Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutC99-128 Colorado Dept. of Transportation`.
..
C qq 1-21�- 50
(FMLAWRK)
SHE C440-004, 12515
REGION 3/(LEW)
CONTRACT
THIS CONTRACT, made this 42L± day of T w
Rev?/98
99 HA3 00073
19 5/by and between the
State of Colorado for the use and benefit of THE COLORADO DEPARTMENT OF
TRANSPORTATION, hereinafter referred to as the State or CDOT, and EAGLE COUNTY,
STATE of COLORADO, P.O. BOX 179, Eagle, CO 81631, FEIN: 846000762, hereinafter referred
to as the Local Agency, or the contractor.
FACTUAL RECITALS.
1. Authority exists in the law and funds have been budgeted, appropriated and otherwise made
available and a sufficient unencumbered balance thereof remains available for payment of project
and Local Agency costs in Fund Number 400, Appropriation Code 010, Organization Number 9991,
Program 2000, Function 3020 ($35,000.00) and 3301 ($150,000) Object 2312 1P, Phase D and C,
Reporting Category 3420, Contract Encumbrance Number 12515, (Contract Encumbrance Amount:
$185,000.00).
2. Required approval, clearance and coordination has been accomplished from and with appropriate
agencies.
3. Pursuant to Title I, Subtitle A, Section 1108 of the Transportation Equity Act for the 21st
Century of 1998 (TEA-21) and to applicable provisions of Title 23 of the United States Code and
implementing regulations at Title 23 of the Code of Federal Regulations, as may be amended,
(collectively referred to hereinafter as "the federal provisions"), certain Federal funds have been and
will in the future be, allocated for highway projects requested by Local Agencies and eligible under
the Surface Transportation Program that has been proposed by the State and approved by the Federal
Highway Administration (FHWA), hereinafter referred to as the program.
-1-
4. Pursuant to § 43-1-223, C.R.S. and to applicable portions of the federal provisions, the State is
responsible for the general administration and supervision of performance of projects in the program,
including the administration of federal funds for a program project performed by a local agency
under a contract with the State.
4.5 The Local Agency has requested that a certain local highway project be funded as part of the
program, and by the date of execution of this contract the Local Agency (and/or the State) has
completed and submitted a preliminary version of CDOT form #463 describing the general nature
of that project work. The Local Agency understands that, before the project work is actually started,
the description of the project work in that CDOT form #463 will likely be revised as a result of
design changes made by CDOT, in conjunction and coordination with the Local Agency, in its
internal review process. The Local Agency desires to agree to perform the project work as described
in the Form #463, as it may be revised in that Process.
5. Federal -aid funds have been made available for project, SHE C440-004 for removal and
replacement of signal lights, curb and gutter, and the I70 spur, as more specifically described in
Exhibit A (the Form #463 and/or a "Scope of Work"), in Edwards, Colorado, hereinafter referred
to as "the project" or "the work".
6. The matching ratio for this federal -aid project is 80% federal -aid funds to 20% Local Agency
funds, it being understood that such ratio applies only to such costs as are eligible for federal
participation, it being further understood that all non -participating costs shall be borne by the Local
Agency at 100%.
7. The Local Agency desires to comply with the federal provisions and other applicable
requirements, including the State's general administration and supervision of the project thru this
contract, in order to obtain federal funds for the project.
8. The Local Agency has estimated the total cost of the Work and is prepared to provide its match
share of the cost, as evidenced by an appropriate ordinance or resolution duly passed and adopted
by the authorized representatives of the Local Agency, which expressly authorizes the Local Agency
to enter into this contract and to expend its match share of the Work. A copy of this ordinance or
resolution is attached hereto and incorporated herein as Exhibit B.
-2-
9. This contract is executed under the authority of Sections 29-1-203, 43-1-110, 43-1-116,
43-2-101(4)(c) and 43-2-144, C.R.S., as amended, and the Local Agency ordinance/resolution.
10. The parties hereto desire to agree upon the division of responsibilities with regard to the project.
11. The Local Agency is adequately staffed and suitably equipped to undertake and satisfactorily
complete some or all of the Work.
12. The State certifies that such work can be more advantageously performed by the Local Agency.
NOW, THEREFORE, it is hereby agreed that:
I. STANDARD FORM CONTRACT
This is a standard form contract that is designed to efficiently contract for and administer 2 types of
program projects: 1) program projects which include the same basic work elements (design;
construction; construction administration by local agency; right-of-way; utilities; etc.); and, also,
2) program projects with specific differences in those basic work elements (e.ga specific project
may include design but no construction, or it may include design and construction but the State will
do the construction administration, etc.)
The form contract accommodates both types of projects by using qualifying language to condition
the application of particular contract requirements, based on whether specific work elements are
included in the project. For instance, where the contract provides ... "If the Work includes
engineering/design services, the Local Agency shall perform the following requirements ...", the
Local Agency need perform those requirements only if engineering/design services are expressly
included in the project, as defined in the Scope of Work. (Conversely, notwithstanding that language
is in the contract, the Local Agency can ignore those "requirements" if engineering/design services
are NOT expressly included in the Scope of Work.)
The Local Agency shall interpret such qualifying language in that manner. By using such language,
the form contract can apply to both the general and the specific types of projects, thus making it
easier to administer and saving the State and the Local Agency time and expense.
IXIM
`air
II. PROJECT DESCRIPTION
1. "The project" or "the Work" under this contract shall consist of intersection improvements which
may include at the determination by the county and agreed upon by CDOT, removal and
replacement of signal lights, curb and gutter, and the I70 spur, hereinafter referred to as "the
project" or "the Work" in Edwards, Colorado, as more specifically described in Exhibit A,
attached hereto and made a part hereof (the Form #463 and/or a "Scope of Work") as it may be
revised by the parties in the design review process before the project work is actually started.
III. INCORPORATION BY REFERENCE
All federal and state statutes, regulations, specifications, administration checklists, directives,
procedures, documents, and publications that are specifically identified and/or referenced in this
contract, together with all exhibits and attachments and addenda to this contract, are incorporated
herein by this reference as terms and conditions of this contract as though fully set forth.
IV. WORK RESPONSIBILITY
The Local Agency shall be responsible to perform (all design and/or right-of-way and/or utility
and/or construction and/or construction administration tasks required to complete ) the Work, and
the Local Agency shall comply with all applicable terms and conditions of this contract in
performing the Work, including those process and task responsibilities addressed in the Pre -
Construction and Construction Administration Checklists attached hereto and made a part hereof.
The responsible party shall perform all such tasks in accordance with applicable requirements and
standards, including those in this contract and in applicable law.
V. PROJECT FUNDING PROVISIONS
A. The Local Agency has estimated the total cost the Work to be a minimum of $225,000.00
which is to be funded as follows:
MZ
a. Federal participating funds:
(90% of $150,000.00) $135,000.00
b. State participating share:
(10% of $150,000.00) $ 15,000.00
C. State Matching for CDOT-Incurred
Non -participating Costs $ 35,000.00
d. Local Agency funds as partnership to
Assist with Design $ 40,000.00
Total Funds: $225,000.00
B. The matching ratio for the federal participating funds for this project is 90% federal -aid
funds (CFDA #20 2050) to 10% Local Agency funds, it being understood that such ratio applies only
to the $150,000.00 that is eligible for federal participation, it being further understood that all
non -participating costs are borne by the Local Agency at 100%. If the total actual cost of
performance of the Work exceeds $150,000.00, and additional federal funds are made available for
the project, the State shall pay 10% of all such costs eligible for federal participation and 100% of
all nonparticipating costs; if additional federal funds are not made available, the local agency shall
pay all such excess costs. If the total actual cost of performance of the Work is less than
$150,000.00, then the amounts of Local Agency and federal -aid funds will be decreased in
accordance with the funding ratio described herein. The performance of the Work shall be at no cost
to the State.
C. The maximum amount payable to the Local Agency under this contract shall be
$185,000.00, unless such amount is increased by an appropriate written modification to this contract
executed before any increased cost is incurred. This does not preclude the Local Agency from
pursuing other avenues of CDOT funding. It is understood and agreed by the parties hereto that the
total cost of the Work stated hereinbefore is the best estimate available, based on the design data as
approved at the time of execution of this contract, and that such cost is subject to revisions (in accord
with the procedure in the previous sentence) agreeable to the parties prior to bid and award.
-5-
D. The parties hereto agree that this contract is contingent upon all funds designated for the
project herein being made available from federal and/or state and/or Local Agency sources, as
applicable. Should these sources, either federal or Local Agency, fail to provide necessary funds as
agreed upon herein, the contract may be terminated by either party, provided that any party
terminating its interest and obligations herein shall not be relieved of any obligations which existed
prior to the effective date of such termination or which may occur as a result of such termination.
VI. PROJECT PAYMENT PROVISIONS
A. The State will reimburse the Local Agency for the federal -aid share of the project charges
following the State's review and approval of such charges, subject to the terms and conditions of this
contract. Provided, however, that charges incurred by the Local Agency prior to the date of FHWA
authorization for the project and prior to the date this contract is executed by the State Controller or
his designee will not be charged by the Local Agency to the project, and will not be reimbursed by
the State, absent specific FHWA and/or State Controller approval thereof.
B. Upon execution of this contract the State is authorized, in its discretion, to perform any
necessary administrative support services pursuant to this contract. These services may be performed
prior to and in preparation for any conditions or requirements of this contract, including prior FHWA
approval of project work. The Local Agency understands and agrees that the State may perform such
services, and that payment for such services shall be at no cost to the State but shall be as provided
in Section V.A. At the request of the Local Agency, the State shall also provide other assistance
pursuant to this contract as may be agreed in writing. In the event that federal -aid project funds
remain available for payment, the Local Agency understands and agrees the costs of any such
services and assistance shall be paid to the State from project funds at the applicable rate. However,
in the event that such funding is not made available or is withdrawn for this contract, or if the Local
Agency terminates this contract prior to project approval or completion for any reason, then all actual
incurred costs of such services and assistance provided by the State shall be the sole expense of the
Local Agency.
C. If the Local Agency is to be billed for CDOT incurred direct costs, the billing procedure
shall be as follows:
1. Upon receipt of each bill from the State, the Local Agency will remit to the State the
amount billed no later than 45 days after receipt of each bill. Should the Local Agency fail
to pay moneys due the State within 45 days of demand or within such other period as may
be agreed between the parties hereto, the Local Agency agrees that at the request of the State,
the State Treasurer may withhold an equal amount from future apportionments due the Local
Agency from the Highway Users Tax Fund and to pay such funds directly to the State.
Interim funds, until the State is reimbursed, shall be payable from the State Highway
Supplementary Fund (400).
2. If the Local Agency fails to make timely payment to the State as required by this section
(within 45 days after the date of each bill), the Local Agency shall pay interest to the State
at a rate of one percent per month on the amount of the payment which was not made in a
timely manner, until the billing is paid in full. The interest shall accrue for the period from
the required payment date to the date on which payment is made.
D. The Local Agency will prepare and submit to the State monthly charges for costs incurred
relative to the project. The Local Agency will prepare project charges in accordance with the State's
standard policies, procedures, and standardized billing format attached hereto and made a part
hereof.
VII. STATE COMMITMENTS
A. The State will provide liaison with the Local Agency through the State's Region Director,
Region 3, 222 South Sixth Street, Room 317, Grand Junction, Colorado 81501-2769,
(970)-248-7208. Said Region Director will also be responsible for coordinating the State's activities
under this contract. Said Region Director will also issue a "Notice to Proceed" to the Local Agency
for commencement of the Work. All communication relating to the day-to-day activities for the
work shall be exchanged between representatives of the State's Transportation Region 3 and the
Local Agency. Until changed by notice in writing, all such notices and correspondence shall be
addressed as follows:
-7-
f ' ,
If to State:
Mr. James Nall
CDOT Region 3 Traffic Engineer
222 South Sixth Street, Room 317
Grand Junction, CO 81501-2769
(970) 248-7213
If to the Local Agency:
George Russos
County Engineer
P.O. Box 850
Eagle, CO 81631
And Jim Fritze
County Attorney
B. The State will reimburse the Local Agency for the federal -aid share of the project
charges, as provided in Section VI(A).
C. If the Work includes construction, the State, at its discretion, will review construction
plans, special provisions and estimates and will cause the Local Agency to make those changes
therein that the State determines are necessary to assure compliance with State and FHWA
requirements.
D. The State will perform a final project inspection prior to project acceptance as a Quality
Control activity. When all project work has been satisfactorily completed, the State will sign the
FHWA form 1212.
E. The State will maintain and operate the improvements constructed under this contract,
at its own cost and expense during their useful life.
VIU. LOCAL AGENCY COMMITMENTS
A. DESIGN.
If "the Work" includes preliminary design, or final design (a.k.a. "construction plans"), or design
work sheets, or special provisions and estimates (collectively referred to as "the Plans"), the party
that is responsible under Section IV (either the Local Agency or the State) for the Plansldesign shall
comply with the following requirements, as applicable:
1. perform or provide the Plans, to the extent required by the nature of the Work.
2. prepare final design ("construction plans") in accord with the requirements of the latest
edition of the American Association of State Highway Transportation Officials (AASHTO)
manual.
3. prepare special provisions and estimates in accord with the State's Roadway and Bridge
Design Manuals and Standard Specifications for Road and Bridge Construction.
4. include details of any required detours in the Plans, in order to prevent any interference
of the construction work and to protect the traveling public.
5. stamp the Plans produced by a Colorado Registered Professional Engineer.
b. if the Local Agency is the responsible party, it shall afford the State ample opportunity
to review the Plans and make any changes in the Plans as directed by the State to comply
with FHWA requirements.
7. provide final assembly of the Plans and contract documents.
8. be responsible for the Plans being accurate and complete.
9. if the Local Agency is the responsible party, it may enter into a contract with a consultant
to do all or any portion of the Plans and/or of construction administration. Provided,
however, that if federal -aid funds are to participate in the cost of such work to be done by a
consultant, the Local Agency shall ensure that its procurement of that consultant contract
(and the performance/provision of the Plans under that contract) complies with all applicable
requirements of Title 23, Code of Federal Regulations (CFR), Part 172, (concerning the
Administration of Engineering and Design Related Service Contracts), and with any
procedures implementing those requirements as provided by the State. Those requirements
and procedures include, without limitation:
a) the Local Agency/Contractor shall submit any design consultant subcontract to CDOT
for approval prior to its execution by the Local Agency/Contractor, as required by section
172.5 (d);
b) all changes in the contract shall be by written supplemental agreement and must have
prior approval of the State and FHWA. As soon as the contract with the consultant has been
awarded by the Local Agency, one copy of the executed contract shall be submitted to the
State. Any amendments to such contract shall be similarly submitted;
c) all consultant billings under that contract shall comply with the State's standardized
consultant billing format. Examples of the billing formats for the various methods of
contract payment are attached hereto and made a part hereof;
am
d) the Local Agency/Contractor shall also use the CDOT procedures as described in
Attachment #1 to administer that design consultant subcontract, to comply with sections
172.5(b) and (d);
e) to expedite any CDOT approval, the Local Agency/Contractor's attorney, or other
authorized representative, may also submit a letter to CDOT certifying Local
Agency/Contractor compliance with those CDOT Attachment #1 procedures and with the
requirements of sections 172.5(b) and (d).
f) the Local Agency shall ensure that its consultant contract contains the following
language verbatim:
1) "The design work under this contract shall be compatible with the requirements
of a separate contract between the Local Agency and the State (which is incorporated
herein by this reference) for the design/construction of the project. The State is an
intended third parry beneficiary of this contract for that purpose."
2) "Upon advertisement of the project work for construction, the consultant shall
make available services as requested by the State to assist the State in the evaluation
of construction and the resolution of construction problems that may arise during the
construction of the project."
3) "The consultant shall review the construction contractor's shop drawings for
conformance with the contract documents and compliance with the provisions of the
State's publication, "Standard Specifications for Road and Bridge Construction", in
connection with this work."
10. Following award of the construction contract(s) for the project, no further changes shall
be made in the Plans except by agreement in writing between the parties. The Plans shall be
considered final when approved and accepted by the parties hereto, and when final they shall
be deemed incorporated herein.
B. CONSTRUCTION.
If "the Work" includes construction, the party that is responsible under Section IV (either the Local
Agency or the State) for the construction/construction administration shall comply with the following
requirements, as applicable:
-10-
1. administer the construction in accord with the project's Pre -construction and Contract
Administration Checklists. Such administration shall include project inspection and
testing; approving sources of materials; performing required plant and shop inspections;
documentation of contract payments, testing, and inspection activities; preparing and
approving pay estimates; preparing, approving, and securing the funding for contract
modification orders (CMOs) and minor contract revisions (MCRs); processing contractor
claims; construction supervision; and, meeting the Quality Control (QC) requirements of the
FHWA/State stewardship program, all as more fully described in the project's Pre -
construction and Contract Administration Checklists.
2. if the Local Agency is the responsible party, it shall appoint a qualified professional
engineer, licensed in the State of Colorado, as the Local Agency Project Engineer (LAPE),
to perform that administration. The LAPS shall administer the project in accordance with
this agreement, the requirements of the construction contract, and applicable State
procedures. The LAPE may be an employee of the Local Agency or may be a consultant.
If the LAPE is an employee of the Local Agency, the LAPE shall be in responsible charge
of the construction of the project (as provided in Section 12-25-102 C.R.S. as amended),
notwithstanding any exception described in Section 12-25-103, C.R.S., as amended.
3. if the Local Agency is the responsible party, and if bids are to be let for the construction
of the project, the Local Agency shall (in conjunction with the State) advertise the call for
bids and (upon concurrence by the State) award the construction contract(s) to the low
responsive, responsible bidder(s).
a) In advertising and awarding the bid for the construction of a federal -aid project, the
Local Agency shall comply with applicable requirements of 23 U.S.C. § 112 and 23 C.F.R.
§ § 633 and 635. Those requirements include, without limitation, that the Local
Agency/Contractor shall physically incorporate the entire "Form 1273" (which, if relevant
to this contract, is attached) verbatim into any subcontract(s) for those services as terms and
conditions thereof, as required by 23 CFR 633.102(e).
b) The Local Agency has the option to accept or reject the proposal of the low bidder for
work on which competitive bids have been received. The Local Agency must declare the
-11-
`4 ` W
acceptance or rejection at the award conference or within 3 working days after said bids are
publicly opened, whichever occurs later.)
c) By indicating its concurrence in such award at the award conference, the Local Agency
acting by or through its duly authorized representatives, agrees to provide additional funds,
subject to their availability and appropriation for that purpose, if required to complete the
Work under this project if no additional federal -aid funds will be made available for the
project.)
4. In the event that all or part of the construction work is to be accomplished by Local
Agency personnel i.e., by "force account"), rather than by a contractor pursuant to a contract
with the Local Agency, the Local Agency will insure that all such force account work is
accomplished in accordance with the pertinent State specifications and requirements and
with 23 C.F.R. Part 635, Subpart B, "Force Account Construction".
a) Such work will normally be based upon estimated quantities and firm unit prices
agreed to between the Local Agency, the State and the FHWA in advance of the Work, as
provided for in Section 635.204(c). Such agreed unit prices shall constitute a commitment
as to the value of the Work to be performed.
b) An alternative to (a) is that the Local Agency may agree to participate in the Work
based on actual costs of labor, equipment rental, materials supplies and supervision necessary
to complete the Work. Where actual costs are used, eligibility of cost items shall be
evaluated for compliance with Federal Acquisition Regulations (FAR), 48 C.F.R. Part 31.
c) Rental rates for publicly owned equipment will be determined in accordance with
Section 109.04 of the State's "Standard Specifications for Road and Bridge Construction".
d) All force account work shall have prior approval of the State and/or FHWA and shall
not be initiated until the State has issued a written notice to proceed.
C. ROW ACQUISITION/RELOCATION.
If acquisition and relocation assistance is required for the project, the Local Agency will be
responsible to perform the acquisition and relocation assistance, as required by Sections 24-56-101,
et seq., C.R.S. Prior to this project being advertised for bids, the Local Agency will certify in
-12-
writing to the State that all right of way has been acquired in accordance with the applicable State
and federal regulations, or that no additional right of way is required.
D. UTILITIES.
The Local Agency will be responsible for obtaining the proper clearance or approval from any utility
company which may become involved in this project, by separate agreement between the Local
Agency and the utility, if necessary. Prior to this project being advertised for bids, the Local Agency
will certify in writing to the State that all such clearances have been obtained.
E. RAILROADS.
In the event the project involves modification of a railroad company's facilities at a railroad grade
crossing whereby the Work is to be accomplished by railroad company forces, the Local Agency
shall make timely application to the State Public Utilities Commission requesting its order providing
for the installation of the proposed improvements and not proceed with that part of the work without
compliance. The Local Agency shall also establish contact with the railroad company involved for
the purpose of complying with applicable provisions of 23 Code of Federal Regulations 646, Subpart
B, concerning federal -aid projects involving railroad facilities, including:
1. Executing an agreement setting out what work is to be accomplished and the location(s)
thereof, and that the costs of the improvement shall be eligible for federal participation.
2. Obtaining the railroad's detailed estimate of the cost of the Work.
3. Establishing future maintenance responsibilities for the proposed installation.
4. Prescribing future use or dispositions of the proposed improvements in the event of
abandonment or elimination of the grade crossing.
5. Establishing future repair and/or replacement responsibilities in the event of accidental
destruction or damage to the installation.
F. ENVIRONMENTAL.
In its performance of the Work, the Local Agency shall comply with the applicable provisions of the
State's approved Action Plan concerning federal environmental requirements, including all federal
directives contained therein by reference. Copies of the applicable provisions may be requested from
the Office of Environmental Services, Colorado Department of Transportation, 4201 E. Arkansas
Avenue, Rm. 284, Denver Co 80222.
-13-
G. RECORD KEEPING.
The Local Agency shall maintain all books, documents, papers, accounting records and other
evidence pertaining to costs incurred and to make such materials available for inspection at all
reasonable times during the contract period and for 3 years from the date of final payment to the
Local Agency. Copies of such records shall be furnished by the Local Agency if requested.
The Local Agency shall, during all phases of the Work, permit duly authorized agents and employees
of the State and the FHWA to inspect the project and to inspect, review and audit the project records.
I. FEDERAL REQUIREMENTS.
The Local Agency/Contractor shall at all times during the execution of this contract strictly adhere
to, and comply with, all applicable federal and state laws, and their implementing regulations, as they
currently exist and may hereafter be amended, which are incorporated herein by this reference as
terms and conditions of this contract. The contractor shall also require compliance with these
statutes and regulations in subgrant agreements permitted under this contract. A listing of some of
the federal and state laws that may be applicable, depending on the Local Agency/Contractor work
responsibilities under this contract, are described in ADDENDUM A.
J. DBE REQUIREMENTS
"If the Local Agency desires to use its own DBE Program to implement and administer the DBE
provisions of Title 49 CFR Part 23 under this contract, it must submit a copy of its program's
requirements to CDOT for review and approval before the execution of this contract. If the Local
Agency uses it's program for this contract, the Local Agency shall be solely responsible to defend
that DBE Program and its use of that Program against all legal and other challenges or complaints,
at its sole cost and expense. Such responsibility includes, without limitation, determinations
concerning DBE eligibility and certification, adequate legal and factual bases for DBE goals, and
good faith efforts. CDOT approval (if any) of the Local Agency's DBE Program does not waive or
modify the sole responsibility of the Local Agency for its use as described above."
K. LOCAL AGENCY FUNDS
The Local Agency shall provide its match share and indirect cost funds for the work as outlined in
Section V.B.
-14-
IX. GENERAL PROVISIONS
A. Notwithstanding any consents or approvals given by the State for the Plans, the State will
not be liable or responsible in any manner for the structural design, details or construction of any
major structures that are designed within the Work of this contract.
B. If the Work involves construction, the State shall have the authority to suspend the Work,
wholly or in part, by giving written notice thereof to the Local Agency, due to the failure of the Local
Agency or its construction contractor to correct project conditions which are unsafe for the Workmen
or for such periods as the State may deem necessary due to unsuitable weather, or for conditions
considered unsuitable for the prosecution of the Work, or for any other condition or reason deemed
by the State to be in the public interest.
C. This contract may be terminated as follows:
(a) Termination for Cause. If, through any cause, the Local Agency shall fail to fulfill,
in a timely and proper manner, its obligations under this contract, or if the Local Agency shall violate
any of the covenants, agreements, or stipulations of this contract, the State shall thereupon have the
right to terminate this contract for cause by giving written notice to the Local Agency of its intent
to terminate and at least ten (1 U) days opportunity to cure the default or show cause why termination
is otherwise not appropriate. In the event of termination, all finished or unfinished documents, data,
studies, surveys, drawings, maps, models, photographs, and reports or other material prepared by the
Local Agency under this contract shall, at the option of the State, become its property, and the Local
Agency shall be entitled to received just and equitable compensation for any services and supplies
delivered and accepted. The Local Agency shall be obligated to return any payment advanced under
the provisions of this contract.
Notwithstanding above, the Local Agency shall not be relieved of liability to the State for any
damages sustained by the State by virtue of any breach of the contract by the Local Agency.
If after such termination it is determined, for any reason, that the Local Agency was not in default,
or that the Local Agency's action/inaction was excusable, such termination shall be treated as a
termination for convenience, and the rights and obligations of the parties shall be the same as if the
contract had been terminated for convenience, as described herein.
-15-
( � t
(b) Termination for Convenience. The State may terminate this contract at any time the
State determines that the purposes of the distribution of funds under the contract would no longer
be served by completion of the project. The State shall effect such termination by giving written
notice of termination to the Local Agency and specifying the effective date thereof, at least twenty
(20) days before the effective date of such termination.
(c) Termination Due to Loss of Funding. The parties hereto expressly recognize that the
Local Agency is to be paid, reimbursed, or otherwise compensated with federal and/or State funds
which are available to the State for the purposes of contracting for the project provided for herein,
and therefore, the Local Agency expressly understands and agrees that all its rights, demands and
claims to compensation arising under this contract are contingent upon availability of such funds to
the State. In the event that such funds or any part thereof are not available to the State, the State may
immediately terminate or amend this contract.
D. Notwithstanding anything herein to the contrary, the parties understand and agree that all
terms and conditions of this contract and attachments hereto which may require continued
performance or compliance beyond the termination date of the contract shall survive such
termination date and shall be enforceable by the State as provided herein in the event of such failure
to perform or comply by the Local Agency.
E. This contract is subject to such modifications as may be required by changes in federal
or State law, or their implementing regulations. Any such required modification shall automatically
be incorporated into and be part of this contract on the effective date of such change as if fully set
forth herein. Except as specifically provided otherwise herein, no modification of this contract shall
be effective unless agreed to in writing by both parties in an amendment to this contract that is
properly executed and approved in accordance with applicable law.
F. To the extent that this contract may be executed and performance of the obligations of the
parties may be accomplished within the intent of the contract, the terms of this contract are severable,
and should any term or provision hereof be declared invalid or become inoperative for any reason,
such invalidity or failure shall not affect the validity of any other term or provision hereof. The
waiver of any breach of a term hereof shall not be construed as a waiver of any other term, or the
same term upon subsequent breach.
-16-
G. This contract is intended as the complete integration of all understandings between the
parties. No prior or contemporaneous addition, deletion, or other amendment hereto shall have any
force or effect whatsoever, unless embodied herein by writing. No subsequent novation, renewal,
addition, deletion, or other amendment hereto shall have any force or effect unless embodied in a
written contract executed and approved pursuant to the State Fiscal Rules.
H. Except as herein otherwise provided, this contract shall inure to the benefit of and be
binding upon the parties hereto and their respective successors and assigns.
I. The Local Agency represents and warrants that it currently has no interest, and shall not
acquire any interest, direct or indirect, that would conflict in any manner or degree with the
performance of the Local Agency's obligations under this contract. The Local Agency's further
covenants that, in the performance of this contract, it will not employ any person or firm having any
such known interests.
J. This contract shall become "effective" only upon the date it is executed by the State
Controller, or designee. The term of this contract shall begin on the date first written above and shall
continue through the completion and final acceptance of this project by the State, FHWA and Local
Agency.
K. The Special Provisions, Attachment LO (Certification for Federal -Aid Contracts), and
Appendix B (DBE requirements) attached hereto are hereby made a part of this contract. The Local
Agency shall comply with all applicable terms and conditions of such attachments.
L. If a conflict occurs between the provisions of this contract proper and the attachments
hereto, the priority to be used to resolve such a conflict shall be as follows:
1. The Special Provisions and the attachments enumerated in Section VI, paragraph K,
above; and
2. This contract proper;
3.Other contract attachments and exhibits, in their respective order.
M. It is expressly understood and agreed that the enforcement of the terms and conditions
of this contract, and all rights of action relating to such enforcement, shall be strictly reserved to the
parties hereto, and nothing contained in this contract shall give or allow any such claim or right of
action by any other or third person on such contract. It is the express intention of the parties that any
-17-
person or entity other than the parties receiving services or benefits under this contract be deemed
to be an incidental beneficiary only.
N. The Local Agency assures and guarantees that it possesses the legal authority to enter into
this contract. The Local Agency warrants that it has taken all actions required by its procedures, by-
laws, and/or applicable law to exercise that authority, and to lawfully authorize its undersigned
signatory to execute this contract and to bind the Local Agency to its terms. The person(s) executing
this contract on behalf of the Local Agency warrants that they have full authorization to execute this
contract.
O. The Local Agency and the State may use one or all of the Contract Modification Tools
contained in ADDENDUM B, in order to more expeditiously change and amend the terms of this
contract, if such use is warranted by the circumstances as described and authorized therein.
gum
N.,
IN WITNESS WHEREOF, the parties hereto have executed this contract the day and
year first above written.
STATE OF COLORADO
ATTEST: BILL OWENS, GOVERNOR
' �By By
fig,4 Chief Clerk /.,ne jExecutive Director
DEPARTMENT OF TRANSPORTATION
I73oPll -03
ARTHUR L. BARNHART KEN SALAZAR
State Controller Attorney General
M
Assistant Attorney General
Civil Litigation Section
ATTEST: (SEAL) (; i tJL / :I EAGLE COUNTY, COLORADO
By 411,4 1 Ali I PSAM 1LJ1
r
Title T
/0007"Federal Employer
Number: 846000762
-19-
PRE-CONISTRUCTION ADMINISTRATION CF:ECKLIST
Region: 03 Project Code n: 12515
Local Agency: EAGLE COUNTY Project Y: SHE C440-004
Des, �r e' t er : Dave Miller L nINTERSECTION
yn _ojti.c�. tlanagLocation.: EDW. RDS
Resident Engineer BILL NELSON Description: ! NiTERSECTION SAFETY
The=ollowing checklist shall be utilized to establish the PRE -CONSTRUCTION
ADMINISTRATION CFECKLIST responsibilities of the individual parties to this
acreer�ent .
;�rnn�t,Te�rr�-r
�\L tilt v�•v�u.dL
nTs�r++e.
�.'SL'\+
LOCAL
NO.
DESCRIPTION OF TASK
AGENCY
CDOT
1.
Transportation Improvement Program(T.I.P.) ..........
X
2.
Design Data (CDOT Form #463) ........................
X
3.
Funding Authorization ...............................
X*
4.
LA/CDOT Project Agreement ...........................
_ X
X
5.
Utility, Railroad, and Consultant Agreements ........
X
6.
Consultant Selection ................................
X
7.
Field Inspection Review (FIR) .......................
X_
8.
Public hearings .....................................
X
9.
Environmental Processes .............................
X*
10.
Design Approval .....................................
X.
11.
Final Office Review (FOR) ...........................
X
X
12.
Force Account Justification .........................
X
13.
Proprietary Item Justification ......................
X
X
14.
Davis -Bacon triage Rates (XYes At N10) ................
X
15.
Design Exceptions ...................................
X
lx�
RESPONSIBLE PARTY
LOCAL
N10.
DESCRIPTION OF TASK
AGENCY
CDO`3'
16.
Rights -of Way .......................................
K
X
17.
Puns, Specifications and Construction. Cost Estimates
X
X
18.
EEO/DBE Requirements ................................
X
X _
19.
Advertising Less Than Three Weeks ...................
20.
LA Ad and Award .....................................
X
21.
Construction Administration .........................
x
Preliminary Checklist
Revised Checklist
Final Checklist
Date • Ll S r
Date:
Date:
*Requires FHWA concurrence/involvement.
04/29/96
w CONSTRUGqfpiON CONTRACT ADMINISTRATIOWCHECK LIST
Page 1
CDOT Region: 03 Project Code (SA#): 12515
Local Agency: Eagle County Project No.: SHE C440-004
CDOT Resident Engineer: Bill Nelson Location: EDWARDS INTERSECTION
L. A. Project Manager: GEORGE ROUSSOS Description: INTERSECTION SAFETY
CDOT Design or Project Engineer: David Miller
r"LLe _J--vw=na C ?eCK list Shall be Utr.l;?=d t0 e5t i y5:? the CONSTRUCTION
CONTRACT ADMINISTRATION 1.cJrv:iJ�i.�� _��.1.c�' Ji the individual parti:.s fog this
proj=. . THE CHECK LIST SHALL BE INCORPORATED INTO THE ENTITY AGREEMENT AT
PROJECT INCEPTION.
THE CHECK LIST SHALL BE PREPARED BY PLACING AN X UNDER THE RESPONSIBLE
AGENCY, OPPOSITE EACH OF THE TASKS LISTED BELOW. When. CDOT is selected to
be responsible or co -responsible by option, the method of the Local
.ere^cv1 s r-eimbursement for CDOT ' S costs must be established.
J �
WHEN A TASK DOES NOT APPLY TO THE PROJECT, NON -APPLICABLE (NA) SHALL BE
PLACED UNDER BOTH AGENCIES, AND AN EXPLANATION OF WHY IT IS NOT APPLICABLE
SHALL BE INCLUDED.
TASKS WHICH WILL BE PERFORMED BY HEADQUARTERS STAFF WILL BE SO INDICATED.
THE REGION IN ACCORDANCE WITH ESTABLISHED POLICIES AND PROCEDURES, WHEN
APPLICABLE, SHALL DETERMINE WHO WILL PERFORM ALL OTHER TASKS WHICH ARE THE
RESPONSIBILITY OF CDOT.
THE RESIDENT ENGINEER OR CDOT DESIGNER SHALL NOTIFY THE APPROPRIATE
STAKEHOLDERS, AND THOSE ON THE MINIMUM DISTRIBUTION LIST BELOW, OF FIELD
INSPECTION REVIEWS (F.I.R.) AND FINAL OFFICE REVIEWS (F.O.R.) FOR ALL L. A.
PROJECTS.
IF A CHECK LIST WAS NOT INCORPORATED INTO THE ORIGINAL PROJECT AGREEMENT OR
THE CONSTRUCTION CONTRACT ADMINISTRATION RESPONSIBILITIES HAVE CHANGED THE
FOLLOWING PROCEDURES SHALL BE USED:
A preliminary check list shall be prepared by the CDOT Resident Engineer
(RE) with the CDOT Design PNI, in cooperation with the LAPNI, prior to the
r.I.R. and submitted to the Region_ Program Engineer (RPE) with the F.I.R.
notice. I= Contract Administration responsibilities are changed after the
F. I . R. , the CDOT RE, In cooperation with the LA PNI, shall prepare a revised
check '__S:. and d? Strlbute copies. The CDOT RE shall prepare the FINAL
cn=c't s t prior to the F.O.R. and submit copies t0 all persons reCelJing
theF.O.R.�notice. The minimum diSt=ibution list is Shown below.
COPY:
PRELIMINARY CHECK LIST - DATE CDOT RE/PM
LA PM/ PE
REVISED CHECK LIST - DATE CDOT RPE
CDOT Region
FINAL CHECK LIST - DATE Materials Engr.
REVISED 10/30/97
14�
CONTRACT ADMINISTRATION CHECK LIST
PACE 2
** RESPONSIBLE PARTY
LOCAL
NO. DESCRIPTION OF TASK AGENCY CDOT
1. Set Disadvantaged Business Enterprise (DBE) . . . X
goals for the project. (CDOT Region EEO D 7
Administrative Program Specialist)
2 . Set On Job Training (OJT) goals for the . . . . .
project. (CDOT Region EEO Administrative
c��y:am Specialist when CDOT is responsible.)v v
3. Assure the correct Federal Wage Decisions, X
all required DBE/OJT Special Provisions and
the FHWA Form 1273 are included in the Contract
documents. (CDOT RE or Designer)
This project is exempt from Davi acon
req �. ments as determined he functional
classificaLi of the Ject location. (Note:
Projects locate ocal roads and rural minor
collectors may exp-�
CDOT RE or Designer
Date
4. Advertise for bids/open bids. (CDOT . . . . . . .
Construction. Contracts Unit, Staff
Design Branch, when CDOT is responsible.)
5. Distribute "bid set" of plans and specifications
to the person responsible for showing the
project. (CDOT Printing and Visual Communications
Center, Division of Human Resources and
Administration when CDOT is responsible.)
o. Review work site and plan details with . . . . .
prospective bidders while project is under
advertisement. (CDOT Resident Engineer when
CDOT is responsible.)
**
NOTE: Only one responsible party should be selected.
If both are selected, a supplemental agreement
specifying what task details are the responsibility
of each party shall be attached to the Check List.
When CDOT is responsible or co -responsible by option.,
the method of the Local Agency's reimbursement for
CDOT's costs must be established by an attached
Memorandum of Understanding (MOU).
REVISED 10/30/97
CONTRACT ADMINISTRATION CHECK LIST
PAGE 3
** RESPONSIBLE PARTY
LOCAL
NO. DESCRIPTION OF TASK AGENCY CDOT
7. Determine compliance with DBE requirements
before the Contract is awarded: +
a. Check CDOT Form 1715 - Certificate of . . . . _X
Proposed DBE Participation, when the low
bidder meets DBE goals. (CDOT Business
Programs Office, (303) 757-923Q, Room 297,
Division oT Human Resources and
Administration)
b . Evaluate CDOT Form T#718 - DBE Good Faith X
Effort Documentation, and determine if
the Contractor has made a good faith effort 6170
when the low bidder does not meet DBE goals.
(CDOT Business Programs Office)
C. Approve/disapprove award of Contract by X
completing CDOT Form n719 - DBE Participation
Summary. THIS FORM MUST BE COMPLETED BEFORE Q ��
THE CONTRACT IS AWARDED.
(CDOT Business Programs Office)
8. Approve rejection of low bidder . . . . . . . . . . X
9. A —=rd Contract (CDOT Construction Contracts . . . .
Unit, Staff Design Branch, when CDOT is
responsible.)
10. Distribute [number: minimum of six (6)] . . . .
"award sets" of plans and specifications to
CDOT Resident Engineer.
(Further distribution will then be made to the
Region Program Engineer (RPE), CDOT Staff
Construction & Materials (2 sets), the Region
Materials Engineer (RME), and others as required.
CDOT Printing and Visual Communications Center,
Division of Human Resources and Administration
when CDOT is responsible.)
**
NOTE: Only one responsible party should be selected.
Refer to page 2 for additional information.
REVISED 10/30/97
CONTRACT ADMINISTRATION CHECK LIST
PAGE 4
** RESPONSIBLE PARTY
LOCAL
NO. DESCRIPTION OF TASK AGENCY MOT
11. Issue "Notice to Proceed" to the Contractor.
(cDoT Construction Contracts Unit, Staff
Design Branch, when CDOT is responsible.)
12. Conferences:
a. -n ^.cgucLt Preconstruction
packet of information from Region EEO
Administrative Program Specialist prior
to the conference. CDOT Resident Engineer
when CDOT is responsible.)
b . Partnering . . . . • • . • • . . . . . . . . .
c. Presurvey:
(1) Construction staking . . . . . . . . . . . .
( 2 ) Monumentation . . . . . . . . . . . . . . .
d. Structural concrete prepour . . . . . . . . . .
e. Concrete pavement prepaving . . . . . . . . . .
f . HBP prepaving . . . . . . . . . . . . . . . . .
13. Supervision of construction:
a. Professional Engineer (PE) registered .
in Colorado, who will be "in responsible
charge of construction supervision".
G •r4& ROWsse-!r 32 5' --�?7 60
Local Agency PE or CDOT RE/PE Phone number
b. Develop and distribute public notice of . . . .
planned construction to the media and
local residents.
NOTE: Only one responsible party should be selected.
Refer to page 2 for additional information.
M
REVISED 10/30/97
CONTRACT ADMINISTRATIO[T CHECK LIST
PAGE 5
NO. DESCRIPTION OF TASK
** RESPONSIBLE PARTY
LOCAL
AGENCY CDOT
C. Comoetent, experienced, staff who will
ensure the Contract work is constructed
in accordance with CDOT policies, standards
and procedures.
(Refer to the CDOT Procedural Directives and
the following CDOT Operating Manuals for guidance
and assio f.:ncc�.cccl Agency Federal Aid
Construction Manual, CDOT Construction Manual, CDOT
F ield Materials Manual, CDOT Survey Manual, CDOT
Standard Plans, CDOT Erosion Control Manual, CDOT
Davis -Bacon Manual, CDOT EEO/Labor Compliance Manual)
( 1) CDOT Form #205 - Sublet Permit Application:
(a) Check CDOT Form #713 - Contractor X
DBE Subcontract, Supply and Service
Contract Statement. Sign Form #205
if Form #713 is complete. (CDOT
Region EEO Administrative Program
Specialist)
(b) Check and sign approval of Form #205
after Form #713 has been checked by
the Region EEO Administrative Program
Specialist.
( 2) Construction inspection including . . . . X
calculations, measurements, and
documentation of interim and final
pay quantities.
( 3) Conduct Contractor/Subcontractors
reviews to ensure conformance with
the Equal Employment Opportunity(EEO)
/Affirmative Action (AA) /DBE/OJT
requirements contained in the Contract.
(Standa-rd Special Provisions, Project
Special Provisions and FHWA Form 1273)
(CDOT Region EEO Administrative
Program Specialist)
NOTE: Only one responsible party should be selected.
Refer to page 2 for additional information.
X.
X
REVISED 10/30/97
lqw� llv�
CONTRACT ADMINISTRATION CHECK LIST
PAGE 6
** RESPONSIBLE PARTY
LOCAL
NO. DESCRIPTION OF TASK AGENCY CDOT
( 4 ) Notify CDOT Region EEO Administrative
Program Specialist and request
assistance for all EEO/DBE/OJT/
Davis -Bacon questions or concerns.
( 5) Complete and submit to the CDOT Region _
EEO Administrative Program Specialist,
the re'uired number of CDOT Form Ir
'280 -
Equal Employment Opportunity and Labor
Compliance Verification.
( 6) Monitor DBE participation to ensure . . .
compliance with the "Commercially e 7o
Useful Function " requirements.
( 7) Complete and submit to the CDOT Region 'IA -
EEO Administrative program Specialist,
the applicable number CDOT Form #200 -
OJT Training Questionnaire, when project
utilizes OJTs.
( 8) Check certified payrolls to verify . . . .
Contractor/subcontractors are in
compliance with Contract requirements.
The checking shall be completed by
project personnel trained in payroll
checking. (Contact the Region EEO
Administrative Program Specialist for
training requirements.)
( 9) Coordinate submittals by Contractor
and all subcontractors of FHWA Form 1391
(Highway Construction Contractor's Annual
EEO Report) to the CDOT Region EEO
Administrative Program Specialist. The
Report is due to the Region EEO
Administrative Program Specialist by
August 10 for all construction projects
Active during the last complete week of July.
NOTE: Only one responsible party should be selected.
Refer to page 2 for additional information.
REVISED 10/30/97
CONTRACT ADMINISTRATT0N1 CHECK LIST
PAGE 7
** RESPONSIBLE PARTY
LOCAL
NO. DESCRIPTION OF TASK AGENCY CDOT
(10) Materials:
( a ) CDOT Form # 2 5 0 --
Materials Documentation Record:
I) Fill out and distribute CDOT K
Form 7#250 before the Contractor
commences work.
II) Complete Form m250 after work X
is completed distribute per
instructions in CDOT Materials
Manual.
(b)
Approve changes to typical section . .
(c)
Development, Checking, and Design mix
approvals:
I) Concrete . . . . . . . . . . . . .
�(
II) Hot Bituminous Pavement (HBP).
(d)
Acceptance of manufactured products. .
(e)
inspecting fabrication of structural .
Av A
steel and prestressed concrete
structural components.
(f)
Inspecting fabrication of bearing
devices.
(g) Laboratory Check testing . . . . . . .
(h) Acceptance testing . . . . . . . . . .
(I) Independent assurance testing . . . . X
(The LA shall us AASHTO accredited
laboratories. The IAT lab shall not be
the same lab as the acceptance lab.
The LA shall develop, complete, and
distribute the CDOT Form V379 -Project
independent Assurance Sampling Schedule.)
NOTE: Only one responsible party should be selected.
Rife_' to page 2 for additional information.
REVISED 07/24/98
lqwv
CONTRACT P.DMINISTRATION CHECK LIST
PAGE 8
N0. DESCRIPTION OF TASK
(11) Approve sources of materials . . . . . .
(12) Approve shop drawings . . . . . . . . .
(13) Perform Traffic Control inspections . .
( + 4 nN��..� �
v.: ���...� �yy.1a.� eau ment
(15) Construction surveying . . . . . . . . .
(16) ROW monumentation . . . . . . . . . . .
(17) Prepare, approve and sign vouchers . . .
for interim and final Contractor
pay estimates. (CDOT Resident Engineer
if CDOT is responsible.)
RESPONSIBLE PARTY
LOCAL
AGENCY CDOT
Ay k
. X
Provide the name(s) and phone number(s) of
The person(s) authorized for this task.
43:"corq-e eaa.S,To S
LA Administrator Phone Number
6 eo1-9 .e R c ac st o 3
LAPS Phone Number
(18) Prepare, approve and sign vouchers . . . .
for -interim and final Utility
Company billings for utility
relocation work.
(19) Prepare and authorize CDOT Form 1#94 .
- Minor Contract Revision (MCR) and
CDOT Form n90 - Contract Modification
Order (CMO)
(20) Approve MCRs and CMOs . . . . . . . . . .
(21) Approve Federal -Aid funding for MCRs/CMOs.
(22) Monitor project financial status and . .
submit monthly in a format acceptable
to the Region, such as CDOT Form 1#65a -
Project Financial Status Report.
NOTE: Only one responsible party should be selected.
Refer to page 2 for additional information. REVISED 10/30/97
�%WWI
-• CONTRACT ADMINISTRATION CHECK LIST
PAGE 9
** RESPONSIBLE PARTY
LOCAL
NO. DESCRIPTION OF TASK AGENCY CDOT
(23) Prepare and submit monthly progress . . .
reports to the Region Construction
Engineer: CDOT Form #110a - Status of
Active Construction Projects, and
CDOT Form #517a - Status of Construction
Project F? na.? -=
(24) Contractor claims/dispute resolution . . .
Local Agency must follow CDOT
procedures unless Section 105.17 of
the Standard Specifications is modified
by a Project Special Provision. ALL
contracts let for bid by the Local Agency
shall contain a project special provision
removing CDOT from the resolution process,
14. Make monthly progress and final payments . . . . .
to the Contractor for completed work. (CDOT
Center for Accounting, Division of Human
Resources and Administration when CDOT is
resoonsible.)
15. Make monthly progress and final payments to . . . .
Utility Companies for completed utility
relocation work. (CDOT Center for Accounting,
Division of Human Resources and Administration
when CDOT is responsible.)
16. Conduct routine, random, project reviews . . . . . —X-
to ensure the project is being administered
in accordance with the terms of the construction
Contract and the approved project specific
agreement between CDOT and the local agency.
Provide the name and phone number of the person
responsible -for this task.
.20/'a a. 9,0 CA S
Name of LA or CDOT RE/PE Phone Number
NOTE: only one responsible party should be selected.
Refer to page 2 for additional information.
REVISED 10/30/97
CONTRACT ADMINISTRATION CHECK LIST_
PAGE 10
** RESPONSIBLE PARTY
LOCAL
NO.
DESCRIPTION OF TASK
AGENCY CDOT
17.
Joint FHWA/CDOT Quality Assurance (QA) Review
-X
Tears will conduct select program reviews in
accordance with CDOT's Stewardship Plan.
(CDOT Staff Construction & Materials)
18.
Conduct final project inspection, complete and
X
submit CDOT Form 71212a - Final Acceptance
Report. CDOT Resident Engineer with mandatory
LA participation.
19.
Final project acceptance, write final project . . .
acceptance letter and distribute per
procedures in the CDOT Construction Manual.
20.
Advertise for final settlement. (CDOT Staff . . .
Construction when CDOT is responsible.)
21.
Prepare and distribute final "as constructed" . . .
plans per procedures in the Construction Manual.
22.
Check final quantities, final plans and the . . . .
final pay estimate.
23.
Sign final pay estimate sheets and voucher. . . . .
24.
Check material records. . . . . . . . . . . . . . .
X
25. Submit final materials certification. . . . . . . . X
26. Obtain CDOT Form n17 - Contractor DBE Payment
Certification, from the Contractor and submit
to Region Program Engineer.
27. Obtain FHWA Form PR 47 (Statement of Materials
hLA-
and Labor Used ...) from the Contractor, check
and submit to Region Construction Engineer.
(REQUIRED ONLY ON NHS PROJECTS WITH TOTAL
FINAL PAYMENT EXCEEDING $1,000,000.)
28. Complete and submit CDOT Form #950 -
Project Closure.
29. Retain project records. (For six years . . .
from date of project closure.)
NOTE: Only one responsible party should be selected.
Refer to page 2 for additional information.
REVISED 07/24/98
Colorado Department of Transportatior Origin Date: 03/03/1999
.DESIGN DATA Revise Date:
171 Metric English Revision #:
Page 1 Region: 03
Project code: 12.51
STIP number: IN'
Project number: SH1,.�40-004
PE Project Code PE Project Number
Status: 0 preliminary Q final O revised
Project description: EDWARDS INTERSECTION
Prepared by:
David C. ✓tiller
Revised by:
Countyl: Eagle I County2: ICounty3:
Municipality:
Date: 03/03/1999
Date:
J IM NHS STP OTHER
Submitted by Proj.Mgr
ApprovrbyconsrtrLuin Engineer:Systemcode:
Oversight: COOT 0 FHWA rl OTHER
Date:
Planned length: 0.1
11
Geographic location:
AT THE INTERSECTION OF SH 06E AND THE 170 SPUR, IN THE TOWN OF EDWARDS. EXHIBIT A
Terrain type: Level C Plains O Rolling 0 Urban Mountainous
Description of proposed construction/improvement (attach map showing site location)
REMOVE AND REPLACE SIGNAL LIGHTS, CURB AND GUTTER, REMOVAL OF SLIP RAMP ISLANDS AND ASPHALT PATCHING
Traffic (Note: use columns A, B. and/or C to identify facility described below)
Current year: 1999 Future year.
Facility location
Facility
ADT
DHV
DHV % trucks
ADT
DHV
I Industrial
lCommercial I Residential
Other
A on SH 6
8350
1086
5
❑
1 ❑
1 Q
❑
B ❑ ❑
❑ 1 ,0;
RdwyClass Route Refpt Endrefpt Functional classification Facility type
1. 006E 165.98 165.99 Principal Arterial Undivided
2.
3.
Rural code
5,000 - 49,999
Design Standards (Identify substandard items with a checkmark in 1st column and clarify in remarks)
A= onSH6 B= C=
Standard
Existing
Proposed
Ultimate
Standard
Existing
Proposed
Ultimate
Standard
Existing
Proposed
Ultimate
}
Surface type
HBP
SAME
Typical section type
B
# of travel lanes
2
Width of travel lanes
12
1
Shoulder wd. It./median
Shoulder wd rt./outside
• 4
4
i
Side slope dist. ("z")
Median width
Posted speed
J
Design speed
Max. supereievation
Min. radius
Min. horizontal ssd
Min. vertical ssd
Max. grade
Project under U 1 R O 3R 0 4R Other: SAFETY criteria
Existing guardrail meets current standards: O Yes No
Comments:
THIS IS A SAFETY PROJECT TO REPLACE SIGNAL
LIGHTS AND REMOVE TURN ISLANDS.
Variance in minimum design standards required U Yes Q No
' Justification attached L1 Request to be submitted
Bridge (see item 4} See remarks
� Safety project
Not all standards
addressed
Stage construction
[—Resurfacing projects
Recommendations concerning safety aspects attached
1-uu i rorm a4b.s Oluf
Page 2 Project Code: 12515 Project Number: SHE C440-004 Revise Date: I
��Majo Structures ,
I Is = to sray, R= co be removed, Psi proposed new structure Standard Structure Horizontal Vertical Year
Structure ID# Length Ref. Pointy Feature Intersected Width Rdwy ( Load j Clearance l Clearance I Built
_
-
I
f
I I
f
I
! I
I
I
I
I I
I
I
!!
!
I
I
! I
I I
f
II
! I
I
!
I I
I I
f(
I
I
I
I
I I
I I
I I
i
I
I
I I
I I
I I !
Proposed treatment of bridges to remain in place (address bridge rail, capacity, and allowable surface thickness)
NA
i.� JJt�i Z -.arac:2-:-t::a--• (proposed) I
' 1 Lighting ! I Handicap ramps
:,,;edian type: .0 depressed (J pair:cd �, raised t ,. ,:;,:.c �
✓; Traffic control signals Striping
r ✓' Curb and gutter I Curb only
✓ Left -turn slots 17 continuous width =
' —;Sidewalk width Bikewaywidth =
(� Right -turn slots j� continuous width =
!' Parking lane width = Detours
Signing: ✓;✓; construction I !permanent
Landscape requirements: (description)
Other: (description)
THIS IS A SAFETY PROJECT TO REPLACE SIGNAL LIGHTS
AND REMOVE EXISTING TURN ISLANDS.
Right of Way Yes No Est. No.
ROW and/or perm. easement required: Q .0
Relocation required: O 0
Temporary easement required: 0
Changes in access: Q
Changes to connecting roads: Q 10
U Utilities (list names of known utility companies)
UNKNOWN AT THIS TIME.
: Railroad crossings # of crossings:
Railroad Name
Agreements
required
Present protection
Condition of Rings
2
LJ
31
41 El
Recommendations:
I
Environmental envProjCode: approved under project #:
70ated: 03/03/1999 O Major (refer to approved ROD) Minor (refer to CDOT Form #128)
C intermediate (refer to approved FONSI) 10 Minor programmatic exclusion #:
Comments:
1 Coordination
Withdrawn lands (power sites, reservoirs, etc.) cleared through BLM forest service office I Irrigation ditch name:
a New traffic ordinance required ! l Modify schedule of existing ordinance Municipality:
i—
Other:
Construction method noAdReason: 0 Design 0 Local F/A
j Advertised by: _1 State G P.O. 0 RR F/A Entity/Agency contact name:
j 40 Local Q Study O Utility F/A Phone number:
l lJ None 0 CDOT F/A 0 Miscellaneous
Remarks (include additional pages if needed)
THIS IS A SAFETY - HAZARD ELIMINATION PROJECT TO REPLACE TRAFFIC SIGNALS AND REMOVE TURN ISLANDS TO FOR
RESTRIPPING FOR TRAFFIC MOVEMENTS.
Original to: Central files Copies to: Region Files, Region Env. Manager, Staff Design Branch (QA), PMO, ROW, Staff Bridge or where appropriate
V i I
. ''. `�':_-�'• _ Jet f7t)' /� `�. " •
S114GLETREE Subdivision - 1498 housing units
• %
•.\ �.��_-__ `1 Existing .. r--�..�.........-r-~C� _ �._•
Equestrian Center '1�; .. -. •'-�
OLD EDWARDS ESTATES C�
cG Existing
In
- 250 units \� f �• ` ` Middle School-
Future
= Future Nigh School i
�--� y • ;. rr.� 1 � rri,\ „ •�� Playing FieldsJ.
Edward• 6aur onset and Highway 6 Inl.nection:
Vo
c ~,
- ri,
7 f j) 1 - �i.. :•ram...•' +` _` '• / • - _
�,/ � +� O. Il• ''• _.� ' �, i � '� . ` _ yti �• �_.••��rid, � �• •�; , J � , 1�
•� 1-10MESTEAD Subdivision - 840 housing units
SENT BY: 7-21-99 ; 8:25 XommunityDevelopment 00 tat Mubr►9- Z/ z
( )iliac (it the
COUlay Autirm.ty
(r)70) 12a-8(iKs
F.,x: (.),/O) 118 5219
EAGLE COUNTY, COLOR ADO
July 21, 1999
Psi
L•at;k 011111ty Ruildi)3i,
500 Broadway
R0. I111x H'io
Eagle, C'01orado K 163 1
EXHIBIT B
Richard Ott Via Fax 303-757-9867
Colorado Ucpartment of Transportation original by mail
4201 East Arkansas Avenue
Denver, CO 80222
Re: Proiect SHE C440-004(125 l 5)
Edwards intersection of 1-70 spur road and Hwy 6
Dear Mr. Ott:
I understand you have been looking for some kind of resolution or ordinance in which Eagle
County authorizes its share of the rending for this project. Eagle County does not adapt
ordinances or resolutions for contracts and neither is required for the county to enter into a
contract. Instead, the County approves contracts in fi)rrnal, public session of the Board of County
Comillissione'rs, signified in this uistance by the fact that the Chairman signed the contract.
Ordinarily this is a simpler and less paper- intensive procedure than adopting an ordinance or
resolution every time there is a contract. I trust it will suffice here and that it will not be
necessary to schedule a sepamte resolution.
If you have any questions please contact me.
'inc cly,
Robert W. Loeffler
Dcputy County A r
cc: Jan Platt
v
'�� ? �„"S•? is �'
EXAMPLE A (Lump Sum C,cracts)
Company Name:
Project No.
Address:
Project Location
Employer (FEIN) ID Number:
Subaccount No.
Invoice Number and Date:
Progress Report Dated:
% Completed: (1)
Current Billing Period: From: To:
,
BASIC AND / OR SUPPLEMENTAL CONTRACT TOTAL: (2)
$
Total Biped to Date:
$
Less: Retainage (10% of billing not to exceed 5% of contract)
$ '
Less: Prior Payments:
$
Prior Billing: $ Less Retainage: $
$
TOTAL CURRENT PAYMENT REQUEST: *
$
(% To Date of DBE Work: )
1 certify that the billed amounts are in agreement with the contract terms:
Signature - Title
% Completed x Contract Total - Total Curent Payment Request
(1) x (2)
Date
• '
EXAMPLE B (Cost Plus FixE, _ee Contracts) -�
y Name:
Project No.
:
F
pyr (FEIN) ID Number:
Project Location
Invoice Number and Date:
Progress Report Dated:
Subaccount No.
% Completed:
BASIC AND / OR SUPPLEMENTAL CONTRACT TOTAL $
Prior Period Billing Amount: $
Current Blliing Period: From: To:
DIRECT LABOR: (List individually)
EmDlovee Name
Classification
Regular
Hours
Direct Hourly
Rate $
Overtime
Hours *
Cost
$
Current
This Period
Total Amount to
Date (Optional)
SUBTOTAL - DIRECT LABOR
$
$
INDIRECT (%) (As specified in contract)
$
$
OTHER DIRECT COSTS (in - House)
List individually - at actual cost as in final cost proposal; mileage (miles x $),
CADD (hrs. x $), equip. rental (hrs. x $), etc.
SUBTOTAL (DIRECT LABOR, INDIRECT & OTHER DIRECT COSTS)
$
$
FEE (%) (As specified in the contract)
$
$
OUTSIDE SERVICES (Subconsultants & Vendors) (List individually)
(To be in this same format - attach copies)
$
$
% To Date on DBE Work
$
$
Outside Services Management Expense (when applicable)
$
$
TOTAL CURRENT PERIOD:
$
$
TOTAL TO DATE:
$
$
LESS: Retaina a 10% of billing not to exceed 5 % of contract
$
$
LESS: Prior Payments
$
$
Prior Billing Less Retaina e
$
$
TOTAL CURRENT PAYMENT REQUEST
$
$
I certify that the billed amounts are actual and in agreement with the contract terms:
Signature Title Date
* Eligible classifications only: in accordance with contract
1 • 1
EXAMPLE C (Specific Rate,, Pay Contracts) l_
Name•
Project No.
:
E
Em to er FEIN ID Number:
Project Location
Invoice Number and Date:
Pr ress Re rt Dated•
Subaccount No.
% Completed:
BASIC AND / OR SUPPLEMENTAL CONTRACT TOTAL $
Prior Period Billing Amount: $
Current Billing Period: From: To:
PAY RATES: (List individually)
-Employee Name
Classification
Regular
Hours
Overtime
Hours'`
Rate of Pay
$ / Hours"
Cost
$
SUBTOTAL- PAY RATES:
$
OTHER DIRECT COSTS in - House
List individually - at actual rates as in final cost proposal; mileage (miles x $),
CADD Mrs. x $ , equip. rental Mrs. x $), etc.
$
SUBTOTAL (Pay Rates and Other Direct Rates
$
OUTSIDE SERVICES (Subconsultants & Vendors) (List individually)
o be in this same format - attach copies)
$
% To Date on DBE Work. —
Outside Services Management Expense whenapplicable)
$
TOTAL CURRENT PERIOD:
$
TOTAL TO DATE:
$
LESS: Retaina a 10% of biliing not to exceed 5 % of contract
$
LESS: Prior Payments
$
Prior Billing Less Retaina e $
TOTAL CURRENT PAYMENT REQUEST:
Is
j certify that the billed amounts are actual and in agreement with the contract terms:
Signature Title
* Eligible classifications only; in accordance with contract
** In accordance with contract.
Date
EUMLE D (Local Aged Billing)
Date
:r
SECTION I. CONTRACT DATA
Local Agency:
Address:
Employer (FEIN) ID Number:
Invoice Number and Date:
% Completed:
BASIC AND/OR SUPPLEMENTAL CONTRACT TOTAL:
Prior Period Billing Amount:
Current Billing Period: From:
Project No.
Project Location
Subaccount No.
Federal Share
Local Agency Sharp
State Share
;CTION II. INCURRED COSTS
DIRECT LABOR: (List individually)
Employee Classifi- Regular
Name cation Hours
To:
Direct Hourly
Rate $
Current
This Period
SUBTOTAL - DIRECT LABOR $
BENEFITS ` % OF DIRECT LABOR $
OTHER DIRECT COSTS (In -House)
List individually -at actual cost;
mileage (miles x $), CARD (hrs. x $), $
equip rental (hrs. x $), etc.
OUTSIDE SERVICES (Consultants & Vendors)
(List individually) (To be in this same format- $
attach copies of invoices)
TOTAL COSTS CURRENT PERIOD: $
TOTAL COSTS TO DATE:
SECTION III. BILLING
TOTAL BILLING CURRENT PERIOD
( % OF TOTAL COSTS) :
Overtime Cost
Hours* $
Total to
Date
$
Prior Billing: $
I certify that the billed amounts are actual and in agreement with the
contract teams:
Signature Title Date
* Eligible classifications only.
ATTACHMENT #1
THE LOCAL AGENCY SHALL USE THESE PROCEDURES TO IMPLEMENT FEDERAL -AID PROJECT
AGREEMENTS WITH PROFESSIONAL CONSULTANT SERVICES
Title 23 Code of Federal Regulations (CFR) 172 applies to a federally funded local agency project
agreement administered by CDOT that involves professional consultant services. 23 CFR 172 and 23 CFR
172(d) state that, "When federal -aid highway funds participate in the contract a local shall use the same
procedures as used by the State to administer contracts ...". Therefore, local agencies must comply with
this CFR requirement and the following state procedures when obtaining professional consultant services
under a federally funded consultant contract administered by CDOT.
CDOT has formulated its procedures in Procedural Directive (P.D.) 400.1 and the related operations
guidebook titled "Obtaining Professional Consultant Services". This directive and guidebook incorporate
requirements from both Federal and State regulations, i.e., 23 CFR 172 and Colorado Revised Statute
(C.R.S.) 24-30-1401 et seq. Copies of the directive and the guidebook may be obtained upon request
from CDOTs Agreements and Consultant Management Unit. [Local agencies should have their own
written procedures on file for each method of procurement that addresses the items in 23 CFR
172.5(b)(1-6)).
Because the procedures and laws described in the Procedural Directive and the guidebook are quite
lengthy, the subsequent steps serve as a short -hand guide to CDOT procedures that a local agency must
follow in obtaining professional consultant services. This guidance follows the format of 23 CFR 172. The
steps are:
1. The contracting local agency shall document the need for obtaining professional services.
2. Prior to solicitation for consultant services, the contracting local agency shall develop a detailed
scope of work and a list of evaluation factors and their relative importance. The evaluation factors
are those identified in C.R.S. 24-30-1403. Also, a detailed cost estimate should be prepared for
use during negotiations.
3. The contracting agency must advertise for contracts in conformity with the requirements of C.R.S.
24-30-1405. The public notice period, when such notice is required, is a minimum of 15 days prior
to the selection of the three most qualified firms and the advertising should be done in one or more
daily newspapers of general circulation.
4. The request for consultant services should include the scope of work, the evaluation factors and
their relative importance, the method of payment, and the goal of ten percent (10%)
Disadvantaged Business Enterprise (DBE) participation as a minimum for the project.
5. The analysis and selection of the consultants should be done in accordance with C.R.S. 24-30-1403.
This section of the regulation identifies the criteria to be used in the evaluation of CDOT pre -
qualified prime consultants and their team. It also shows which criteria are used to short-list and
to make a final selection.
The short-list is based on the following evaluation factors:
a. Qualifications,
b. Approach to the project,
c. Ability to furnish professional services.
d. Anticipated design concepts, and
e. Alternative methods of approach for furnishing the professional services.
-21-
Evaluation factors for final selection are the consultant's:
a. Abilities of their personnel,
b. Past performance,
c. Willingness to meet the time and budget requirement,
d. Location,
e. Current and projected work load,
f. Volume of previously awarded contracts, and
g. Involvement of minority consultants.
Under 24-30-1401, cost shall not be considered as a factor in the evaluation of
professional consultant services.
6. Once a consultant is selected, the local agency enters into negotiations with the consultant to
obtain a fair and reasonable price for the anticipated work. Pre -negotiation audits are prepared for
contracts expected to be greater than $50,000. Federal reimbursement for costs are limited to
those costs allowable under the cost principles of 48 CFR 31. Fixed fees (profit) are determined
with consideration given to size, complexity, duration, and degree of risk involved in the work.
Profit is in the range of six (6) to fifteen (15) percent of the total direct and indirect costs.
7. A qualified local agency employee shall be responsible and in charge of the project to ensure that
the work being pursued is complete, accurate, and consistent with the terms, conditions, and
specifications of the contract. At the end of project, the local agency prepares a performance
evaluation (a CDOT form is available) on the consultant.
8. Each of the steps listed above is to be documented in accordance with the provisions of 49 CFR
18.42, which provide for records to be kept at least three (3) years from the date that the local
agency submits its final expenditure report. Records of projects under litigation shall be kept at
least three (3) years after the case has been settled.
The C.R.S. 24-30-1401 through 24-30-1408, 23 CFR Part 172, and P.D. 400.1, provide additional details
for complying with the eight (8) steps just discussed.
-22-
= ;FAWA Form 1273
FHWA-1273 Electronic version — March 10. 1994
\'%� REQUIRED CONTRACT PROVISIONS \%.
FEDERAL -AID CONSTRUCTION CONTRACTS
Page
I.
General..................................................................... 1
II.
Nondiscrimination..................................................... 1
Ill.
Nonsegregated Facilities ......................................... 3
IV.
Payment of Predetermined Minimum Wage ........... 3
V.
Statements and Payrolls .......................................... 6
VI.
Record of Materials, Supplies, and Labor ............... 6
VII.
Subletting or Assigning the Contract ....................... 7
Vill.
Safety: Accident Prevention .................................... 7
IX.
False Statements Concerning Highway Projects .... 7
X.
Implementation of Clean Air Act and Federal
Water Pollution Control Act ...................................................... 8
XI.
Certification Regarding Debarment, Suspension,
Ineligibility, and Voluntary Exclusion ........................................ 8
XII.
Certification Regarding Use of Contract Funds for
Lobbying.................................................................................... 9
ATTACHMENTS
A. Employment Preference for Appalachian Contracts
(included in Appalachian contracts only)
1. GENERAL
1. These contract provisions shall apply to all work performed on
the contract by the contractor's own organization and with the
assistance of workers under the contractor's immediate superin-
tendence and to all work performed on the contract by piecework,
station work, or by subcontract.
2. Except as otherwise provided for in each section, the contractor
shall insert in each subcontract all of the stipulations contained in
these Required Contract Provisions, and further require their inclusion
in any lower tier subcontract or purchase order that may in turn be
made. The Required Contract Provisions shall not be incorporated by
reference in any case. The prime contractor shall be responsible for
compliance by any subcontractor or lower tier subcontractor with
these Required Contract Provisions.
3. A breach of any of the stipulations contained in these Required
Contract Provisions shall be sufficient grounds for termination of the
contract.
4. A breach of the following clauses of the Required Contract
Provisions may also be grounds for debarment as provided in 29 CFR
5.12:
Section 1, 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
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.
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.
11. NONDISCRIMINATION
(Applicable to all Federal -aid construction contracts and to all
related subcontracts of $10,000 or more.)
1. Equal Employment Opportunity. Equal employment opportu-
nity (EEO) requirements not to discriminate and to take affirmative
action to assure equal opportunity as set forth under laws, executive
orders, rules, regulations (28 CFR 35, 29 CFR 1630 and 41 CFR 60)
and orders of the Secretary of Labor as modified by the provisions
prescribed herein, and Imposed pursuant to 23 U.S.C. 140 shall
constitute the EEO and specific affirmative action standards for the
contractor's project activities under this contract. The Equal
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 Goverment in carrying out EEO obligations
and in their review of his/her activities under the contract.
b. The contractor will accept as his operating policy the
following statement:
"It is the policy of this Company to assure that applicants are
employed, and that employees are treated during employment,
without regard to their race, religion, sex, color, national origin,
age or disability. Such action shall include: employment,
upgrading, demotion, or transfer; recruitment or recruitment
advertising; layoff or termination; rates of pay or other forms of
compensation; and selection for training, including apprentice-
ship, preapprenticeship, and/or on-the-job training."
2. EEO Officer: The contractor will designate and make known to
the SHA contracting officers an EEO Officer who will have the
responsibility for and must be capable of effectively administering and
promoting an active contractor program of EEO and who must be
assigned adequate authority and responsibility to do so.
3. Dissemination of Policy: All members of the contractor's staff
who are authorized to hire, supervise, promote, and discharge
employees, or who recommend such action, or who are substantially
Involved in such action, will be made fully cognizant of, and will
implement, the contractor's EEO policy and contractual responsibili-
ties to provide EEO in each grade and classification of employment.
To ensure that the above agreement will be met, the following actions
will be taken as a minimum:
a. Periodic meetings of supervisory and personnel office
employees will be conducted before the start of work and then not
less often than once every six months, at which time the contractor's
EEO policy and its implementation will be reviewed and explained.
The meetings will be conducted by the EEO Officer.
b. All new supervisory or personnel office employees will be
given a thorough indoctrination by the EEO Officer, covering all major
aspects of the contractor's EEO obligations within thirty days following
their reporting for duty with the contractor.
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 employees by
REQUIRED BY 23 CFR 633.102 -23-
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 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 discrimi-
nation. Where evidence is found, the contractor will promptly take
corrective action. If the review indicates that the discrimination may
extend beyond the actions reviewed, such corrective action shall
include all affected persons.
d. The contractor will promptly investigate all complaints of
alleged discrimination made to the contractor in connection with his
obligations under this contract, will attempt to resolve such com-
plaints, and will take appropriate corrective action within a reasonable
time. If the investigation indicates that the discrimination may affect
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 qualifi-
able 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
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 require-
ments for each.
d. The contractor will periodically review the training and
promotion potential of minority group and women employees and will
encourage eligible employees to apply for such training and
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 coopera-
tion with the unions, joint training programs aimed toward qualifying
more minority group members and women for membership in the
unions and increasing the skills of minority group employees and
women so that they may qualify for higher paying employment.
b. The contractor will use best efforts to incorporate an EEO
clause into each union agreement to the end that such union will be
contractually bound to refer applicants without regard to their race,
color, religion, sex, national origin, age or disability.
c. The contractor is to obtain information as to the referral
practices and policies of the labor union except that to the extent such
information is within the exclusive possession of the labor union and
such labor union refuses to furnish such information to the contractor,
the contractor shall so certify to the SHA and shall set forth what
efforts have been made to obtain such information.
in the selection and retention of subcontractors, including procure-
ment of materials and leases of equipment.
a. The contractor shall notify all potential subcontractors and
suppliers of his/her EEO obligations under this contract.
b. Disadvantaged business enterprises (DBE), as defined in 49
CFR 23, shall have equal opportunity to compete for and perform
subcontracts which the contractor enters into pursuant to this contract.
The contractor will use his best efforts to solicit bids from and to
utilize DBE subcontractors or subcontractors with meaningful minority
group and female representation among their employees.
Contractors shall obtain lists of DBE construction firms from SHA
personnel.
c. The contractor will use his best efforts to ensure subcon-
tractor compliance with their EEO obligations.
REQUIRED BY 23 CFR 633.IO2 -24-
llft/
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 construc-
tion contractor, subcontractor, material supplier, or vendor, as appro-
priate, 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
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.
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)j 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 (includ-
Ing 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.
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 classifi-
cation 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.
REQUIRED BY 23 CFR 633.102 -25-
\" 1
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 Adminis-
trator, 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:
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 joumeyman4evel 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.
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 joumeyman-level
hourly rate) specified in the contractor's or subcontractor's registered
program shall be observed.
(3) Every apprentice must be paid at not less than the rate
specified in the registered program for the apprentice's level of
progress, expressed as a percentage of the 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.
(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 Adminis-
tration 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.
REQUIRED BY 23 CFR 633.102 -26-
M
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 employment of
laborers, mechanics, watchmen, or guards (including apprentices,
trainees, and helpers described in paragraphs 4 and 5 above) shall
require or permit any laborer, mechanic, watchman, or guard in any
workweek in which he/she is employed on such work, to work in
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 Appala-
chian contracts, the payroll records shall contain a notation indicating
whether the employee does, or does not, normally reside in the labor
area as defined in Attachment A, paragraph 1. Whenever the
Secretary of Labor, pursuant to Section IV, paragraph 3b, has found
that the wages of any laborer or mechanic Include the amount of any
costs reasonably anticipated in providing benefits under a plan or
program described In Section 1(b)(2)(B) of the Davis Bacon Act, the
contractor and each subcontractor shall maintain records which show
that the commitment to provide such benefits is enforceable, that the
plan or program is financially responsible, that the plan or program
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:
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 submission of copies of payrolls by all subcontractors.
d. Each payroll submitted shall be accompanied by a
'Statement of Compliance,' signed by the contractor or subcontractor
REQUIRED BY 23 CFR 633.102 -27-
\Mwf
or his/her agent who pays or supervises the payment of the persons
employed under the contract and shall certify the following:
(1) that the payroll for the payroll period contains the
information required to be maintained under paragraph 2b of this
Section V and that such information is correct and complete;
(2) that such laborer or mechanic (including each helper,
apprentice, and trainee) employed on the contract during the payroll
period has been paid the full weekly wages earned, without rebate,
either directly or indirectly, and that no deductions have been made
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 fails to submit the required records or to make them
available, the SHA, the FHWA, the DOL, or all may, after written
notice to the contractor, sponsor, applicant, or owner, take such
actions as may be necessary to cause the suspension of any further
payment, advance, or guarantee of funds. Furthermore, failure to
submit the required records upon request or to make such records
available may be grounds for debarment action pursuant to 29 CFR
5.12.
a. "Its own organization" shall be construed to include only
workers employed and paid directly by the prime contractor and
equipment owned or rented by the prime contractor, with or without
operators. Such term does not include employees or equipment of 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 VI is computed includes the cost of material
and manufactured products which are to be purchased or produced
by the contractor under the contract provisions.
3. The contractor shall fumish (a) a competent superintendent or
supervisor who is employed by the firm, has full authority to direct
performance of the work in accordance with the contract require-
ments, and is in charge of all construction operations (regardless of
who performs the work) and (b) such other of its own organizational
resources (supervision, management, and engineering services) as
the SHA contracting officer determines is necessary to assure the
performance of the contract.
4. No portion of the contract shall be sublet, assigned or otherwise
disposed of except with the written consent of the SHA contracting
officer, or authorized representative, and such consent when given
shall not be construed to relieve the contractor of any responsibility for
the fulfillment of the contract. Written consent will be given only after
the SHA has assured that each subcontract is evidenced In writing
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 lb 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.
Vil. 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).
and that it contains all pertinent provisions and requirements of the
prime contract.
Vill. SAFETY: ACCIDENT PREVENTION
1. In the performance of this contract the contractor shall comply
with all applicable Federal, State, and local laws governing safety,
health, and sanitation (23 CFR 635). The contractor shall provide all
safeguards, safety devices and protective equipment and take any
other needed actions as it determines, or as the SHA contracting
officer may determine, to be reasonably necessary to protect the life
and health of employees on the job and the safety of the public and
to protect property in connection with the performance of the work
covered by the contract.
2. It is a condition of this contract, and shall be made a condition
of each subcontract, which the contractor enters into pursuant to this
contract, that the contractor and any subcontractor shall not permit
any employee, in performance of the contract, to work in 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).
REQUIRED BY 23 CFR 633.102 -28-
E05
\"P-11
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 represen-
tation, false report or false claim with respect to Me character, quality,
quantity, or cost of any work performed or to be performed, or
materials furnished or to be furnished, in connection with the
construction of any highway or related project approved by the
Secretary of Transportation; or
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 Transac-
tions:
(Applicable to all Federal -aid contracts - 49 CFR 29)
a. By signing and submitting this proposal, the prospective
primary participant is providing the certification set out below.
b. The inability of a person to provide the certification set out
below will not necessarily result In denial of participation in this
covered transaction. The prospective participant shall submit an
explanation of why it cannot provide the certification set out below.
The certification or explanation will be considered in connection with
the department or agency's determination whether to enter into this
transaction. However, failure of the prospective primary participant to
fumish a certification or an explanation shall disqualify such a person
from participation in this transaction.
c. The certification in this clause Is a material representation of
fact upon which reliance was placed when the department or agency
determined to enter into this transaction. If it is later determined that
the prospective primary participant knowingly rendered an erroneous
certification, in addition to other remedies available to the Federal
Whoever knowingly makes any false statement or false repre-
sentation as to material fact in any statement, certificate, or report
submitted pursuant to provisions of the Federal -aid Roads Act
approved July 1, 1916, (39 Stat. 355), as amended and supple-
mented;
Shall be fined not more that $10,000 or imprisoned not more than
5 years or both.'
X. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL
WATER POLLUTION CONTROL ACT
(Applicable to all Federal -aid construction contracts and to all related
subcontracts of $100,000 or more.)
By submission of this bid or the execution of this contract, or
subcontract, as appropriate, the bidder, Federal -aid construction
contractor, or subcontractor, as appropriate, will be deemed to have
stipulated as follows:
1. That any facility that is or will be utilized in the performance of this
contract, unless such contract is exempt under the Clean Air Act, as
amended (42 U.S.C. 1857 et seq., as amended by Pub.L. 91-604),
and under the Federal Water Pollution Control Act, as amended (33
U.S.C.1251 et sea., 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.
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 teams that its
certification was erroneous when submitted or has become erroneous
by reason of changed circumstances.
e. The terms 'covered transaction," "debarred," "suspended,'
'ineligible," 'lower tier covered transaction," "participant,° "person,'
"primary covered transaction," "principal," "proposal," and "voluntarily
excluded," as used In this clause, have the meanings set out in the
Definitions and Coverage sections of rules Implementing Executive
Order 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 "Certifi-
cation 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
REQUIRED BY 23 CFR 633.102 -29-
\9MF/
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.
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. By signing and submitting this proposal, the prospective
lower tier is providing the certification set out below.
b. The certification in this clause is a material representation of
fact upon which reliance was placed when this transaction was
entered into. If it is later determined that the prospective lower tier
participant knowingly rendered an erroneous certification, In addition
to other remedies available to the Federal Government, the depart-
ment, or agency with which this transaction originated may pursue
available remedies, including suspension and/or debarment.
c. The prospective lower tier participant shall provide
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 circum-
stances.
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.
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 appiica-
ton/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 Ter Covered Transac-
tions:
(Applicable to all subcontracts, purchase orders and other lower tier
transactions of $25,000 or more - 49 CFR 29)
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 knowledge
and information of participant is not required to exceed that which is
normally possessed by a prudent person in the ordinary course of
business dealings.
I. Except for transactions authorized under paragraph 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 debarment.
Certification Regarding Debarment, Suspension, Ineligibility
and Voluntary Exclusion —Lower Tier Covered Transactions:
1. The prospective lower tier participant certifies, by submission of
this proposal, that neither it nor its principals is presently debarred,
suspended, proposed for debarment, declared €neligibie, 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.
REQUIRED BY 23 CFR 633.102 -30-
�%W
\VWP/
XI1. 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 falls 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.
REQUIRED BY 23 CFR 633.102 -31-
ADDENDUM A: FEDERAL REOUIREMENTS
Federal laws and regulations that may be applicable to the Work include:
A. The "Uniform Administrative Requirements for Grants and Cooperative Agreements to State and
Local Governments (Common Rule), at 49 Code of Federal Regulations, Part 18, except to the extent
that other applicable federal requirements (including the provisions of 23 CFR Parts 172 or 633
or 635) are more specific than provisions of Part 18 and therefore supersede such Part 18
provisions. The requirements of 49 CFR 18 include, without limitation:
1) the Local Agency/Contractor shall follow applicable procurement procedures, as required by
section 18.36(d);
2) the Local Agency/Contractor shall request and obtain prior CDOT approval of changes to any
subcontracts in the manner, and to the extent required by, applicable provisions of section 18.30;
3) the Local Agency/Contractor shall comply with section 18.37 concerning any subgrants;
4) to expedite any CDOT approval, the Local Agency/Contractor's attorney, or other authorized
representative, shall also submit a letter to CDOT certifying Local Agency/Contractor compliance with
section 18.30 change order procedures, and with 18.36(d) procurement procedures, and with 18.37
subgrant procedures, as applicable;
5) the Local Agency/Contractor shall incorporate the specific contract provisions described in 18.36(i)
(which are also deemed incorporated herein) into any subcontract(s) for such services as terms and
conditions of those subcontracts.
B. Executive Order 11246 of September 24, 1965 entitled "Equal Employment Opportunity," as
amended by Executive Order 11375 of October 13, 1967 and as supplemented in Department of Labor
regulations (41 CFR Chapter 60) (All construction contracts awarded in excess of $10,000 by grantees
and their contractors or subgrantees).
C. The Copeland "Anti -Kickback" Act (18 U.S.C. 874) as supplemented in Department of Labor
regulations (29 CFR Part 3) (All contracts and subgrants for construction or repair).
D. The Davis -Bacon Act (40 U.S.C. 276a to a-7) as supplemented by Department of Labor regulations
(29 CFR Part 5) (Construction contracts in excess of $2,000 awarded by grantees and subgrantees when
required by Federal grant program legislation. This act requires that all laborers and mechanics
employed by contractors or sub -contractors to work on construction projects financed by federal
assistance must be paid wages not less than those established for the locality of the project by the
Secretary of Labor).
E. Sections 103 and 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 327-330) as
supplemented by Department of Labor regulations (29 CFR Part 5). (Construction contracts awarded
by grantees and subgrantees in excess of $2,000, and in excess of $2,500 for other contracts which
involve the employment of mechanics or laborers).
F. Standards, orders, or requirements issued under section 306 of the Clear Air Act (42 U.S.C. 1857(h),
section 508 of the Clean Water Act (33 U.S.C. 1368). Executive Order 11738, and Environmental
-32-
Protection Agency regulations (40 CFR Part 15) (contracts, subcontracts, and subgrants of amounts in
excess of $100,000).
G. Mandatory standards and policies relating to energy efficiency which are contained in the state energy
conservation plan issued in compliance with the Energy Policy and Conservation Act (Pub. L. 94-163).
H. Office of Management and Budget Circulars A-87, A-21 or A-122, and A-102 or A-110, whichever
is applicable.
I. The Hatch Act (5 USC 1501-1508) and Public Law 95-454 Section 4728. These statutes state that
federal funds cannot be used for partisan political purposes of any kind by any person or organization
involved in the administration of federally -assisted programs.
J. 42 USC 6101 et seg. 42 USC 2000d, 29 USC 794, and implementing regulation, 45 C.F.R. Part 80
et. seq.. These acts require that no person shall, on the grounds of race, color, national origin, age, or
handicap, be excluded from participation in or be subjected to discrimination in any program or activity
funded, in whole or part, by federal funds;
K. The Americans with Disabilities Act (Public Law 101-336; 42 USC 12101, 12102, 12111-12117,
12131-12134, 12141-12150, 12161-12165, 12181-12189, 12201-12213 47 USC 225 and 47 USC 611.
L. The Uniform Relocation Assistance and Real Property Acquisition Policies Act, as amended (Public
Law 91-646, as amended and Public Law 100-17, 101 Stat. 246-256). (If the contractor is acquiring real
property and displacing households or businesses in the performance of this contract.)
M. The Drug -Free Workplace Act (Public Law 100-690 Title V, subtitle D, 41 USC 701 et se .).
N. The Age Discrimination Act of 1975, 42 U.S.C. Sections 6101 et. and its implementing
regulation, 45 C.F.R. Part 91;
Section 504 of the Rehabilitation Act of 1973, 29 U.S.C. 794, as amended, and implementing regulation
45 C.F.R. Part 84.
O. 23 C.F.R. Part 172, concerning "Administration of Engineering and Design Related Contracts".
P. 23 C.F.R. Part 633, concerning "Required Contract Provisions for Federal -Aid Construction
Contracts".
Q. 23 C.F.R. Part 635, concerning "Construction and Maintenance Provisions".
R. Title VI of the Civil Rights Act of 1964 and 162(a) of the Federal Aid Highway Act of 1973. The
requirements for which are shown in the Nondiscrimination Provisions, which are attached hereto and
made a part hereof.
-33-
`tia l �qd
APRIL 1980
Nondiscrimination Provisions:
In compliance with Title VI of the Civil Rights Act of 1964 and with Section 162(a) of the
Federal Aid Highway Act of 1973, the Contractor, for itself, its assignees and successors
in interest, agree as follows:
A. Compliance with Regulations. The Contractor will comply with the Regulations of
the Department of Transportation relative to nondiscrimination in Federally assisted
programs of the Department of Transportation (Title 49, Code of Federal Regulations,
Part 21, hereinafter referred to as the "Regulations"), which are herein incorporated
by reference and made a part of this contract.
B. Nondiscrimination. The Contractor, with regard to the work performed by it after
award and prior to completion of the contract work, will not discriminate on the
ground of race, color, sex, mental or physical handicap or national origin in the
selection and retention of Subcontractors, including procurement of materials and
leases of equipment. The Contractor will not participate either directly or indirectly
in the discrimination prohibited by Section 21.5 of the Regulations, including
employment practices when the contract covers a program set forth in Appendix
C of the Regulations.
C. Solicitations for Subcontracts, Including Procurement of Materials and Eaulpment.
In all solicitations either by competitive bidding or negotiation made by the
Contractor for work to be performed under a subcontract, including procurement
of materials or equipment, each potential Subcontractor or supplier shall be notified
by the Contractor of the Contractor's obligations under this contract and the
Regulations relative to nondiscrimination on the ground of race, color, sex, metal or
physical handicap or national origin.
D. Information and Reports. The Contractor will provide all information and reports
required by the Regulations, or orders and instructions issued pursuant thereto and
will permit access to its books, records, accounts, other sources of information and
its facilities as may be determined by the State or the FHWA to be pertinent to
ascertain compliance with such Regulations, orders and instructions. Where any
information required of the Contractor is in the exclusive possession of another who
fails or refuses to furnish this information, the Contractor shall so certify to the State,
or the FHWA as appropriate and shall set forth what efforts have been made to
obtain the information.
-34-
11-NW'
E. Sanctions for Noncompliance. In the event of the Contractor's noncompliance
with the nondiscrimination provisions of this contract, the State shall impose such
contract sanctions as it or the FHWA may determine to be appropriate, including,
but not limited to:
(1) Withholding of payments to the Contractor under the contract until the
Contractor complies, and/or;
(2) Cancellation, termination or suspension of the contract, in whole or in part.
F. Incorporation of Provisions. The Contractor will include the provisions of
paragraphs A through F in every subcontract, including procurement of materials
and leases of equipment, unless exempt by the Regulations, orders, or instructions
issued pursuant thereto. The Contractor will take such action with respect to any
subcontract or procurement as the State or the FHWA may direct as a means of
enforcing such provisions including sanctions for noncompliance; provided,
however, that, in the event the Contractor becomes involved in, or is threatened
with, litigation with a Subcontractor or supplier as a result of such direction, the
Contractor may request the State to enter into such litigation to protect the interest
of the State and in addition,.the Contractor may request the FHWA to enter into such
litigation to protect the interests of the United States.
-35-
SPECIAL PROVISIONS
CONTROLLER'S APPROVAL
. This contract shall not be deemed valid until it shall have been approved by the Controller of the State of Colorado of such assistant as he may designate.
Ibis provision is applicable to any contact involving the payment of money by the Stare.
FUND AVAILABMM
2 Financial obligations of the State of Colorado payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted,
and otherwise made available.
BOND REQUIREMENT
3. If this contract involves the payment of mote than fifty thousand dollars for the construction, ccetioa, repair, mamtrnance, or improvement of any building,
mad. bridge, viaduct, tunnel; excavation or other public work for this State, the contractor shall, before entering upon the performance of any such work included
in this contract, duly execute and deliver to the State official who will sign the contract, a good and sufficient bond or other acceptable surety to be approved
by said official in a penal scan not less than one-half of the total amount payable by the terms of this contract. Such bond shall be duly executed by a qualified
corporate surety conditioned upon the faithful performance of the contract and in addition, shall provide that if the contractor or his subcontractors fail to duly
pay for any labor, materials, team ham, sustenance, provisions, provendor or other supplies used or consumed by such contractor or his subcontractor in
performance of the work contracted to be done or fails to pay any person who supplies rental machinery, tools, or equipment in the prosecution of the work the
surety will pay the same in an amount not exceeding the sum specified in the bond, together with interest at the rate of eight per cent per annum. Unless such
bond is executed, delivered and filed, no claim in favor of the contractor arising under such contact shall be audited, allowed or paid. A certified or cashier's
check or a bank money order payable to the Treasurer of the State of Colorado may be accepted in lieu of a bond. This provision is in compliance with CRS
38-26-106.
iDOOMQllgf"CISM
4. To the extent authorized by law, the contractor shall indemnify, save, and hold barmless the State, its employees and agents, against any and all claims,
damages, liability and coat awards including costs, expenses, and attorney fees incurred as a result of any act or omission by the contactor, or its employees,
agents, subcontractors, or assignees pursuant to the terms of this contract. .
DLSCRMNIATION AND AFFIRMATIVE ACTION
The contractor agrees to comply with the letter and spirit of the Colorado Antidiscrimination Act of 1957, as amended, and other applicable law respecting
Tisaimmation and unfair employment practices (CRS 24-344021 and as required by Executive Order, Equal Opportunity and Affirmative Action, dated April
16, 1975. PwTumu thereto, the following provisions shall he coraained in all State contracts or sub-convncu.
Daring the performance of this contact, the contractor agrees as follows:
(a) The contractor will not discriminate against any employee or applicant for employment because of mcc creed, color, national origin, sex, marital status,
religion, ancestry, mental or physical handicap, or age_ The contractor will take affirmative action to insure that applicants are employed, and that employees
are treated during employment, without regard to the above mentioned cbarcamisries. Such action shall mdude, but not be limited to the following employment
upgrading, demotion, or transfer, recruitment or recruitment advertising; layoffs or terminations; rates of pay or other forms of compensation; and selection
for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for cmploymen4 notices to
be provided by the contracting officer setting forth provisions of this non-discrimination clause.
(b) The coat -actor will, in all solicitations or advertisements for employes placed by or on behalf of the contractor, state that all qualified applicants will receive
consideration for employment without regard to race, creed, color, national origin, sex, marital status, religion, ancestry, mental or physical handicap, or age.
(c) The contractor will send to each labor union or represcatative of workers with which he has a collective bargaining agreement or other contract or
understanding, notice to be provided by the contracting officer, advising the labor union or works s' representative of the contractor's commitment under the
Executive Order, Equal Opportunity and Affirmative Action, dated April 16, 1975, and of the Hiles, regulations, and relevant Orders of the Governor-
(d) The contractor and labor unions will fianish all information and reports required by Executive Order, Equal Opportunity and Affirmative Action of April
16, 1975, and by the rules, regulations and Orders of the Governor, or pursuant thereto, and will permit access to his books, records, and accounts by the
contracting agency and the office of the Governor or bus designee for purposes of investigation to ascertain compliance with such rules, regulations and orders.
(e) A labor orgaribsation will not exclude any individual otherwise qualified from full manbetship rights in such labor organization, or expel any such individual
Jim membership in such Labor organsaboo or discimmate against nay of its members in the full enjoyment of work opportunity because of race, aced, color,
sex, national origin, or ancestry.
(f) A labor organization, or the employees or members thereof will not aid, abet, incite, compel or coact the doing of any act defined in this contract to be
drseiminatory or obstruct w prevent any person from complying with the provisions of this contract or any order issued thereunder, or attempt, either directly
r indirectly, to commit nay act defined in this contract to be discriminarrvy.
(g) In the event of the contractor's non-compliance with the non-diseimmation clauses of ibis contract or with any of such riles, regulations, or orders, this
wamact may be canceled, terminated or suspended in whole m in pan and the coatraaw may be declared ineligible for hatter State contracts in accordance
with procedures, authoti ed in Executive Order, Equal Opportunity and Affirmative Action of April 16, 1975 and the cola, regulations, or orders promulgated
Farm6-AC-02B(riEN'060147) Pxi a0&01,97 Page=of? pages Required by State Fiscal Rules "
in accordance therewith, and such other sanctions as may be unposed and renxdies as may be invoked as provided in Executive Order,
Equal Opportunity and
Affirmative Action of April 16, 1975, or by rules, regulations, or orlon promulgated is accordance therewith, or as otherwise provided by law.
(h) The contractor Will include the provisions of paragraphs (a) through (h) in every sub -contract and subcontractor purchase order unless exempted by rules,
regulations, or orders issued pursuant to ExecutiveOrder, Equal Opportunityand Affirmative Anion of April 16, 1975, so that such provisions will be binding,
upon each suboontraemror vendor. The contractor will take such action with respect to any sub -contracting or purchase order as the contracting agener may.
direct, as a means of enforcing such provisions, including sanctions for non-compliance; provided, however, that in the event the contractor becomes involved
in, or is tbrratened with, litigation, with the subcontractor or vendor as a result of such direction by the contracting agency, the contractor may request the State
of Colorado to enter into such litigation to protect the interest of the State of Colorado.
COLORADO LABOR PREFERENCE
b. When a construction contract for a public project is to be awarded to a bidder, a resident bidder shall be allowed a preference against a non-resident bidder
from a state or foreign country equal to the preference given or required by the state or foreign country in which the non-resident bidder is a resident If it is
detera ire d by the officer responsible for awarding the bid that compliance with the subsection .06 may cause denial of federal funds which would otherwise
be available or would otherwise be mcontismt with requirements of Federal law, this subsection shall be suspended, but only to the extent necessary to pn:vent
denial of the moneys or to eliminate the inconsistency with Federal requirements (CRS 8-19-101 and 102).
[49*0717iil
7. The laws of the State of Colorado and riles and regulations issued pursuant thereto shall be applied in the interpretation, execution, and enforcement o;°this
contract Any provision of this contract whether or not incorporated herein by mlermce which provides for arbitration by any extra judicial body or person
or which is otherwise in conflict with said laws, rues, and regulations shall be considered null and void. Nothing contained in any provision incorporated hrein
by reference which pmporrts to negate this or nay other special provision in whole w in part shall be valid or enforceable or available in any action at law whether
by way of complaint, defense, or otherwise. Any provision rendered null and void by the operation of this provision will not invalidate the remainder of this
contract to the extent that the contract is capable of execution.
8. At all times during the performance of this contract, the Contractor shall strictly adhere to all applicable federal and state laws, rules, and regulations that
have been or may hereafter be established
9. Pursuant to CRS 24-30-202.4 (as amended), the state controller may withhold debts owed to state agencies under the vendor o6set intercept system for.
(a) unpaid child support debt or Child support mrarages; (b) unpaid balance of tax, accrued interest, or other charges specified in Article 22, Turtle 39, CRS;
(c) unpaid bans due to the student loan division of the meat of higher education; (d) owed amounts required to be paid to the unemployment compensation
fiord; and (e) other unpaid debts owing to the state or any agency thereon; the amount of which is found to be owing as a result of final agency determination
or reduced to judgment as certified by the controller.
10. The signatories aver that they are familiar with CBS 18-9-301, et seq., (Bribery and Comrpt Influences) and CRS I&S-401, et seq. (Abuse of Public Office),
and that no violation of such provisions is present
11. The signatories aver that to their knowledge, no state employee has any personal or beneficial interest whatsoever in the service or property described herein.
7L=egal
MERREOF, the parties hereto have executed this Contract on the day fast above written. State of Coloradoe) ROY ROMER, GOVERNOR
Position (Title) B
Y _
Social Security Number or Federal LD. Number
Of P L L IiEALTH AND ENVIRONMENT _
If Corporation, Town/City/County, or Equivalent: ROGRAM APPROVAL: _
Attest (Affix Seal)
By
Corporate Secretary, or Equivalent, To ity/County Clerk
APPROVALS
ATTORNEY CONTROLLER
•_f
By gy
e A. Ntxtoa Clifford W. hall
Farm6-AC@C(GEW6Oln nrviseeo6uot197 Page 2 which is the lastof 2 pages
•� 5
Certification for Federal -Aid Contracts
ATTACHMENT LO
The contractor certifies, by signing this contract, to the best of its knowledge and
belief, that:
(1) No Federal appropriated funds have been paid or will be paid, by or on behalf
or 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 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.
(2) 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 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.
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
Section 1352, Title 31, U.S. Code. 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.
The prospective participant also agree 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 subrecipients shall
certify and disclose accordingly.
Required by 23 CFR 635.112
-36-
14� 1,MM,J
DISADVANTAGED BUSINESS ENTERPRISE (DBE)
SECTION 1. Policy.
It is the policy of the Colorado Department of Transportation (CDOT) that disadvantaged business
enterprises shall have the maximum opportunity to participate in the performance of contracts
financed in whole or in part with Federal funds under this agreement, pursuant to 49 CFR Part 23.
Consequently, the 49 CFR Part IE DBE requirements the Colorado Department of Transportation
DBE Program (or a Local Agency DBE Program approved in advance by the State) apply to this
agreement.
SECTION 2. DBE Obligation.
The recipient or its contractor agrees to ensure that disadvantaged business enterprises as determined
by the Office of Certification at the Colorado Department of Regulatory Agencies have the
maximum opportunity to participate in the performance of contracts and subcontracts financed in
whole or in part with Federal funds provided under this agreement. In this regard, all participants or
contractors shall take all necessary and reasonable steps in accordance with the CDOT DBE program
(or a Local Agency DBE Program approved in advance by the State) to ensure that disadvantaged
business enterprises have the maximum opportunity to compete for and perform contracts.
Recipients and their contractors shall not discriminate on the basis of race, color, national origin, or
sex in the award and performance of CDOT assisted contracts.
SECTION 3 DBE Program.
The contractor (subrecipient) shall be responsible for obtaining the Disadvantaged Business
Enterprise Program of the Colorado Department of Transportation, 1988, as amended, and shall
comply with the applicable provisions of the program. (If applicable).
A copy of the DBE Program is available from:
Business Programs Office
Colorado Department of Transportation
4201 East Arkansas Avenue, Room 287
Denver, Colorado 80222-3400
Phone: (303)757-9234
and will be mailed to the contractor upon request.
revised 1/22/98
Required by 49 CFR Part 23.41
-37-
ADDENDUM B: CONTRACT MODIFICATION TOOLS
The Local Agency and the State may use one or all of the following Contract Modification Tools,
in order to more expeditiously change and amend the terms of this contract, if such use is
warranted by the circumstances as described and authorized therein.
A. CHANGE ORDER.
Bilateral changes within the general scope of the contract, as defined above, may be executed
using the simplified change order letter process described in this paragraph and the sample letter
attached for any of the following reasons:
a. Where the agreed changes result in no adjustment to the [price] [ceiling cost], delivery
schedule, or other terms and conditions of the contract. The change letter will contain a mutual
release of claims for adjustment of price, cost, time for performance, or other terms and
conditions, whether based on costs of changed work or direct or indirect impacts on unchanged
work, as a result of the change; or
b. Where the changes to the contract are priced based on the unit prices to be paid for the
goods or services in [Exhibit _] [Attachment _] of the contract; or
c. Where the changes to the contract are priced based on established catalog prices
generally extended to the public;
The written change letter will be substantially in the form attached hereto, must bear the
signature of the authorized agency official, the contractor, and --except where the parties agree on
the face of the change order that no price/cost, schedule, or other contract adjustments are due the
contractor --the State Controller or his designee. The change order letter shall refer to the basic
contract and include a detailed description of the changes to the contract, the price or cost ceiling
adjustment, the effective date, and (where applicable) the time within which the changed work
must be done.
B. FUNDING LETTER.
Under this Contract, the Local Agency has agreed to provide funding based on the terms as
described herein as needed to satisfactorily perform and complete the work, subject to the
availability of funding.
-3 8-
Funds are currently available and encumbered for the work in the amount specified above.
However, the total cost to complete the work, and the resulting total funding amount(s) to be
provided by the State and Local Agency in exchange therefor, as described in this Contract or
otherwise made known to the Local Agency, are only estimated.
If the parties determine that they have underestimated/overestimated these total cost of the work,
they have the right to take the following action:
A. to increase/decrease the amount of available funds under this Contract.
In the event of this action, the State will notify the Local Agency thereof by Funding Letter. The
Funding Letter will be in a form substantially equivalent to the form attached hereto, and it shall
not be deemed valid until it shall have been signed by the Local Agency and approved by the
State Controller or such assistant as he may designate.
C. Task Order.
CDOT may order the performance of additional Work within the Scope by issuing a Task Order
Letter to the Contractor, as follows:
a. After consultation with CDOT, the Contractor shall prepare a Scope proposal for additional
Work (or "Task Proposal"). Each proposal shall identify: the particular tasks to be performed, as
well as the time for that performance; and the maximum compensation that the State shall be
obligated to pay for the satisfactory performance and completion of the Work in that proposal,
using the same cost rates/structure as contained in the Contract. The Task Proposal shall
reference this original Contract between the parties.
b. Each proposal shall be as negotiated and agreed by the parties. The Contractor shall submit
that proposal to the Department, all in a form acceptable to the Department.
c. If the State desires the contractor to perform the Work proposal, a Task Order Letter in the
form attached hereto, shall be prepared and signed by the parties. Performance of the Work, and
payment for that work, shall be governed by the standards and procedures set forth in the UPWP
and this Contract.
d. Upon such negotiation and agreement by the parties, and upon execution of the Task Order
Letter, the contractor warrants that performance will be successfully completed within the time
and [price] [cost ceiling] identified in the Task Order. The State's financial commitment
memorialized by the Task Order Letter shall not be effective until signed by the Controller or
such assistant as he may designate.
-39-
140p�
e. The maximum amount for all tasks/services identified in a proposal shall not exceed the
maximum amount described in that proposal. The State's financial obligation for a particular
proposal is limited by that amount, and the contractor shall accept no Task Orders which result in a
cumulative proposal value which exceeds the "not to exceed" value.
Upon proper execution and approval, this letter shall become an amendment to this Agreement and,
except for the General and Special Provisions of the Agreement, the letter shall supersede the
Agreement in the event of a conflict between the two.
The Contractor shall not commence work to be performed under each Work Scope proposal until the
date specified by the Department in the Task Order letter, and the Contractor shall complete same by
the date specified in the proposal, unless the time thereof is extended.
-40-
Appendix: Work Change Order Letter
Date:
State Fiscal Year 1996-97
Change Order Letter No.
In accordance with Paragraph of contract routing number , between the State of Colorado
Department of Transportation and
[Contractor]
covering the period of 1997 through , the undersigned agree that the
Work Scope/Schedule/Plan affected by this change letter are modified as follows:
Services
The Work Scope/Schedule/Plan is amended by -------------------------------- (describe change).
Price/Cost
The maximum amount payable by CDOT for the Work as described in Paragraph is
(increased/decreased) by ($ amount of change) to a new total of ($ ), based on the pricing/cost in the
Contract. That Paragraph is hereby modified accordingly;
OR
The parties agree that the changes made herein are "no cost" changes and shall not be the basis for claims for
adjustment to [price] [cost ceiling], or other terms or conditions of the contract. The parties waive and
release each other from any claims or demands for adjustment to the contract, including but not limited to
price, cost, and schedule, whether based on costs of changed work or direct or indirect impacts on unchanged
work. Controller approval of this "no cost" change is not required. Contractor initials. CDOT
initials.
Upon proper execution and approval, this letter shall become an amendment to this Agreement and, except
for the General and Special Provisions of the Agreement, the letter shall supersede the Agreement in the
event of a conflict between the two.
This change to the contract is intended to be effective as of , but, except with respect to "no
cost" changes identified above. in no event shall it be deemed valid until it shall have been apuro�y_the
State Controller or such assistant as he ma, desi pate.
Please sign, date, and return all copies of this letter on or before
Contractor Name:
State of Colorado:
19
-41-
By: _
Name
Title
APPROVALS:
Bill Owens, Governor
By:
For the Executive Director
Colorado Department of Transportation
FOR THE STATE CONTROLLER
Arthur L. Barnhart
By:
For CDOT State Controller or Designee
-42-
° G9,LqKADv DEPARTMENT OF TRANS'- ^RTATION AUTHOF '
CONThACT FUNDING INCREASE/DECi SE AND APPROVAL LETTER State droller Policy letter on June 12, 1996
Region: Complete section 1 and submit to CDOT Controllers office. CDOT Controller letter on May 23, 1996.
This form to be used for the following contracts/situations only (check the appropriate situation):
indefinite quantity, order more/add more _utility/railroad, underestimated total cost
_CDOT construction, sum of CMO's _LA construction, underestimated cost
CDOT construction, underestimated total cost —CDOT consultant, underestimated cost
SECTION 1 (Region use
Date:
Project code
To: CDOT Controller (FAX #(303) 757-9573 or e-mail CONTROLLER)
Project #
From.
Region #
Office:
Phone # FAX #
CDOT has executed a contract with:
Address:
FEIN #
Contract routing #
COFRS encumbrance # (indicate PO, SC or PG #)
Fund
Orgn.
Appro.
Prgrm.
Func.
Object/Sub-obj NIP
GBL
Reporting Catg.
ProySub/Phase
Original contract amount
Has a Budget Request been processed to cover the contract amount increase?
$
—yes ._no
Previous Funding Letter(s) total
Preparer's name
nano refer i1 VMS—)
PHONE NO:
This Funding Letter total
Contract Administrators/Business Managers Approval
S
(#�
PHONE NO:
Adjusted contract amount
CDOT Designee Approval
Local Agency approval
SECTION 2 (Controller's Office use
Total allotment amount
Commission budget
If construction:
CE charges
Indirect chgs
Adjusted contract amount plus total CE & indirect
_CE pool elig.
$
$
charges calculation $
1 have reviewed the financial status of the project, organization, grant and have determined that sufficient funds are available to cover this
increase, effective as of
State Controller or Delegee
Date
CDOT Form #1186a
7197
Appendix: Task Order Letter
Date:
State Fiscal Year 1996-97
Task Order Letter No.
In accordance with Paragraph of contract routing number , between the State of Colorado for the
use and benefit of its Department of Transportation and
[Contractor]
covering the period of 19_ through 19_ the undersigned agree that the
services affected by this Task Order Letter are ordered/modified as follows:
Task Order Description
The contractor shall perform the task in accordance with [the following
specifications/statement of work] [the contractor's Task Proposal dated , as amended by
amended Task Proposal dated , both of which are hereby incorporated by reference] .
Price/Cost
The [price] [maximum amount payable by the State] for iservicel
described above is ($ ) for a new contract total of
Performance Period.
The contractor will complete the performance in this Task Order by
[date].
This Task Order is executed pursuant to paragraph of the original Contract. The parties agree that all
work shall be performed according to the standards and terms set forth in the original Contract. In the event
of any conflict or inconsistency between this amendment and the original Contract, such conflict or
inconsistency shall be resolved by reference to these documents in the following order: Special Provisions,
original Contract, attachments/exhibits to the original Contract, this Task Order Letter, attachments/exhibits
to this Task Order Letter, then Task Order Proposal.
-43-
P a,
This Task Order is effective as of . In no event shall it be deemed valid until it shall have been
approved by the State Controller or such assistant as he may designate.
Contractor Name:
By: _
Name
Title
APPROVALS:
FOR THE STATE CONTROLLER
Arthur L. Barnhart
By:
State Controller or Designee
State of Colorado:
Bill Owens, Governor
By:
For the Executive Director
Colorado Department of Transportation
-44-