate, the laborers and mechanics (if known) to be employed in the
additional classification or their representatives, and the contracting officer agree on the classification and wage rate
(including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the
contracting officer to the DOL, Administrator of the Wage and Hour Division, Employment Standards Administration,
Washington, D.C. 20210. The Wage and Hour Administrator, or an authorized representative, will approve, modify, or
disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify.
the contracting officer within the 30-day period that additional time is necessary.
d. In the event the contractor or subcontractors, as appropriate, the laborers or mechanics to be employed in the
additional classification or their representatives, and the contracting officer do not agree on the proposed classification
and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer
the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Wage
and Hour Administrator for determination. Said Administrator, or an authorized representative, will issue a determination
within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period
that additional time is necessary
e. The wage rate (including fringe benefits where appropriate) determined pursuant to paragraph 2c or 2d of this
Section IV shall be paid to all workers performing work in the additional classification from the first day on which work is
performed in the classification.
3. Payment of Fringe Benefits:
a. Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe
benefit which is not expressed as an hourly rate, the contractor or subcontractors, as appropriate, shall either pay the
benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly case equivalent
thereof.
b. If the contractor or subcontractor, as appropriate, does not make payments to a trustee or other third person, he /she
may consider as a part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in
providing bona fide fringe benefits under a plan or program, provided, that the Secretary of Labor has found, upon the
written request of the contractor, that the applicable standards of the Davis -Bacon Act have been met. The Secretary of
Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or
program.
4. Apprentices and Trainees (Programs of the U.S. DOL) and Helpers:
a. Apprentices:
(1) Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they
are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the DOL,
Employment and Training Administration, Bureau of Apprenticeship and Training, or with -a State apprenticeship agency
recognized by the Bureau, or if a person is employed in his /her first 90 days of probationary employment as an apprentice
in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the
Bureau of Apprenticeship and Training or a State apprenticeship agency (where appropriate) to be eligible for
probationary employment as an apprentice.
(2) The allowable ratio of apprentices to journeyman -level employees on the job site in any craft classification shall
not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any
employee listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above,
shall be paid not less than the applicable wage rate listed in the wage determination for the classification of work actually
performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the
registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually
performed. Where a contractor or subcontractor is performing construction on a project in a locality other than that in
which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman -level hourly rate)
specified in the contractors or subcontractor's registered program shall be observed.
(3) Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's
level of progress, expressed as a percentage of the 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
listed on the wage determination
for the applicable classification. If the Administrator for the Wage and Hour Division determines that a different practice
prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination.
(4) In the event the Bureau of Apprenticeship and Training, or a State apprenticeship agency recognized by the
Bureau, withdraws approval of an apprenticeship program, the contractor or subcontractor will no longer be permitted to
utilize apprentices at less than the applicable predetermined rate for the comparable work performed by regular
employees until an acceptable program is approved.
b. Trainees:
(1) Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for
the work performed unless they are employed pursuant to and individually registered in a program which has received
prior approval, evidenced by formal certification by the DOL, Employment and Training Administration.
(2) The ratio of trainees to journeyman -level employees on the job site shall not be greater than permitted under the
plan approved by the Employment and Training Administration. Any employee listed on the payroll at a trainee rate who is
not registered and participating in a training plan approved by the Employment and Training Administration shall be paid
not less than the applicable wage rate on the wage determination for the classification of work actually performed. In
addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be
paid not less than the applicable wage rate on the wage determination for the work actually performed.
(3) Every trainee must be paid at not less than the rate specified in the approved program for his /her level of
progress, expressed as a percentage of the journeyman -level hourly rate specified in the applicable wage determination.
Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program
does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination
unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated
with the corresponding journeyman -level wage rate on the wage determination which provides for less than full fringe
benefits for apprentices, in which case such trainees shall receive the same fringe benefits as apprentices.
(4) In the event the Employment and Training 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 classification is specified and defined on the applicable
wage determination or is approved pursuant to the conformance procedure set forth in Section IV.2. Any worker listed on
a payroll at a helper wage rate, who is not a helper under a approved definition, shall be paid not less than the applicable
wage rate on the wage determination for the classification of work actually performed.
5. Apprentices and Trainees (Programs of the U.S. DOT):
Apprentices and trainees working under apprenticeship and skill training programs which have been certified by the
Secretary of Transportation as promoting EEO in connection with Federal -
aid highway construction programs are not subject to the requirements of paragraph 4 of this Section IV. The straight time
hourly wage rates for apprentices and trainees under such programs will be established by the particular programs. The
ratio of apprentices and trainees to journeymen shall not be greater than permitted by the terms of the particular program.
6. Withholding:
The SHA shall upon its own action or upon written request of an authorized representative of the DOL withhold, or
cause to be withheld, from the contractor or subcontractor under this contract or any other Federal contract with the same
prime contractor, or any other Federally- assisted contract subject to Davis -Bacon prevailing wage requirements which is
held by the same prime contractor, as much of the accrued payments or advances as may be considered necessary to
pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcon-
tractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including
any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the wages required by the
contract, the SHA contracting officer may, after written notice to the contractor, take such action as may be necessary to
cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased.
7. Overtime Requirements:
No contractor or subcontractor contracting for any part of the contract work which may require or involve the employ-
ment of laborers, mechanics, watchmen, or guards (including apprentices, trainees, and helpers described in paragraphs
4 and 5 above) shall require or permit any laborer, mechanic, watchman, or guard in any workweek in which he /she is
employed on such work, to work in excess of 40 hours in such workweek unless such laborer, mechanic, watchman, or
guard receives compensation at a rate not less than one - and - one -half times his/her basic rate of pay for all hours worked
in excess of 40 hours in such workweek.
8. Violation
Liability for Unpaid Wages; Liquidated Damages: In the event of any violation of the clause set forth in paragraph 7
above, the contractor and any subcontractor responsible thereof shall be liable to the affected employee for his /her unpaid
wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under
contract for the District of Columbia or a territory, to such District or to such territory) for liquidated damages. Such
liquidated damages shall be computed with respect to each individual laborer, mechanic,, watchman, or guard employed in
violation of the clause set forth in paragraph 7, in the sum of $10 for each calendar day on which such employee was
required or permitted to work in excess of the standard work week of 40 hours without payment of the overtime wages
required by the clause set forth in paragraph 7.
9. Withholding for Unpaid Wages and Liquidated Damages:
The SHA shall upon its own action or upon written request of any authorized representative of the DOL withhold, or
cause to be withheld, from any monies payable on account of work performed by the contractor or subcontractor under
any such contract or any other Federal contract with the same prime contractor, or any other Federally- assisted contract
subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as
may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and
liquidated damages as provided in the clause set forth in paragraph 8 above.
V. STATEMENTS AND PAYROLLS
(Applicable to all Federal -aid construction contracts exceeding $2,000 and to all related subcontracts, except for projects
located on roadways classified as local roads or rural collectors, which are exempt.)
1. Compliance with Copeland Regulations (29 CFR 3):
The contractor shall comply with the Copeland Regulations of the Secretary of Labor which are herein incorporated by
reference.
2. Payrolls and Payroll Records:
a. Payrolls and basic records relating thereto shall be maintained by the contractor and each subcontractor during the
course of the work and preserved for a period of 3 years from the date of completion of the contract for all laborers,
mechanics; apprentices, trainees, watchmen, helpers, and guards working at the site of the work.
b. The payroll records shall contain the name, social security number, and address of each such employee; his or her
correct classification; hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe
benefits or cash equivalent thereof the types described in Section 1(b)(2)(B) of the Davis Bacon Act); daily and weekly
number of hours worked; deductions made; and actual wages paid. In addition, for Appalachian contracts, the payroll
records shall contain a notation indicating whether the employee does, or does not normally reside in the labor area as
defined in Attachment A, paragraph 1. Whenever the Secretary of Labor, pursuant to Section IV, paragraph 3b, has found
that the wages of any laborer or mechanic include the amount of any costs- reasonably anticipated in providing benefits
under a plan or program described in Section 1(b)(2)(B) of the Davis Bacon Act, the contractor and each subcontractor
shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program
is financially responsible, that the plan or program has been communicated in writing to the laborers or mechanics
affected, and show the cost anticipated or the actual cost incurred in providing benefits. Contractors or subcontractors
employing apprentices or trainees under approved programs shall maintain written evidence of the registration of
apprentices and trainees, and ratios and wage rates prescribed in the applicable programs.
c. Each contractor and subcontractor shall furnish, each week in which any contract work is performed, to the SHA
resident engineer a payroll of wages paid each of its employees (including apprentices, trainees, and helpers, described
in Section IV, paragraphs 4 and 5, and watchmen and guards engaged on work during the preceding weekly payroll
period). The payroll submitted shall set out accurately and completely all of the information required to be maintained
under paragraph 2b of this Section V. This information may be submitted in any form desired. Optional Form WH -347 is
available for this purpose and may be purchased from the 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 submis-
sion of copies of payrolls by all subcontractors.
d. Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or subcon-
tractor or his /her agent who pays or supervises the payment of the persons employed under the contract and shall certify
the following:
C-111 r
(1) that the payroll for the payroll period contains the information required to be maintained under paragraph 2b of
this Section V and that such information is correct and complete;
(2) that such laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during
the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no
deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as
set forth in the Regulations, 29 CFR 3;
(3) that each laborer or mechanic has been paid not less that the applicable wage rate and fringe benefits or cash
equivalent for the classification of worked performed, as specified in the applicable wage determination incorporated into
the contract.
e. The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH -347
shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph 2d of this Section V.
f. The falsification of any of the above certifications may subject the contractor to civil or criminal prosecution under 18
U.S.C. 1001 and 31 U.S.C. 231.
g. The contractor or subcontractor shall make the records required under paragraph 2b of this Section V available for
inspection, copying, or transcription by authorized representatives of the SHA, the FHWA, or the DOL, and shall permit
such representatives to interview employees during working hours on the job. If the contractor or subcontractor falls to
submit the required records or to make them available, the SHA, the FHWA, the DOL, or all may, after written notice to the
contractor, sponsor, applicant, or owner, take such actions as may be necessary to cause the suspension of any further
payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make
such records available may be grounds for debarment action pursuant to 29 CFR 5.12.
VI. RECORD OF MATERIALS, SUPPLIES, AND LABOR
1. On all Federal -aid contracts on the National Highway System, except those which provide solely for the installation of
protective devices at railroad grade crossings, those which are constructed on a force account or direct labor basis,
highway beautification contracts, and contracts for which the total final construction cost for roadway and bridge is less
than $1,000,000 (23 CFR 635) the contractor shall:
a. Become familiar with the list of specific materials and supplies contained in Form FHWA -47, "Statement of Materials
and Labor Used by Contractor of Highway Construction Involving Federal Funds," prior to the commencement of work
under this contract.
b. Maintain a record of the total cost of all materials and supplies purchased for and incorporated in the work, and also
of the quantities of those specific materials and supplies listed on Form FHWA -47, and in the units shown on Form
FHWA -47.
c. Furnish, upon the completion of the contract, to the SHA resident engineer on Form FHWA -47 together with the
data required in paragraph 1 b relative to materials and supplies, a final labor summary of all contract work indicating the
total hours worked and the total amount earned.
2. At the prime contractor's option, either a single report covering all contract work or separate reports for the contractor
and for each subcontract shall be submitted.
VII. SUBLETTING OR ASSIGNING THE CONTRACT
1. The contractor shall perform with its own organization contract work amounting to not less than 30 percent (or a greater
percentage if specified elsewhere in the contract) of the total original contract price, excluding any specialty items
designated by the State. Specialty items may be performed by subcontract and the amount of any such specialty items
performed may be deducted from the total original contract price before computing the amount of work required to be
performed by the contractor's own organization (23 CFR 635).
a. "Its own organization" shall be construed to include only workers employed and paid directly by the prime contractor
and equipment owned or rented by the prime contractor, with or without operators. Such tens does not include
employees or equipment of a subcontractor, assignee, or agent of the prime contractor.
b. "Specialty Items" shall be construed to be limited to work that requires highly specialized knowledge, abilities, or
equipment not ordinarily available in the type of contracting organizations qualified and expected to bid on the contract as
a whole and in general are to be limited to minor components of the overall contract.
2. The contract amount upon which the requirements set forth in paragraph 1 of Section VII is computed includes the cost
of material and manufactured products which are to be purchased or produced by the contractor under the contract
provisions.
3. The contractor shall fumish (a) a competent superintendent or supervisor who is employed by the firm, has full
7
C/
authority to direct performance of the work in accordance with the contract requirements, and is in charge of all
construction operations (regardless of who performs the work) and (b) such other of its own organizational resources
(supervision, management, and engineering services) as the SHA contracting officer determines is necessary to assure
the performance of the contract.
4. No portion of the contract shall be sublet, assigned or otherwise disposed of except with the written consent of the SHA
contracting officer, or authorized representative, and such consent when given shall not be construed to relieve the
contractor of any responsibility for the fulfillment of the contract. Written consent will be given only after the SHA has
assured that each subcontract is evidenced in writing and that it contains all pertinent provisions and requirements of the
prime contract.
VIII. SAFETY: ACCIDENT PREVENTION
1. In the performance of this contract the contractor shall comply with all applicable Federal, State, and local laws govern-
ing safety, health, and sanitation (23 CFR 635). The contractor shall provide all safeguards, safety devices and protective
equipment and take any other needed actions as it determines, or as the SHA contracting officer may determine, to be
reasonably necessary to protect the life and health of employees on the job and the safety of the public and to protect
property in connection with the performance of the work covered by the contract.
2. It is a condition of this contract, and shall be made a condition of each subcontract, which the contractor enters into
pursuant to this contract, that the contractor and any subcontractor shall not permit any employee, in performance of the
contract, to work in surroundings or under conditions which are unsanitary, hazardous or dangerous to his /her health'or
safety, as determined under construction safety and health standards (29 CFR 1926) promulgated by the Secretary of
Labor, in accordance with Section 107 of the Contract Work Hours and Safety Standards Act
(40 U.S.C. 333).
3. Pursuant to 29 CFR 1926.3, it is a condition of this contract that the Secretary of Labor or authorized representative
thereof, shall have right of entry to any site of contract performance to inspect or investigate the matter of compliance with
the construction safety and health standards and to carry out the duties of the Secretary under Section 107 of the Contract
Work Hours and Safety Standards Act (40 U.S.C. 333).
IX. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS
In order to assure high quality and durable construction in conformity with approved plans and specifications and a high
degree of reliability on statements and representations made by engineers, contractors, suppliers, and workers on
Federal -aid highway projects, it is essential that all persons concerned with the project perform their functions as carefully,
thoroughly, and honestly as possible. Willful falsification, distortion, or misrepresentation with respect to any facts related
to the project is a violation of Federal law. To prevent any misunderstanding regarding the seriousness of these and
similar acts, the following notice shall be posted on each Federal -aid highway project (23 CFR 635) in one or more places
where it is readily available to all persons concerned with the project:
NOTICE TO ALL PERSONNEL ENGAGED ON FEDERAL -AID HIGHWAY PROJECTS
18 U.S.C. 1020 reads as follows:
"Whoever, being an officer, agent or employee of the United States, or of any State or Territory, or whoever, whether a
person, association, firm, or corporation, knowingly makes any false statement false representation, or false report as to
the character, quality, quantity, or cost of the material used or to be used, or the quantity or quality of the work performed
or to be performed, or the cost thereof in connection with the submission of plans, maps, specifications, contracts, or
costs of construction on any highway or related project submitted for approval to the Secretary of Transportation; or
Whoever knowingly makes any false statement, false representation, false report or false claim with respect to the
character, quality, quantity, or cost of any work performed or to be performed, or materials famished or to be furnished, in
connection with the construction of any highway or related project approved by the Secretary of Transportation; or
Whoever knowingly makes any false statement or false representation as to material fact in any statement, certificate, or
report submitted pursuant to provisions of the Federal -aid Roads Act approved July 21, 1916, (39 Stat. 355), as amended
and supplemented;
Shall be fined not more that $10,000 or imprisoned not more than 5 years or both.'
X. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL
WATER POLLUTION CONTROL ACT
(Applicable to all Federal -aid construction contracts and to all related subcontracts of $100,000 or more.)
By submission of this bid or the execution of this contract, or subcontract, as appropriate, the bidder, Federal -aid
construction contractor, or subcontractor, as appropriate, will be deemed to have stipulated as follows:
1. That any facility that is or will be utilized in the performance of this contract, unless such contract is exempt under the
Clean Air Act, as amended (42 U.S.C. 1857 et seg., as amended by Pub.L. 91 -604), and under the Federal Water
Pollution Control Act, as amended (33 U.S.C. 1251 et seg., as amended by Pub.L. 92 -500), Executive Order 11738, and
regulations in implementation thereof (40 CFR 15) is not listed, on the date of contract award, on the U.S. Environmental
Protection Agency (EPA) List of Violating Facilities pursuant to 40 CFR 15.20.
2. That the firm agrees to comply and remain in compliance with all the requirements of Section 114 of the Clean Air Act
and Section 308 of the Federal Water Pollution Control Act and all regulations and guidelines listed thereunder.
3. That the firm shall promptly notify the SHA of the receipt of any communication from the Director, Office of Federal
Activities, EPA, indicating that a facility that is or will be utilized for the contract is under consideration to be listed on the
EPA List of Violating Facilities.
4. That the firm agrees to include or cause to be included the requirements of paragraph 1 through 4 of this Section X in
every nonexempt subcontract, and further agrees to take such action as the government may direct as a means of
enforcing such requirements.
XI. CERTIFICATION REGARDING DEBARMENT, SUSPENSION,
INELIGIBILITY AND VOLUNTARY EXCLUSION -
1. Instructions for Certification - Primary Covered Transactions:
(Applicable to all Federal -aid contracts - 49 CFR 29)
a. By signing and submitting this proposal, the prospective primary participant is providing the certification set out
below.
b. The inability of a person to provide the certification set out below will not necessarily result in denial of participation
in this covered transaction. The prospective participant shall submit an explanation of why it cannot provide the
certification set out below. The certification or explanation will be considered in connection with the department or
agency's determination whether to enter into this transaction. However, failure of the prospective primary participant to
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 or agency determined to enter into this transaction.. If it is later determined that the prospective primary
participant knowingly rendered an erroneous certification, in addition to other remedies available to the federal
Government, the department or agency may terminate this transaction for cause of default.
d. The prospective primary participant shall provide immediate written notice to the department or agency to whom this
proposal is submitted if any time the prospective primary participant learns that its certification was erroneous when
submitted or has become erroneous by reason of changed circumstances.
e. The terms "covered transaction," "debarred," "suspended," "ineligible," "lower tier covered transaction," "participant,"
"person," "primary covered transaction," "principal," "proposal," and "voluntarily excluded," as used in this clause, have the
meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may
contact the department or agency to which this proposal is submitted for assistance in obtaining a copy of those
regulations.
f. The prospective primary participant agrees by submitting this proposal that, should the proposed covered transaction
be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred,:
suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by
the department or agency entering into this transaction.
g. The prospective primary participant further agrees by submitting this proposal that it will include the clause titled
"Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion -Lower Tier Covered Transaction,"
provided by the department or agency entering into this covered transaction, without modification, in all lower tier covered
transactions and in all solicitations for lower tier covered transactions.
h. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered
transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it
knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the
eligibility of its principals. Each participant may, but is not required to, check the nonprocurement portion of the "Lists of
Parties Excluded From Federal Procurement or Nonprocurement Programs" (Nonprocurement List) which is compiled by
the General Services Administration.
I. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to
render in good faith the certification required by this clause. The knowledge and information of participant is not required
to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings.
j. Except for transactions authorized under paragraph f of these instructions, if a participant in a covered transaction
knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily
excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the
department or agency may terminate this transaction for cause or default.
C C_
Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion— Primary Covered
Transactions
1. The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals:
a. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from
covered transactions by any Federal department or agency;
b. Have not within a 3 -year period preceding this proposal been convicted of or had a civil judgement rendered against
them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a
public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust
statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false
statements, or receiving stolen property;
c. Are not presently indicted for or otherwise criminally or civilly charged by a governmental 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.
2. Where the prospective primary participant is unable to certify to any of the statements in this certification, such
prospective participant shall attach an explanation to this proposal.
2. Instructions for Certification - Lower Tier Covered Transactions:
(Applicable to all subcontracts, purchase orders and other lower tier transactions of $25,000 or more - 49 CFR 29)
a. By signing and submitting this proposal, the prospective lower tier is providing the certification set out below.
b. The certification in this clause is a material representation of fact upon which reliance was placed when this transac-
tion was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous.
certification, in addition to other remedies available to the Federal Government; the department, or agency with which this
transaction originated may pursue available remedies, including suspension and /or debarment.
c. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is
submitted if at any time the prospective lower tier participant learns that its certification was erroneous by reason of
changed circumstances.
d. The terms "covered transaction," "debarred," "suspended," "ineligible," "primary covered transaction," "participant,"
"person," "principal," "proposal," and "voluntarily excluded," as used in this clause, have the meanings set out in the
Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the person to.which
this proposal is submitted for assistance in obtaining a copy of those regulations.
e. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered
transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is
debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless
authorized by the department or agency with which this transaction originated.
f. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled
"Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion -Lower Tier Covered Transaction,"
without modification, in all lower tier covered transactions. and in all solicitations for lower tier covered transactions.
g. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered
transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it
knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the
eligibility of its principals. Each participant may, but is not required to, check the Nonprocurement List.
h. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to
render in good faith the certification required by this clause. The knowl
edge and information of participant is not required to exceed that which is normally possessed by a prudent person in the
ordinary course of business dealings.
I. Except for transactions authorized under paragraph a of these instructions, if a participant in a covered transaction
knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily
excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the
department or agency with which this transaction originated may pursue available remedies, including suspension and /or
ii
debarment.
i
Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion —Lower Tier Covered
Transactions:
1. The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is
presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in
this transaction by any Federal department or agency.
2. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such
prospective participant shall attach an explanation to this proposal.
XII. CERTIFICATION REGARDING USE OF CONTRACT FUNDS
FOR LOBBYING
(Applicable to all Federal -aid construction contracts and to all related subcontracts which exceed $100,000 - 49 CFR 20)
1. The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge
and belief, that:
a. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for
influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or
employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract,
the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the
extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative
agreement.
b. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or
attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of
Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative
agreement, the undersigned shall complete and submit Standard Form -LLL, "Disclosure Form to Report Lobbying," in
accordance with its instructions.
2. This certification is a material representation of fact upon which reliance was placed when this transaction was made or
entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31
U.S.C. 1352. Any person who fails to file the required certification shall be subject to a civil penalty of not less than
$10,000 and not more than $100,000 for each such failure.
3. The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the
language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such recipients
shall certify and disclose accordingly.