University Avenue and N. Grandview Avenue Roundabout Intersection Improvements Project Award Copyrighted
May 7, 2018
City of Dubuque Action Items # 2.
ITEM TITLE: UniversityAvenue and N. GrandviewAvenue Roundabout
Intersection Improvement ProjectAward
SUMMARY: City Manager recommending award of the construction
contract for the University Avenue and N. Grandview
Avenue Roundabout Intersection Improvement Project to
the low bidder Eastern lowa Excavating & Concrete, LLC.
RESOLUTION Awarding Public Improvement Contract for
the University Avenue and North Grandview Avenue
Roundabout Intersection Improvement Project lowa DOT
Project No. STP-A-2100 (689)--86-31
SUGGESTED DISPOSITION: Suggested Disposition: Receive and File; Adopt
Resolution(s)
ATTACHMENTS:
Description Type
University and North Grandview Roundabout City Manager Memo
Intersection Improvement Project-NNM Memo
Staff Memo Staff Memo
Resolution Resolutions
THE CITY OF Dubuque
�
AIFA�erlwGh
UB E '�� III►
Masterpiece on the Mississippi Z°°'�w'2
7A13 2017
TO: The Honorable Mayor and City Council Members
FROM: Michael C. Van Milligen, City Manager
SUBJECT: University Avenue and North Grandview Avenue Roundabout Intersection
Improvement Project
CIP No. 3002724, lowa DOT Project No. STP-A-2100 (689)-86-31
DATE: May 1 , 2018
Sealed bids were received for the University Avenue and North Grandview Avenue
Roundabout Intersection Improvement Project by the lowa Department of
Transportation. City Engineer Gus Psihoyos recommends award of the construction
contract to the low bidder, Eastern lowa Excavating & Concrete, LLC, in the amount of
$1 ,257,852.18, which is 8.16°k above the estimate of probable cost, subject to lowa
DOT approval. The City received $964,842 in Federal and State grants for this project.
I concur with the recommendation and respectfully request Mayor and City Council
approval.
�� �� ���
Mic ael C. Van Milligen �� �
MCVM:jh
Attachment
cc: Crenna Brumwell, City Attorney
Teri Goodmann, Assistant City Manager
Cori Burbach, Assistant City Manager
Gus Psihoyos, City Engineer
THE CITY OF Dubuque
�
DU B E ����
►���� �,
I
Masterpiece on the Mississippi 2°°''Z°lZ
2013•2017
TO: Michael C. Van Milligen, City Manager....-.��
,�
,� ; �
FROM: Gus Psihoyos, City Engineer ,��f����,,`�� �
DATE: April 30, 2018
RE: University Avenue and North Grandview Avenue Roundabout Intersection
Improvement Project
CIP No. 3002724, lowa DOT Project No. STP-A-2100 (689)--86-31
INTRODUCTION
The purpose of this memorandum is to provide the City Council with information related
to award a construction contract for the University Avenue and North Grandview
Avenue Roundabout Intersection Improvement.
BACKGROUND
In July of 2016, the City received bids for this intersection and the intersection at Loras
Boulevard and North Grandview Avenue to be signalized intersections.
These proposed signalized intersection improvements were recommended by the
East/West Corridor Study that was formally adopted by the City Council in February
2012.
Because of the positive feedback and the successful operational performance of the
new Grandview-Delhi-Grace Roundabout, Engineering staff considered the possibility of
modifying the proposed signalization project to include a roundabout at the University
Avenue and North Grandview Avenue Intersection. There were several issues that
needed to be overcome before a roundabout could be considered including potential
funding.
City staff first discussed the potential revised roundabout concept with the lowa DOT.
District 6 Local Systems Engineer was supportive of the potential project change and
consulted with the Office of Traffic and Safety, who also supported the concept.
To fund the proposed project, the City pursued grant funding from various sources
including an DMATS Surface Transportation Block Grant (STBG) Grant, lowa Clean Air
Attainment Program (ICAAP) Grant and Traffic Safety Funds Grant (TSF). The City was
successful in acquiring funding for this project from all three listed funding sources.
1
DISCUSSION
The project provides for construction of a roundabout at the intersection of University
Avenue and North Grandview Avenue. Engineering staff has been working with
MSA/Ourston on the design of the proposed roundabout. MSA/Ourston is a well-
respected roundabout design firm that has been involved in the design of hundreds of
roundabouts in the United States. MSA/Ourston is one of two consulting firms in lowa
that the DOT uses for peer reviews on roundabout designs. MSA/Ourston designed the
alignment and profile for the roundabout to make sure it properly addresses sight
distance and speed concerns at the roundabout. The roundabout is designed to operate
with vehicles traveling around 15 mph through the roundabout.
Engineering staff used the design model developed by MSA/Ourston to develop the rest
of the construction documents with specific attention to pedestrian access, including
ADA issues, lighting, construction phasing, utility impacts and business access in the
area. Some the physical elements of the roundabout include:
■ 9" doweled PCC pavement to facilitate larger vehicles and accommodate
construction phasing.
■ A colored concrete truck apron to allow oversized vehicles to get through the
roundabout when needed. Most vehicles (including buses) will not need to use
the surmountable truck apron. There is an apron across from Fire Station No. 4
for turning and backing into the driveway.
■ Four (4) LED street lights to provide lighting at street intersections and cross
walks for good visibility at night.
■ Directional signage to alert drivers to the operation of the roundabout and to alert
them to pedestrian crossing areas.
■ Deflecting splitter islands which divert the traffic so vehicles slow down and are
able to easily blend into the circular traffic pattern.
■ Recycled Purington brick accents along the edges of the project to pay respect to
the former brick streets in the area.
■ Pedestrian access ramps that are ADA compliant will be installed.
■ A Jule Bus pull off lane for the relocated Mid-Town Transfer Station and related
sidewalk and lighting improvements. The Jule Mid-Town Transfer Station is
relocated from North Grandview Avenue south of the intersection to North
Grandview Avenue north of the intersection adjacent to Allison-Henderson Park.
The project will also include some utility improvements. These include the replacement
of 6" and 12" watermain, replacement of 8" sanitary sewer, manholes, replacement of
storm sewer, replacement of two fire hydrants, and the installation of electrical and fiber
optic conduit.
2
BID RESULTS
Sealed bids were received on the project by the lowa Department of Transportation on
April 17, 2018 in Ames. Eastern lowa Excavating & Concrete, LLC, of Cascade, IA
submitted the low bid in the amount of $1,257,852.18. This amount is 8.16°/o above the
estimate of probable cost. A summary of the bid proposals received is as follows:
Contractor Name Total Bid
Eastern lowa Excavating & Concrete, LLC $ 1,257,852.18
Portzen Construction, Inc. $ 1,260,630.00
Midwest Concrete, Inc. $ 1,285,604.15
RECOMMENDATION
I recommend that the contract for the University Avenue and North Grandview Avenue
Roundabout Intersection improvement project be awarded to Eastern lowa Excavating
& Concrete, LLC, of Cascade, IA, in the amount of $1,257,85.18 subject to lowa DOT
approval of award.
BUDGETIMPACT
The estimate of probable cost for University Avenue and North Grandview Avenue
Roundabout Intersection improvement project is as follows:
Descr�ption Estimate Award
Construction Contract $ 1,162,989.00 $1,257,852.18�
Contingency (10%) 116,298.00 116,298.00
Engineering Design and Administration 120,000.00 120,000.00
Total Construction Cost Estimate $ 1,399,287.00 $1,494,150.18
The project funding summary is as follows:
CIP No. Fund Description Fund Amount
3002724 lowa DOT TSF Grant $ 500,000.00 �
3002724 lowa DOT ICAAP Grant 264,842.00
3002724 DMATS STBG Grant 200,000.00
3002724 Grandview/Universit Roundabout FY18 250,000.00
3002724 Grandview/Universit Roundabout FY19 50,000.00
7401405 Watermain Replacements 115,163.00
6002765 Jule Mid-Town Transfer Relocation 39,445.00
Salt Operations Savings from Road Use Tax 74,700.18
Total Project Funding $ 1,494,150.18
3
It should be pointed out that the budget includes approximately $100,000 for the Jule
Mid-Town Transfer station and $400,000 in utility replacements.
ACTION TO BE TAKEN
The City Council is requested to award the contract for the University Avenue and North
Grandview Avenue Roundabout Intersection Improvement Project to Eastern lowa
Excavating and Concrete, LLC through adoption of the enclosed resolution.
cc: Bob Schiesl, Assistant City Engineer
Nate Kieffer, PLS
John Klostermann, Public Works Director
Candace Eudaley-Loebach, Transportation Services Manager
Denise Ihrig, Water Department Manager
4
RESOLUTION NO. 140-18
AWARDING PUBLIC IMPROVEMENT CONTRACT FOR THE FOR THE UNIVERSITY
AVENUE AND NORTH GRANDVIEW AVENUE ROUNDABOUT INTERSECTION
IMPROVEMENT PROJECT IOWA DOT PROJECT NO. STP -A-2100 (689)--86-31
Whereas, said sealed proposals were opened and read by the Iowa Department of
Transportation on the 17th day of April 2018 and it has been determined that Eastern
Iowa Excavating & Concrete, LLC, of Cascade, IA, with a bid in the amount of
$1,257,852.18 is the lowest responsive, responsible bidder for the Project.
NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
DUBUQUE, IOWA:
That a Public Improvement Contract for the Project is hereby awarded to Eastern
Iowa Excavating & Concrete, LLC, subject to the concurrence by Iowa Department of
Transportation (Iowa DOT), and the City Manager is hereby directed to execute a Public
Improvement Contract on behalf of the City of Dubuque for the Project.
Passed, approved and adopted this 7th day of May 2018.
Attest:
Kevi . Firnsta I, CM , City Clerk
Roy D. Buol, Mayor
May 22, 2018
SMARTER 1 SIMPLER 1 CUSTOMER DRIVEN WWW.iowadot.gov
Office of Contracts I Project Delivery Bureau
800 Lincoln Way I Ames, Iowa 50010
Phone: 515-239-1414 I Email: dot.contracts@iowadot.us
Dear Contractor:
We are enclosing one fully signed copy of the contract(s) for the attached project(s).
We have attached the FHWA-1273 to each federally funded contract. 23 CFR Part 633.102(e) requires that you
physically attach a copy of the FHWA-1273 to each subcontract on federally funded subcontracts.
MJD/met
Enc.
cc: City with attachment
Sincerely,
-44
Mark J. Dunn, P.E.
Contracts Engineer
CONTRACT
Letting Date: Apr 17, 2018 10:00 A.M.
Contract ID: 31-2100-689 CaII Order No.: 102
County: DUBUQUE Project Engineer: CITY OF DUBUQUE, PUBLIC WORKS
DIRECTOR
Cost Center: 849300 Object Code: 890 DBE Commitment: $25,157.40
Contract Work Type: PCC PAVEMENT - GRADE & REPLACE
This agreement made and entered by and between the Contracting Authority,
CITY OF DUBUQUE
and Contractor,
EASTERN IOWA EXCAVATING AND CONCRETE, LLC
Vendor ID: EA057 City: CASCADE State: IA
It is agreed that the notice and instructions to bidders, the proposal filed by the Contractor, the specifications, the plan, if
any, for project(s) listed herein, together with Contractor's performance bond, are made a part hereof and together with
this instrument constitute the contract. This contract contains all of the terms and conditions agreed upon by the parties
hereto.
Contractor, for and in considerations of $ 1,257,852.18 payable as set forth in the specifications constituting a part
of this contract, agrees to construct various items of work and/or provide various materials or supplies in accordance with
the plans and specifications therefore, and in the locations designated in the Notice to Bidders.
Contractor certifies by signature on this contract, under pain of penalties for false certification, that the Contractor has
complied with Iowa Code Section 452A.17(8) as amended, if applicable, and Iowa Code Section 91C.5 (Public
Registration Number), if applicable.
In consideration of the foregoing, Contracting authority hereby agrees to pay the Contractor promptly and according to
the requirements of the specifications the amounts set fourth, subject to the conditions as set forth in the specifications.
It is further understood and agreed that the above work shall also be commenced or completed in accordance with Page
1B of this Contract and assigned Proposal Notes.
To accomplish the purpose herein expressed, the Contracting authority and Contractor have signed this and one other
identical instrument.
For Fed
pertine
ontracts the Contractor certifies that each subcontract is evidenced in writing and that it contains all
s'aTia-Ter-qtrifgments of the contract.
By, 1
ntractor
By,
Iowa DOT Concurrence
Contracting Au
Contractor (if joint venture)
May 7, 2018
Contract Award Date
MAY 22 2018
For Local Agency Contracts Concurrence Date
0101MADOT
MIMI SIMPLER I CUSTOMER MS
Contract Project(s)
04/20/2018 13:43:20
AASHTOWare Project v3.01.164.01
Page 1 of 4
Contract ID: 31-2100-689 CaII Order No.: 102
Letting Date: Apr 17, 2018 10:00 A.M.
Project Number: STP -A-2100(689)--86-31 County: DUBUQUE
Project Work Type: PCC PAVEMENT - GRADE & REPLACE Accounting ID: 35175
Location: Roundabout at University Ave. & Grandview Ave. Intersection
Route: UNIVERSITY AVE
Federal Aid - Predetermined Wages are in Effect
010 A DOT
,milfirEft I SIMPLER t tkIR4,NER DRIVEN
Contract Time
04/20/2018 13:43:20
AASHTOWare Project v3.01.164.01
Page 2 of 4
Contract ID: 31-2100-689
CaII Order No.: 102
Letting Date: Apr 17, 2018 10:00 A.M.
00
See Site 00 Description Below.
8/17/2018 COMPLETION DATE
$1,000.00
COMPLETION DATE $1,000.00
See Site 01 Description Below.
(*) - Indicates Cost Plus Time Site. See Schedule of Items for Cost Per Unit
CIO ADOT
WATER ER I SIMPLER I(WEIMER DRIVEN
Notes
04/20/2018 13:43:20
AASHTOWare Project v3.01.164.01
Page 3 of 4
Contracts ID: 31-2100-689 Call Order No.: 102
Letting Date: Apr 17, 2018 10:00 A.M.
Notes :
*** Site 00 ***
Site 00 is for completion of all construction in Stages 1, 2 and 3 as per plan sheet J.1. Completion means
the new roundabout site is open to traffic with no further lane closures.
*** Site 01 ***
Site 01 is for completion of all remaining work not included in Stages 1, 2 and 3 including landscaping
work.
010WADOT
SMFA{ERI SIMPLER 1 CUSTOMER ORW
Contract Addenda
04/20/2018 13:43:20
AASHTOWare Project v3.01.164.01
Page 4 of 4
Contract ID: 31-2100-689 Call Order No.: 102
Letting Date: Apr 17, 2018 10:00 A.M.
The following is a list of Contract Addenda:
17APR102.A01
17APR102.A02
GOIOWADOT
SMARTER 1 SI MPTEI !CUSTOMER DRIVEN
Contract Specifications List
04/20/2018 13:43:20
AASHTOWare Project v3.01.164.01
Page 1 of 2
Contract ID: 31-2100-689
001.2015
005.1113
005.SRP.01
500.01
Call Order No.: 102
Letting Date: April 17, 2018 10:00 A.M.
*** STANDARD SPECIFICATIONS -- SERIES 2015 ***
The Iowa Department of Transportation STANDARD SPECIFICATIONS FOR
HIGHWAY AND BRIDGE CONSTRUCTION, SERIES 2015, plus applicable General
Supplemental Specifications, Developmental Specifications, Supplemental
Specifications AND Special Provisions shall apply to construction work on this contract.
** ELECTRONIC DOCUMENT STORAGE **'
Section 1113 shall apply to this contract.
*** REVISIONS TO STANDARD ROAD PLANS TABULATION ***
»> If referenced, replace the following Standard Road Plans:
TC -61
TC -418
TC -421
TC -422
with the following,
TC -61
TC -418
TC -421
TC -422
04-17-18
04-17-18
04-17-18
04-17-18
respectively:
04-21-15
10-15-13
10-21-14
10-15-13
***
WINTER WORK ***
The free time allowed between November 15 and April 1 will not be permitted on this
project. The Contractor shall work during the winter on all working days as defined in
Article 1101.03 'Working Day'.
FHWA-1273.05 FHWA-1273: REQUIRED CONTRACT PROVISIONS
FEDERAL -AID CONSTRUCTION CONTRACTS
GS -15006
GENERAL SUPPLEMENTAL SPECIFICATIONS FOR HIGHWAY AND BRIDGE
CONSTRUCTION
C1OWADOT
R 1 SIMPLER fAfER
04/20/2018 13:43:20
AASHTOWare Project v3.01.164.01
Contract Specifications List Page 2 of 2
Contract ID: 31-2100-689 CaII Order No.: 102
Letting Date: April 17, 2018 10:00 A.M.
IA18-1.0
SP -156103
SP -156104
SP -156105A
SP -156107 SPECIAL PROVISIONS FOR CONSENT DECREE DUBUQUE
PREDETERMINED WAGE RATE - GENERAL DECISION NUMBER IA180001
FOR HEAVY AND HIGHWAY CONSTRUCTION -- STATEWIDE (EXCEPT SCOTT
COUNTY)
Note: The Contractor shall review the contract documents and
is responsible for identifying which zone(s), as defined
in the Predetermined Wage Rate specification, apply to
the work on the contract.
***Additional Requirement ***
The Prime Contractor shall submit certified payrolls for itself and each approved
Subcontractor weekly to the Project Engineer. The Contractor may use the Iowa D.O.T.
Certified Payroll form or other approved form. The Contractor shall list the craft for
each employee covered by the Predetermined Wage Rates. The Prime Contractor
shall sign each of the Subcontractor's payrolls to acknowledge the submittal of the
Certified Payroll.
SPECIAL PROVISIONS FOR LED FIRE STATION WARNING SIGN
Dubuque County STP -A-2100(689)--86-31
SPECIAL PROVISIONS FOR DECORATIVE CONCRETE PAVEMENT
Dubuque County STP -A-2100(689)--86-31
SPECIAL PROVISIONS FOR CONDUITS, HANDHOLES, LIGHTING, AND BASES
Dubuque County STP -A-2100(689)--86-31
Dubuque County STP -A-2100(689)--86-31
�IOWADOT
SMARTER I SIMPLER I CUSTOMER DRIVEN
Contract Schedule
04/20/2018 13:43:20
AASHTOWare Project v3.01.164.01
Page 1 of 9
Contract ID: 31-2100-689
Awarded Vendor: EA057 EASTERN IOWA EXCAVATING AND CONCRETE, LLC
SECTION 0001
Alt Set ID:
ROADWAY ITEMS - ICAAP DMATS TSF Funds
Alt Mbr ID:
$1,257,852.18
0010
2102-0425070
SPECIAL BACKFILL
0020 2102-2713070
EXCAVATION, CLASS 13, ROADWAY
AND BORROW
0030
1,430.000
TON
18.50
2105-8425005
TOPSOIL, FURNISH AND SPREAD
0040 2115-0100000
MODIFIED SUBBASE
0050 2301-1033090
STANDARD OR SLIP FORM
PORTLAND CEMENT CONCRETE
PAVEMENT, CLASS C, CLASS 3
DURABILITY, 9 IN.
2303-0000100
0060
0070
0080
0090
175.000
CY
467.500
CY 39.35
56.50
3,945.000
SY
HOT MIX ASPHALT MIXTURE',
COMMERCIAL MIX (INCLUDES
ASPHALT BINDER), AS PER PLAN
2435-0130148
MANHOLE, SANITARY SEWER, SW -
301, 48 IN.
2435-01401
MANHOLE,
60 IN'.
2435-0250100
INTAKE, SW -501
73.00
175.000
TON 175.00
26,455.00
85,500.00
9,887.50
8,396.13
287,985.00
30,625.00
16,800.00
4,800.00
0100 2435-0250248
INTAKE, SW -502, 48 IN.
0110
2435-0250260
INTAKE, SW -502, 60 IN.
4.000
EACH
4,200.00
1.000
EACH 4,800.00
3.000
EACH
1.000
EACH 3,300.00
2,480.00
5.000
EACH
4,050.00
7,440.00
3,300.00
20,250.00
&IOWADOT
SMARTER I SIMPLER I CUSTOMER DRIVEN
Contract Schedule
04/20/2018 13:43:20
AASHTOWare Project v3.01.164.01
Page 2 of 9
Contract ID: 31-2100-689
Awarded Vendor: EA057 EASTERN IOWA EXCAVATING AND CONCRETE, LLC
SECTION 0001
Alt Set ID:
ROADWAY ITEMS - ICAAP DMATS TSF Funds
Alt Mbr ID:
1114
$1,257,852.18
2435-0250500
INTAKE, SW -505
0130 2435-0600020
MANHOLE ADJUSTMENT, MAJOR
0140 2502-8212306
SUBDRAIN, STANDARD,
PERFORATED, 6 IN., AS PER PLAN
0150 2502-8212406
SUBDRAIN, STANDARD, NON-
PERFORATED, 6 IN., AS PER PLAN
0160 2503-0112015
STORM SEWER GRAVITY MAIN,
TRENCHED, POLYVINYL CHLORIDE
PIPE (PVC), 15 IN.
1.000
EACH
1.000
EACH
1,440.000
LF
0170 2503-0114215
STORM SEWER GRAVITY MAIN,
TRENCHED, REINFORCED
CONCRETE PIPE (RCP), 2000D
(CLASS III), 15 IN.
0180 2503-0114218
STORM SEWER GRAVITY MAIN,
TRENCHED, REINFORCED
CONCRETE PIPE (RCP), 2000D
(CLASS III), 18 IN.
40.000
LF
150.00
1,420.00
16.25
34.000
LF 58.50
4,150.00
1,420.00
23,400.00
650.00
1,989.00
0190 2503-0114224
STORM SEWER GRAVITY MAIN,
TRENCHED, REINFORCED
CONCRETE PIPE (RCP), 2000D
(CLASS III), 24 IN.
0200 2503-0200036
REMOVE STORM SEWER PIPE LESS
THAN OR EQUAL TO 36 IN.
375.000
LF
58.75
39.000
LF 61.85
22,031.25
2,412.15
145.000
LF
73.50
150.000
LF 14.25
10,657.50
2,137.50
CIOWA DOT
SMARTER I SUMER I CUSTOMER DRIVEN
Contract Schedule
04/20/2018 13:43:20
AASHTOWare Project v3.01.164.01
Page 3 of 9
Contract ID: 31-2100-689
Awarded Vendor: EA057 EASTERN IOWA EXCAVATING AND CONCRETE, LLC
SECTION 0001
Alt Set ID:
ROADWAY ITEMS - ICAAP DMATS TSF Funds
Alt Mbr ID:
$1,257,852.18
0210 2504-0114008
SANITARY SEWER GRAVITY MAIN,
TRENCHED, POLYVINYL CHLORIDE
PIPE (PVC), 8 IN.
0220 2510-6745850
REMOVAL OF PAVEMENT
0230 2510-6750600
REMOVAL OF INTAKES AND UTILITY
ACCESSES
0240
0250
0260
0270
0280
2511-6745900
REMOVAL OF SIDEWALK
480.000
LF
4,020.000
SY
6.000
EACH
48.50
23,280.00
8.50
870.00
34,170.00'
5,220.00
8,470.00
16,960.00
9,720.00
9,968.80
5,896.25
3,420.00
532.00
1,020.00
14.00
2511-7526004
SIDEWALK, P.C. CONCRETE, 4 IN.
530.000
SY
32.00
0290
0300 2515-6745600
REMOVAL OF PAVED DRIVEWAY
SIDEWALK, P.C. CONCRETE, 6 IN.
2511-7528101
DETECTABLE WARNINGS
2512-1725256
CURB AND GUTTER, P.C. CONCRETE,
2.5 FT.
2515-2475006
DRIVEWAY, P.C. CONCRETE, 6 IN.
0310
0320 2524-6765110
272.000
SF
265.000
LF
36.65
80.000
SY
42.75
2518-6910000
SAFETY CLOSURE
REMOVAL OF TYPE A SIGN
6.000
EACH
25.000
EACH
170.00
00
1,100.00
&IOWADOT
SMARTER SINKER I CUSFOMER DRIVEN
Contract Schedule
04/20/2018 13:43:20
AASHTOWare Project v3.01.164.01
Page 4 of 9
Contract ID: 31-2100-689
Awarded Vendor: EA057
SECTION 0001
Alt Set ID:
EASTERN IOWA EXCAVATING AND CONCRETE, LLC
ROADWAY ITEMS - ICAAP DMATS TSF Funds
Alt Mbr ID:
$1,257,852.18
0330 2524-9276010
PERFORATED SQUARE STEEL TUBE
POSTS
0340 2524-9276021
PERFORATED SQUARE STEEL TUBE
POST ANCHOR, BREAK -AWAY SOIL
INSTALLATION
432.000
0350 2524-9276024
PERFORATED SQUARE STEEL TUBE
POST ANCHOR, BREAK -AWAY
CONCRETE INSTALLATION
0360 2524-9325001
TYPE A SIGNS, SHEET ALUMINUM
LF
11.00
15.000
EACH 174.00
4,752.00
2,610.00
21.000
EACH
240.00
5,040.00
0370 2527-9263117
PAINTED PAVEMENT MARKINGS,
DURABLE
03802527-9263143'
PAINTED SYMBOLS AND LEGENDS,
DURABLE
0390 2527-9263600
REMOVABLE, NONREFLECTIVE,
PREFORMED TAPE
0400 2528-8445110
TRAFFIC CONTROL
0410
2533-4980005
MOBILIZATION
0420 2552-0000140
ROCK EXCAVATION
0430 2554-0112006
WATER MAIN, TRENCHED, DUCTILE
IRON PIPE (DIP), 6 IN.
52.320
STA
320.00
4.000
EACH 230.00
6,032.00
16, 742.40
920.00
80.060
STA
LUMP SUM
LUMP SUM
200.000
CY 78.00
135.00
46.000
LF
72.65
10, 808.10
26,000.00
65,000.00
15 600.00
3,341.90
&IOWADOTARTER I SIMPLER SMNKR R
IVEN
Contract Schedule
04/20/2018 13:43:20
AASHTOWare Project v3.01.164.01
Page 5 of 9
Contract ID: 31-2100-689
Awarded Vendor: EA057 EASTERN IOWA EXCAVATING AND CONCRETE, LLC
SECTION 0001
Alt Set ID:
ROADWAY ITEMS - ICAAP DMATS TSF Funds
Alt Mbr ID:
$1,257,852.18
2554-0112012
WATER MAIN, TRENCHED,
IRON PIPE (DIP), 12 IN.
0450 2554-0203000
FITTINGS BY WEIGHT, DUCTILE IRON
0460 2554-0204107
WATER SERVICE STUB, COPPER, 3/4
IN.
440.000
LF 80.50
1,941.000
0470 2554-0207006
VALVE, GATE, DIP, 6 IN.
0480 2554-0207012
VALVE, GATE, DIP, 12 IN.
0490 2554-0210201
FIRE HYDRANT ASSEMBLY, WM-201
0500 2555-0000010
DELIVER AND
MATERIALS
LB
9.20
2.000
EACH 2,400.00
3.000
EACH
3.000
EACH 2,985.00
2.000
EACH
1,500.00
35,420.00
17, 857.20
4,500.00
4,985.00
9,970.00
STOCKPILE SALVAGED LUMP SUM
0510 2599-9999003
('CUBIC YARDS' ITEM) AMENDED SOIL
0520 2599-9999005
('EACH' ITEM) 12 IN x18 IN PRECAST
COMPOSITE HANDHOLE
125.000
CY
105.00
925:00
13,125.00
0530 2599-9999005
('EACH' ITEM) BATTERY BACKUP PED.
PRECAST CONC BASE
2599-9999005
('EACH' ITEM) DRINKING FOUNTAIN
0550 2599-9999005
('EACH' ITEM) EMERGENCY CALL
BOX TOWER
11.000
EACH 575.00
1.000
EACH
1.000
EACH 10,200.00 10,200.00
2,750.00
6,325.00'
2,750.00
1.000
EACH
17,500.00
17, 500.00
�IOWADOT
SMARM I SIMPLER / CUSTOMER DRIVEN
Contract Schedule
04/20/2018 13:43:20
AASHTOWare Project v3.01.164.01
Page 6 of 9
Contract ID: 31-2100-689
Awarded Vendor: EA057 EASTERN IOWA EXCAVATING AND CONCRETE, LLC
SECTION 0001
Alt Set ID:
ROADWAY ITEMS - ICAAP DMATS TSF Funds
Alt Mbr ID:
$1,257,852.18
0560 2599-9999005
(EACH' ITEM) FIBER HUB PED
PRECAST CONC BASE
0570
2599-9999005
('EACH' ITEM) FIBER VAULT 4'x4'
SQUARE
0580 2599-9999005
('EACH' ITEM) FLUSH
HYDRANT
YARD
0590 2599-9999005
('EACH' ITEM) HANDHOLE PC 2'
ROUND
0600 2599-9999005
('EACH' ITEM) HANDHOLE.
RECTANGULAR 2'X3'
0610 2599-9999005
('EACH' ITEM) LED FIRE STATION
WARNING SIGNS
0620
('EACH' ITEM) LIMESTONE BLOCKS
0630 2599-9999005
('EACH' ITEM) LUMINAIRE
0640 2599-9999005
('EACH' ITEM) REMOVE AND SALVAGE
CABINET FOUNDATION
0650 2599-9999005
('EACH' ITEM) REMOVE AND SALVAGE
FIRE HYDRANT
0660 2599-9999005
('EACH' ITEM) REMOVE AND SALVAGE
HANDHOLE
1.000
EACH 2,400.00
1.000
EACH
4,200.00
1.000
EACH 1,750.00
1.000
EACH
1,450.00
1.000
EACH 1,500.00
2.000
EACH
23.000
EACH
4.000
EACH
1,500.00
2,400.00',
4,200.00
1,750.00
1,450.00
1,500.00
3,000.00
850.00
1,100.00
3.000
EACH 1,150.00
2.000
EACH
650.00
1.000
EACH 900.00
19,550.00
4,400.00
3,450.00
1,300.00
900.00
L•IOWADOT
SMARTER I SIMPLER I CUSTOMER WWI
Contract Schedule
04/20/2018 13:43:20
AASHTOWare Project v3.01.164.01
Page 7 of 9
Contract ID: 31-2100-689
Awarded Vendor: EA057 EASTERN IOWA EXCAVATING AND CONCRETE, LLC
SECTION 0001
Alt Set ID:
ROADWAY ITEMS - ICAAP DMATS TSF Funds
Alt Mbr ID:
$1,257,852.18
0670
0680 2599-9999005
('EACH' ITEM) STREET LIGHT
GALVANIZED 30'
2599-9999005
('EACH' ITEM) REMOVE AND SALVAGE
LIGHT POLE AND BASE
0690 2599-9999005
('EACH' ITEM) STREET LIGHT
PRECAST CONC BASE 2'X5'
0710
0720 2599-9999009
('LINEAR FEET' ITEM) 3C #8 AWG
LUMINAIRE WIRE
0730 2599-9999009
('LINEAR FEET' ITEM) CONDUIT 2-
13MM PULLED INTO EXISTING CON
2599-9999005
('EACH' ITEM) STREET LIGHT
PRECAST CONC BASE 2'X7'
2599-9999009
('LINEAR FEET ITEM) #8 AWG XHHW
GROUND GREEN
1.000
EACH
1,450.00
4.000
EACH 2,200.00
3.000
EACH
900.00
4.000
EACH 1,200.00,
845.000
LF
1.00
1,450.00
8,800.00
2,700.00
4,800.00
845.00
2,661.75
7,722.00
845.00
805.00
0740 2599-9999009
('LINEAR FEET' ITEM) CONDUIT-
SEVEN WAY TRENCHED
1,188.000
0750 2599-9999009
('LINEAR FEET' ITEM) CONDUIT
TRENCHED HDPE 2 INCH RED
STRIPED
2599-9999009
('LINEAR FEET' ITEM) CONDUIT
TRENCHED HDPE 2-2 INCH
TOGETHER
LF
6.50
65.000
LF 13.00
70.000
LF
11.50
11,716.00
�IOWA DOT
SMARTERI SIMPLER I CUSTOMER DRIVEN
Contract Schedule
04/20/2018 13:43:20
AASHTOWare Project v3.01.164.01
Page 8 of 9
Contract ID: 31-2100-689
Awarded Vendor: EA057 EASTERN IOWA EXCAVATING AND CONCRETE, LLC
SECTION 0001
Alt Set ID:
ROADWAY ITEMS - ICAAP DMATS TSF Funds
Alt Mbr ID:
$1,257,852.18
0770 2599-9999009
('LINEAR FEET' ITEM) CONDUIT
TRENCHED HDPE 4INCH
0780 2599-9999009
(LINEAR FEET ITEM) CONDUIT
TRENCHED PVC 1 INCH
0790 2599-9999009
('LINEAR FEET ITEM) CONDUIT
TRENCHED PVC 2 INCH
0800 2599-9999009
('LINEAR FEET ITEM) CONDUIT
TRENCHED PVC 4INCH
0810 2599-9999014
('SQUARE FEET ITEM) PURINGTON
PAVER WITH CONCRETE BASE
0820 2599-9999014
('SQUARE FEET' ITEM) PURINGTON
PAVER WITH PLASTIC EDGE RESTRA
0830 2599-9999018
('SQUARE YARDS' ITEM) MEDIAN
PCC 9 INCH (COLOR BRICK RED)
59.000
LF
19.00
1,121.00
56.000
LF
12.50
700.00
0840
0850
0860
(SQUARE YARDS' ITEM) STD/S-F
PAVT CL C CL 3 9 INCH (RED)
2599-9999020
('TONS' ITEM) 3 INCH Breaker Run
Macadam
2601-2636044
820.000
SF
16.50
270.000
SF 24.50
13, 530.00
5.00
SEEDING AND FERTILIZING (URBAN)
0870 2602-0000030
SILT FENCE FOR DITCH CHECKS
155.000
SY
93.25
450.000
SY 82.50
4,020.000
TON
0.300
ACRE 18.000.001
15.65
14,453.75
180.000
LF
4.50
37,125.00
62, 913.00
5,400.00.
810.00
CIOWADOTSNARiSIMPLER ff CUSTOMER
Contract Schedule
04/20/2018 13:43:20
AASHTOWare Project v3.01.164.01
Page 9 of 9
Contract ID: 31-2100-689
Awarded Vendor: EA057 EASTERN IOWA EXCAVATING AND CONCRETE, LLC
SECTION 0001
Alt Set ID:
ROADWAY ITEMS - ICAAP DMATS TSF Funds
Alt Mbr ID:
$1,257,852.18
2602-0000071
REMOVAL OF SILT FENCE OR SILT
FENCE FOR DITCH CHECKS
0890 2602-0000101
MAINTENANCE OF SILT FENCE OR
SILT FENCE FOR DITCH CHECK
0900 2602-0000312
PERIMETER AND SLOPE SEDIMENT
CONTROL DEVICE, 12 IN. DIA.
180.000
LF
2.65
477.00
0910 2602-0000350
REMOVAL OF PERIMETER AND
SLOPE SEDIMENT CONTROL DEVICE
0920 2602-0010010
MOBILIZATIONS, EROSION CONTROL
0930
1,345.000
2610-0000120
TREES
0940 2610-0000180
FLOWERS, AS PER PLAN
0950 2610-0000400
WATERING FOR PLANTS
LF
4.000
EACH 500.00
1.50
2,017.50
3.000
EACH
LUMP SUM
60.000
MGAL
680.00
23.00
2,000.00
2,040.00
26,000.00
1,380.00
Total Bid: $1,257,852.18
I.
II.
III.
IV.
V.
VL
VII.
VIII.
IX.
X.
XL
REQUIRED CONTRACT PROVISIONS
FEDERAL -AID CONSTRUCTION CONTRACTS
General
Nondiscrimination
Nonsegregated Facilities
Davis -Bacon and Related Act Provisions
Contract Work Hours and Safety Standards Act
Provisions
Subletting or Assigning the Contract
Safety: Accident. Prevention
False Statements Concerning Highway Projects
Implementation of Clean Air Act and Federal Water
Pollution Control Act
Compliance with Governmentwide Suspension and
Debarment Requirements
Certification Regarding Use of Contract Funds for
Lobbying
ATTACHMENTS
A. Employment and Materials Preference for Appalachian
Development Highway System or Appalachian Local Access
Road Contracts (included in Appalachian contracts only)
1. GENERAL
1. Form FHWA-1273 must be physically incorporated in each
construction contract funded under Title 23 (excluding
emergency contracts solely intended for debris removal). The
contractor (or subcontractor) must insert this form in each
subcontract and further require its inclusion in all lower tier
subcontracts (excluding purchase orders, rental agreements
and other agreements for supplies or services).
The applicable requirements of Form FHWA-1273 are
incorporated by reference for work done under any purchase
order, rental agreement or agreement for other services. The
prime contractor shall be responsible for compliance by any
subcontractor, lower -tier subcontractor or service provider.
Form FHWA-1273 must be included in all Federal -aid design -
build contracts, in all subcontracts and in lower tier
subcontracts (excluding subcontracts for design services,
purchase orders, rental agreements and other agreements for
supplies or services). The design -builder shall be responsible
for compliance by any subcontractor, lower -tier subcontractor
or service provider.
Contracting agencies may reference Form FHWA-1273 in bid
proposal or request for proposal documents, however, the
Form FHWA-1273 must be physically incorporated (not
referenced) in all contracts, subcontracts and lower -tier
subcontracts (excluding purchase orders, rental agreements
and other agreements for supplies or services related to a
construction contract).
2. Subject to the applicability criteria noted in the following
sections, these contract provisions shall apply to all work
performed on the contract by the contractor's own organization
and with the assistance of workers under the contractor's
immediate superintendence and to all work performed on the
contract by piecework, station work, or by subcontract.
FHWA-1273 -- Revised May 1, 2012
3. A breach of any of the stipulations contained in these
Required Contract Provisions may be sufficient grounds for
withholding of progress payments, withholding of final
payment, termination of the contract, suspension / debarment
or any other action determined to be appropriate by the
contracting agency and FHWA.
4. Selection of Labor: During the performance of this contract,
the contractor shall not use convict labor for any purpose
within the limits of a construction project on a Federal -aid
highway unless it is labor performed by convicts who are on
parole, supervised release, or probation. The term Federal -aid
highway does not include roadways functionally classified as
local roads or rural minor collectors.
11. NONDISCRIMINATION
The provisions of this section related to 23 CFR Part 230 are
applicable to all Federal -aid construction contracts and to all
related construction subcontracts of $10,000 or more. The
provisions of 23 CFR Part 230 are not applicable to material
supply, engineering, or architectural service contracts.
In addition, the contractor and all subcontractors must comply
with the following policies: Executive Order 11246, 41 CFR 60,
29 CFR 1625-1627, Title 23 USC Section 140, the
Rehabilitation Act of 1973, as amended (29 USC 794), Title VI
of the Civil Rights Act of 1964, as amended, and related
regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR
Parts 200, 230, and 633.
The contractor and all subcontractors must comply with: the
requirements of the Equal Opportunity Clause in 41 CFR 60-
1.4(b) and, for all construction contracts exceeding $10,000,
the Standard Federal Equal Employment Opportunity
Construction Contract Specifications in 41 CFR 60-4.3.
Note: The U.S. Department of Labor has exclusive authority to
determine compliance with Executive Order 11246 and the
policies of the Secretary of Labor including 41 CFR 60, and 29
CFR 1625-1627. The contracting agency and the FHWA have
the authority and the responsibility to ensure compliance with
Title 23 USC Section 140, the Rehabilitation Act of 1973, as
amended (29 USC 794), and Title VI of the Civil Rights Act of
1964, as amended, and related regulations including 49 CFR
Parts 21, 26 and 27; and 23 CFR Parts 200, 230, and 633.
The following provision is adopted from 23 CFR 230, Appendix
A, with appropriate revisions to conform to the U.S.
Department of Labor (US DOL) and FHWA requirements.
1. Equal Employment Opportunity: Equal employment
opportunity (EEO) requirements not to discriminate and to take
affirmative action to assure equal opportunity as set forth
under laws, executive orders, rules, regulations (28 CFR 35,
29 CFR 1630, 29 CFR 1625-1627, 41 CFR 60 and 49 CFR 27)
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 provisions of the Americans with Disabilities
Act of 1990 (42 U.S.C. 12101 et seq.) 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 contracting agency and
the Federal Government to ensure that it has made every
good faith effort to provide equal opportunity with respect to all
of its terms and conditions of employment and in their review
of activities under the contract.
b. The contractor will accept as its operating policy the
following statement:
"It is the policy of this Company to assure that applicants
are employed, and that employees are treated during
employment, without regard to their race, religion, sex, color,
national origin, age or disability. Such action shall include:
employment, upgrading, demotion, or transfer; recruitment or
recruitment advertising; layoff or termination; rates of pay or
other forms of compensation; and selection for training,
including apprenticeship, pre -apprenticeship, and/or on-the-
job training."
2. EEO Officer: The contractor will designate and make
known to the contracting officers an EEO Officer who will have
the responsibility for and must be capable of effectively
administering and promoting an active EEO program and who
must be assigned adequate authority and responsibility to do
so.
3. Dissemination of Policy: All members of the contractor's
staff who are authorized to hire, supervise, promote, and
discharge employees, or who recommend such action, or who
are substantially involved in such action, will be made fully
cognizant of, and will implement, the contractor's EEO policy
and contractual responsibilities to provide EEO in each grade
and classification of employment. To ensure that the above
agreement will be met, the following actions will be taken as a
minimum:
a. Periodic meetings of supervisory and personnel office
employees will be conducted before the start of work and then
not less often than once every six months, at which time the
contractor's EEO policy and its implementation will be
reviewed and explained. The meetings will be conducted by
the EEO Officer.
b. All new supervisory or personnel office employees will be
given a thorough indoctrination by the EEO Officer, covering
all major aspects of the contractor's EEO obligations within
thirty days following their reporting for duty with the contractor.
c. All personnel who are engaged in direct recruitment for
the project will be instructed by the EEO Officer in the
contractor's procedures for locating and hiring minorities and
women.
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 means of meetings, employee handbooks, or
other appropriate means.
2
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 minorities and women 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 minorities and women. To
meet this requirement, the contractor will identify sources of
potential minority group employees, and establish with such
identified sources procedures whereby minority and women
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, the
contractor is expected to observe the provisions of that
agreement to the extent that the system meets the contractor's
compliance with EEO contract provisions. Where
implementation of such an agreement has the effect of
discriminating against minorities or women, or obligates the
contractor to do the same, such implementation violates
Federal nondiscrimination provisions.
c. The contractor will encourage its present employees to
refer minorities and women as applicants for employment.
Information and procedures with regard to referring such
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
discrimination. Where evidence is found, the contractor will
promptly take corrective action. If the review indicates that the
discrimination may extend beyond the actions reviewed, such
corrective action shall include all affected persons.
d. The contractor will promptly investigate all complaints of
alleged discrimination made to the contractor in connection
with its obligations under this contract, will attempt to resolve
such complaints, and will take appropriate corrective action
within a reasonable time. If the investigation indicates that the
discrimination may affect persons other than the complainant,
such corrective action shall include such other persons. Upon
completion of each investigation, the contractor will inform
every complainant of all of their avenues of appeal.
6. Training and Promotion:
a. The contractor will assist in locating, qualifying, and
increasing the skills of minorities and women who are
applicants for employment or current employees. Such efforts
should be aimed at developing full journey level status
employees in the type of trade or job classification involved.
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. In the event a
special provision for training is provided under this contract,
this subparagraph will be superseded as indicated in the
special provision. The contracting agency may reserve
training positions for persons who receive welfare assistance
in accordance with 23 U.S.C. 140(a).
c. The contractor will advise employees and applicants for
employment of available training programs and entrance
requirements for each.
d. The contractor will periodically review the training and
promotion potential of employees who are minorities and
women 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 good
faith efforts to obtain the cooperation of such unions to
increase opportunities for minorities and women. 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 good faith efforts to develop, in
cooperation with the unions, joint training programs aimed
toward qualifying more minorities and women for membership
in the unions and increasing the skills of minorities and women
so that they may qualify for higher paying employment.
b. The contractor will use good faith 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 contracting agency and shall set forth what efforts have
been made to obtain such information.
d. In the event the union is unable to provide the contractor
with a reasonable flow of referrals within the time limit set forth
in the collective bargaining agreement, the contractor will,
through independent recruitment efforts, fill the employment
vacancies without regard to race, color, religion, sex, national
origin, age or disability; making full efforts to obtain qualified
and/or qualifiable minorities and women. The failure of a union
to provide sufficient referrals (even though it is obligated to
provide exclusive referrals under the terms of a collective
bargaining agreement) does not relieve the contractor from the
requirements of this paragraph. 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
contracting agency.
8. Reasonable Accommodation for Applicants /
Employees with Disabilities: The contractor must be familiar
3
with the requirements for and comply with the Americans with
Disabilities Act and all rules and regulations established there
under. Employers must provide reasonable accommodation in
all employment activities unless to do so would cause an
undue hardship.
9. Selection of Subcontractors, Procurement of Materials
and Leasing of Equipment: The contractor shall not
discriminate on the grounds of race, color, religion, sex,
national origin, age or disability in the selection and retention
of subcontractors, including procurement of materials and
leases of equipment. The contractor shall take all necessary
and reasonable steps to ensure nondiscrimination in the
administration of this contract.
a. The contractor shall notify all potential subcontractors and
suppliers and lessors of their EEO obligations under this
contract.
b. The contractor will use good faith efforts to ensure
subcontractor compliance with their EEO obligations.
10. Assurance Required by 49 CFR 26.13(b):
a. The requirements of 49 CFR Part 26 and the State
DOT's U.S. DOT -approved DBE program are incorporated by
reference.
b. The contractor or subcontractor shall not discriminate on
the basis of race, color, national origin, or sex in the
performance of this contract. The contractor shall carry out
applicable requirements of 49 CFR Part 26 in the award and
administration of DOT -assisted contracts. Failure by the
contractor to carry out these requirements is a material breach
of this contract, which may result in the termination of this
contract or such other remedy as the contracting agency
deems appropriate.
11. 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 the date of the final payment to the
contractor for all contract work and shall be available at
reasonable times and places for inspection by authorized
representatives of the contracting agency and the FHWA.
a. The records kept by the contractor shall document the
following:
(1) The number and work hours 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; and
(3) The progress and efforts being made in locating, hiring,
training, qualifying, and upgrading minorities and women;
b. The contractors and subcontractors will submit an annual
report to the contracting agency 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. The staffing data should
represent the project work force on board in all or any part of
the last payroll period preceding the end of July. If on-the-job
training is being required by special provision, the contractor
will be required to collect and report training data. The
employment data should reflect the work force on board during
all or any part of the last payroll period preceding the end of
July.
III. NONSEGREGATED FACILITIES
This provision is applicable to all Federal -aid construction
contracts and to all related construction subcontracts of
$10,000 or more.
The contractor must ensure that facilities provided for
employees are provided in such a manner that segregation on
the basis of race, color, religion, sex, or national origin cannot
result. The contractor may neither require such segregated
use by written or oral policies nor tolerate such use by
employee custom. The contractor's obligation extends further
to ensure that its employees are not assigned to perform their
services at any location, under the contractor's control, where
the facilities are segregated. The term "facilities" includes
waiting rooms, work areas, restaurants and other eating areas,
time clocks, restrooms, washrooms, locker rooms, and other
storage or dressing areas, parking lots, drinking fountains,
recreation or entertainment areas, transportation, and housing
provided for employees. The contractor shall provide separate
or single -user restrooms and necessary dressing or sleeping
areas to assure privacy between sexes.
IV. DAVIS-BACON AND RELATED ACT PROVISIONS
This section is applicable to all Federal -aid construction
projects exceeding $2,000 and to at related subcontracts and
lower -tier subcontracts (regardless of subcontract size). The
requirements apply to all projects located within the right-of-
way of a roadway that is functionally classified as Federal -aid
highway. This excludes roadways functionally classified as
local roads or rural minor collectors, which are exempt.
Contracting agencies may elect to apply these requirements to
other projects.
The following provisions are from the U.S. Department of
Labor regulations in 29 CFR 5.5 "Contract provisions and
related matters" with minor revisions to conform to the FHWA-
1273 format and FHWA program requirements.
1. Minimum wages
a. All laborers and mechanics 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 issued by the Secretary of Labor
under the Copeland Act (29 CFR part 3)), the full amount of
wages and bona fide fringe benefits (or cash equivalents
thereof) due at time of payment computed at rates not less
than those contained in the wage determination of the
Secretary of Labor which is attached hereto and made a part
hereof, regardless of any contractual relationship which may
be alleged to exist between the contractor and such laborers
and mechanics.
Contributions made or costs reasonably anticipated for bona
fide fringe benefits under section 1(b)(2) of the Davis -Bacon
Act on behalf of laborers or mechanics are considered wages
paid to such laborers or mechanics, subject to the provisions
4
of paragraph 1.d. of this section; also, 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 29 CFR 5.5(a)(4). 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.
The wage determination (including any additional classification
and wage rates conformed under paragraph 1.b. of this
section) and the Davis -Bacon poster (WH -1321) 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.
b.(1) The contracting officer shall require that any class of
laborers or mechanics, including helpers, which is not listed in
the wage determination and which is to be employed under the
contract shall be classified in conformance with the wage
determination. The contracting officer shall approve an
additional classification and wage rate and fringe benefits
therefore only when the following criteria have been met:
(i) The work to be performed by the classification
requested is not performed by a classification in the wage
determination; and
(ii) The classification is utilized in the area by the
construction industry; and
(iii) The proposed wage rate, including any bona fide
fringe benefits, bears a reasonable relationship to the
wage rates contained in the wage determination.
(2) If the contractor and the laborers and mechanics to be
employed in the classification (if known), 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
Administrator of the Wage and Hour Division, Employment
Standards Administration, U.S. Department of Labor,
Washington, DC 20210. The 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.
(3) In the event the contractor, the laborers or mechanics
to be employed in the 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. The Wage and Hour Administrator, or an
authorized representative, will issue a determination within
30 days of receipt and so advise the contracting officer or
will notify the contracting officer within the 30 -day period that
additional time is necessary.
(4) The wage rate (including fringe benefits where
appropriate) determined pursuant to paragraphs 1.b.(2) or
1.b.(3) of this section, shall be paid to all workers performing
work in the classification under this contract from the first
day on which work is performed in the classification.
c. 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
shall either pay the benefit as stated in the wage determination
or shall pay another bona fide fringe benefit or an hourly cash
equivalent thereof.
d. If the contractor does not make payments to a trustee or
other third person, the contractor may consider as 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.
2. Withholding
The contracting agency shall upon its own action or upon
written request of an authorized representative of the
Department of Labor, withhold or cause to be withheld from
the contractor 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, so
much of the accrued payments or advances as may be
considered necessary to pay laborers and mechanics,
including apprentices, trainees, and helpers, employed by the
contractor or any subcontractor 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 contracting agency
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.
3. Payrolls and basic records
a. Payrolls and basic records relating thereto shall be
maintained by the contractor during the course of the work and
preserved for a period of three years thereafter for all laborers
and mechanics working at the site of the work. Such records
shall contain the name, address, and social security number of
each such worker, his or her correct classification, hourly rates
of wages paid (including rates of contributions or costs
anticipated for bona fide fringe benefits or cash equivalents
thereof of 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. Whenever the
Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) 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 -
5
Bacon Act, the contractor shall maintain records which show
that the commitment to provide such benefits is enforceable,
that the plan or program is financially responsible, and that the
plan or program has been communicated in writing to the
laborers or mechanics affected, and records which show the
costs anticipated or the actual cost incurred in providing such
benefits. Contractors employing apprentices or trainees under
approved programs shall maintain written evidence of the
registration of apprenticeship programs and certification of
trainee programs, the registration of the apprentices and
trainees, and the ratios and wage rates prescribed in the
applicable programs.
b.(1) The contractor shall submit weekly for each week in
which any contract work is performed a copy of all payrolls to
the contracting agency. The payrolls submitted shall set out
accurately and completely all of the information required to be
maintained under 29 CFR 5.5(a)(3)(i), except that full social
security numbers and home addresses shall not be included
on weekly transmittals. Instead the payrolls shall only need to
include an individually identifying number for each employee (
e.g. , the last four digits of the employee's social security
number). The required weekly payroll information may be
submitted in any form desired. Optional Form WH -347 is
available for this purpose from the Wage and Hour Division
Web site at http://www.dol.gov/esa/whd/forms/wh347instr.htm
or its successor site. The prime contractor is responsible for
the submission of copies of payrolls by all subcontractors.
Contractors and subcontractors shall maintain the full social
security number and current address of each covered worker,
and shall provide them upon request to the contracting agency
for transmission to the State DOT, the FHWA or the Wage and
Hour Division of the Department of Labor for purposes of an
investigation or audit of compliance with prevailing wage
requirements. It is not a violation of this section for a prime
contractor to require a subcontractor to provide addresses and
social security numbers to the prime contractor for its own
records, without weekly submission to the contracting agency..
(2) Each payroll submitted shall be accompanied by a
"Statement of Compliance," signed by the contractor or
subcontractor or his or her agent who pays or supervises the
payment of the persons employed under the contract and shall
certify the following:
(i) That the payroll for the payroll period contains the
information required to be provided under §5.5 (a)(3)(ii) of
Regulations, 29 CFR part 5, the appropriate information is
being maintained under §5.5 (a)(3)(i) of Regulations, 29
CFR part 5, and that such information is correct and
complete;
(ii) That each 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 Regulations, 29 CFR
part 3;
(iii) That each laborer or mechanic has been paid not
less than the applicable wage rates and fringe benefits or
cash equivalents for the classification of work performed,
as specified in the applicable wage determination
incorporated into the contract.
(3) 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 3.b.(2) of
this section.
(4) The falsification of any of the above certifications may
subject the contractor or subcontractor to civil or criminal
prosecution under section 1001 of title 18 and section 231 of
title 31 of the United States Code.
c. The contractor or subcontractor shall make the records
required under paragraph 3.a. of this section available for
inspection, copying, or transcription by authorized
representatives of the contracting agency, the State DOT, the
FHWA, or the Department of Labor, 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 FHWA may,
after written notice to the contractor, the contracting agency or
the State DOT, take such action 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.
4. Apprentices and trainees
a. Apprentices (programs of the USDOL).
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 U.S. Department of
Labor, Employment and Training Administration, Office of
Apprenticeship Training, Employer and Labor Services, or with
a State Apprenticeship Agency recognized by the Office, or if a
person is employed in his or 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 Office of Apprenticeship
Training, Employer and Labor Services or a State
Apprenticeship Agency (where appropriate) to be eligible for
probationary employment as an apprentice.
The allowable ratio of apprentices to journeymen 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 worker 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 on 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 is
performing construction on a project in a locality other than
that in which its program is registered, the ratios and wage
rates (expressed in percentages of the journeyman's hourly
rate) specified in the contractor's or subcontractor's registered
program shall be observed.
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 journeymen hourly
6
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 determines that a different
practice prevails for the applicable apprentice classification,
fringes shall be paid in accordance with that determination.
In the event the Office of Apprenticeship Training, Employer
and Labor Services, or a State Apprenticeship Agency
recognized by the Office, withdraws approval of an
apprenticeship program, the contractor will no longer be
permitted to utilize apprentices at less than the applicable
predetermined rate for the work performed until an acceptable
program is approved.
b. Trainees (programs of the USDOL).
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 U.S.
Department of Labor, Employment and Training
Administration.
The ratio of trainees to journeymen on the job site shall not be
greater than permitted under the plan approved by the
Employment and Training Administration.
Every trainee must be paid at not less than the rate specified
in the approved program for the trainee's level of progress,
expressed as a percentage of the journeyman 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 wage rate on the wage
determination which provides for less than full fringe benefits
for apprentices. 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.
In the event the Employment and Training Administration
withdraws approval of a training program, the contractor will no
longer be permitted to utilize trainees at less than the
applicable predetermined rate for the work performed until an
acceptable program is approved.
c. Equal employment opportunity. The utilization of
apprentices, trainees and journeymen under this part shall be
in conformity with the equal employment opportunity
requirements of Executive Order 11246, as amended, and 29
CFR part 30.
d. 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.
5. Compliance with Copeland Act requirements. The
contractor shall comply with the requirements of 29 CFR part
3, which are incorporated by reference in this contract.
6. Subcontracts. The contractor or subcontractor shall insert
Form FHWA-1273 in any subcontracts and also require the
subcontractors to include Form FHWA-1273 in any lower tier
subcontracts. The prime contractor shall be responsible for the
compliance by any subcontractor or lower tier subcontractor
with all the contract clauses in 29 CFR 5.5.
7. Contract termination: debarment. A breach of the
contract clauses in 29 CFR 5.5 may be grounds for termination
of the contract, and for debarment as a contractor and a
subcontractor as provided in 29 CFR 5.12.
8. Compliance with Davis -Bacon and Related Act
requirements. All rulings and interpretations of the Davis -
Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5
are herein incorporated by reference in this contract.
9. Disputes concerning labor standards. Disputes arising
out of the labor standards provisions of this contract shall not
be subject to the general disputes clause of this contract. Such
disputes shall be resolved in accordance with the procedures
of the Department of Labor set forth in 29 CFR parts 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 U.S. Department of Labor, or the
employees or their representatives.
10. Certification of eligibility.
a. By entering into this contract, the contractor certifies that
neither it (nor he or she) nor any person or firm who has an
interest in the contractor's firm is a person or firm ineligible to
be awarded Government contracts by virtue of section 3(a) of
the Davis -Bacon Act or 29 CFR 5.12(a)(1).
b. No part of this contract shall be subcontracted to any person
or firm ineligible for award of a Government contract by virtue
of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1).
c. The penalty for making false statements is prescribed in the
U.S. Criminal Code, 18 U.S.C. 1001.
7
V. CONTRACT WORK HOURS AND SAFETY
STANDARDS ACT
The following clauses apply to any Federal -aid construction
contract in an amount in excess of $100,000 and subject to the
overtime provisions of the Contract Work Hours and Safety
Standards Act. These clauses shall be inserted in addition to
the clauses required by 29 CFR 5.5(a) or 29 CFR 4.6. As
used in this paragraph, the terms laborers and mechanics
include watchmen and guards.
1. Overtime requirements. No contractor or subcontractor
contracting for any part of the contract work which may require
or involve the employment of laborers or mechanics shall
require or permit any such laborer or mechanic in any
workweek in which he or she is employed on such work to
work in excess of forty hours in such workweek unless such
laborer or mechanic receives compensation at a rate not less
than one and one-half times the basic rate of pay for all hours
worked in excess of forty hours in such workweek.
2. Violation; liability for unpaid wages; liquidated
damages. In the event of any violation of the clause set forth
in paragraph (1.) of this section, the contractor and any
subcontractor responsible therefor shall be liable for the
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 or mechanic, including watchmen and
guards, employed in violation of the clause set forth in
paragraph (1.) of this section, in the sum of $10 for each
calendar day on which such individual was required or
permitted to work in excess of the standard workweek of forty
hours without payment of the overtime wages required by the
clause set forth in paragraph (1.) of this section.
3. Withholding for unpaid wages and liquidated damages.
The FHWA or the contacting agency shall upon its own action
or upon written request of an authorized representative of the
Department of Labor withhold or cause to be withheld, from
any moneys 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 (2.) of this
section.
4. Subcontracts. The contractor or subcontractor shall insert
in any subcontracts the clauses set forth in paragraph (1.)
through (4.) of this section and also a clause requiring the
subcontractors to include these clauses in any lower tier
subcontracts. The prime contractor shall be responsible for
compliance by any subcontractor or lower tier subcontractor
with the clauses set forth in paragraphs (1.) through (4.) of this
section.
VL SUBLETTING OR ASSIGNING THE CONTRACT
This provision is applicable to all Federal -aid construction
contracts on the National Highway System.
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 contracting agency. 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 635.116).
a. The term "perform work with its own organization" refers
to workers employed or leased 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 or lower tier subcontractor,
agents of the prime contractor, or any other assignees. The
term may include payments for the costs of hiring leased
employees from an employee leasing firm meeting all relevant
Federal and State regulatory requirements. Leased
employees may only be included in this term if the prime
contractor meets all of the following conditions:
(1) the prime contractor maintains control over the
supervision of the day-to-day activities of the leased
employees;
(2) the prime contractor remains responsible for the quality
of the work of the leased employees;
(3) the prime contractor retains all power to accept or
exclude individual employees from work on the project; and
(4) the prime contractor remains ultimately responsible for
the payment of predetemiined minimum wages, the
submission of payrolls, statements of compliance and all
other Federal regulatory requirements.
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 or propose 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 furnish (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
requirements, and is in charge of all construction operations
(regardless of who performs the work) and (b) such other of its
own organizational resources (supervision, management, and
engineering services) as the 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
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
contracting agency has assured that each subcontract is
8
evidenced in writing and that it contains all pertinent provisions
and requirements of the prime contract.
5. The 30% self -performance requirement of paragraph (1) is
not applicable to design -build contracts; however, contracting
agencies may establish their own self -performance
requirements.
VII. SAFETY: ACCIDENT PREVENTION
T his pro vision is applicable to all Federal -aid
construction contracts and to all related subcontracts.
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 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. 3704).
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.3704).
VIII. FALSE STATEMENTS CONCERNING HIGHWAY
PROJECTS
T his provision is applicable to all Federal -aid
construction contracts and to all related subcontracts.
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, Form FHWA-1022 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:
18 U.S.C. 1020 reads as follows:
"Whoever, being an officer, agent, or employee of the United
States, or of any State or Territory, or whoever, whether a
person, association, firm, or corporation, knowingly makes any
false statement, false representation, or false report as to the
character, quality, quantity, or cost of the material used or to
be used, or the quantity or quality of the work performed or to
be performed, or the cost thereof in connection with the
submission of plans, maps, specifications, contracts, or costs
of construction on any highway or related project submitted for
approval to the Secretary of Transportation; or
Whoever knowingly makes any false statement, false
representation, false report or false claim with respect to the
character, quality, quantity, or cost of any work performed or to
be performed, or materials furnished or to be furnished, in
connection with the construction of any highway or related
project approved by the Secretary of Transportation; or
Whoever knowingly makes any false statement or false
representation as to material fact in any statement, certificate,
or report submitted pursuant to provisions of the Federal -aid
Roads Act approved July 1, 1916, (39 Stat. 355), as amended
and supplemented;
Shall be fined under this title or imprisoned not more than 5
years or both."
IX. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL
WATER POLLUTION CONTROL ACT
This provision is applicable to all Federal -aid construction
contracts and to all related subcontracts.
By submission of this bid/proposal or the execution of this
contract, or subcontract, as appropriate, the bidder, proposer,
Federal -aid construction contractor, or subcontractor, as
appropriate, will be deemed to have stipulated as follows:
1. That any person who is or will be utilized in the
performance of this contract is not prohibited from receiving an
award due to a violation of Section 508 of the Clean Water Act
or Section 306 of the Clean Air Act.
2. That the contractor agrees to include or cause to be
included the requirements of paragraph (1) of this Section X in
every subcontract, and further agrees to take such action as
the contracting agency may direct as a means of enforcing
such requirements.
X. CERTIFICATION REGARDING DEBARMENT,
SUSPENSION, INELIGIBILITY AND VOLUNTARY
EXCLUSION
This provision is applicable to all Federal -aid construction
contracts, design -build contracts, subcontracts, lower -tier
subcontracts, purchase orders, lease agreements, consultant
contracts or any other covered transaction requiring FHWA
approval or that is estimated to cost $25,000 or more — as
defined in 2 CFR Parts 180 and 1200.
1. Instructions for Certification — First Tier Participants:
a. By signing and submitting this proposal, the prospective
first tier 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
9
covered transaction. The prospective first tier 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 first tier participant to furnish a
certification or an explanation shall disqualify such a person
from participation in this transaction.
c. The certification in this clause is a material representation
of fact upon which reliance was placed when the contracting
agency determined to enter into this transaction. If it is later
determined that the prospective participant knowingly rendered
an erroneous certification, in addition to other remedies
available to the Federal Government, the contracting agency
may terminate this transaction for cause of default.
d. The prospective first tier participant shall provide
immediate written notice to the contracting agency to whom
this proposal is submitted if any time the prospective first tier
participant learns that its certification was erroneous when
submitted or has become erroneous by reason of changed
circumstances.
e. The terms "covered transaction," "debarred,"
"suspended," "ineligible," "participant," "person," "principal,"
and "voluntarily excluded," as used in this clause, are defined
in 2 CFR Parts 180 and 1200. "First Tier Covered
Transactions" refers to any covered transaction between a
grantee or subgrantee of Federal funds and a participant (such
as the prime or general contract). "Lower Tier Covered
Transactions" refers to any covered transaction under a First
Tier Covered Transaction (such as subcontracts). "First Tier
Participant" refers to the participant who has entered into a
covered transaction with a grantee or subgrantee of Federal
funds (such as the prime or general contractor). "Lower Tier
Participant" refers any participant who has entered into a
covered transaction with a First Tier Participant or other Lower
Tier Participants (such as subcontractors and suppliers).
f. The prospective first 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 entering into this transaction.
g. The prospective first tier participant further agrees by
submitting this proposal that it will include the clause titled
"Certification Regarding Debarment, Suspension, Ineligibility
and Voluntary Exclusion -Lower Tier Covered Transactions,"
provided by the department or contracting agency, entering
into this covered transaction, without modification, in all lower
tier covered transactions and in all solicitations for lower tier
covered transactions exceeding the $25,000 threshold.
h. A participant in a covered transaction may rely upon a
certification of a prospective participant in a lower tier covered
transaction that is not debarred, suspended, ineligible, or
voluntarily excluded from the covered transaction, unless it
knows that the certification is erroneous. A participant is
responsible for ensuring that its principals are not suspended,
debarred, or otherwise ineligible to participate in covered
transactions. To verify the eligibility of its principals, as well as
the eligibility of any lower tier prospective participants, each
participant may, but is not required to, check the Excluded
Parties List System website (https://www.epls.gov/), which is
compiled by the General Services Administration.
i. Nothing contained in the foregoing shall be construed to
require the establishment of a system of records in order to
render in good faith the certification required by this clause.
The knowledge and information of the prospective 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.
2. Certification Regarding Debarment, Suspension,
Ineligibility and Voluntary Exclusion — First Tier
Participants:
a. The prospective first tier participant certifies to the best of
its knowledge and belief, that it and its principals:
(1) Are not presently debarred, suspended, proposed for
debarment, declared ineligible, or voluntarily excluded from
participating in covered transactions by any Federal
department or agency;
(2) Have not within a three-year period preceding this
proposal been convicted of or had a civil judgment rendered
against them for commission of fraud ora 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;
(3) 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 (a)(2) of this certification; and
(4) Have not within a three-year period preceding this
application/proposal had one or more public transactions
(Federal, State or local) terminated for cause or default.
b. Where the prospective participant is unable to certify to
any of the statements in this certification, such prospective
participant shall attach an explanation to this proposal.
2. Instructions for Certification - Lower Tier Participants:
(Applicable to all subcontracts, purchase orders and other
lower tier transactions requiring prior FHWA approval or
estimated to cost $25,000 or more - 2 CFR Parts 180 and
1200)
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 department, or agency with which
10
this transaction originated may pursue available remedies,
including suspension and/or debarment.
c. The prospective lower tier participant shall provide
immediate written notice to the person to which this proposal is
submitted if at any time the prospective lower tier participant
learns that its certification was erroneous by reason of
changed circumstances.
d. The terms "covered transaction," "debarred,"
"suspended," "ineligible," "participant," "person," "principal,"
and "voluntarily excluded," as used in this clause, are defined
in 2 CFR Parts 180 and 1200. You may contact the person to
which this proposal is submitted for assistance in obtaining a
copy of those regulations. "First Tier Covered Transactions"
refers to any covered transaction between a grantee or
subgrantee of Federal funds and a participant (such as the
prime or general contract). "Lower Tier Covered Transactions"
refers to any covered transaction under a First Tier Covered
Transaction (such as subcontracts). "First Tier Participant"
refers to the participant who has entered into a covered
transaction with a grantee or subgrantee of Federal funds
(such as the prime or general contractor). "Lower Tier
Participant" refers any participant who has entered into a
covered transaction with a First Tier Participant or other Lower
Tier Participants (such as subcontractors and suppliers).
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 exceeding
the $25,000 threshold.
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 is
responsible for ensuring that its principals are not suspended,
debarred, or otherwise ineligible to participate in covered
transactions. To verify the eligibility of its principals, as well as
the eligibility of any lower tier prospective participants, each
participant may, but is not required to, check the Excluded
Parties List System website (https://www.erls.gov/) which is
compiled by the General Services Administration.
h. Nothing contained in the foregoing shall be construed to
require establishment of a system of records in order to render
in good faith the certification required by this clause. The
knowledge and information of participant is not required to
exceed that which is normally possessed by a prudent person
in the ordinary course of business dealings.
i. Except for transactions authorized under paragraph e of
these instructions, if a participant in a covered transaction
knowingly enters into a lower tier covered transaction with a
person who is suspended, debarred, ineligible, or voluntarily
excluded from participation in this transaction, in addition to
other remedies available to the Federal 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
Participants:
1. The prospective lower tier participant certifies, by
submission of this proposal, that neither it nor its principals is
presently debarred, suspended, proposed for debarment,
declared ineligible, or voluntarily excluded from participating in
covered transactions 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.
XI. CERTIFICATION REGARDING USE OF CONTRACT
FUNDS FOR LOBBYING
This provision is applicable to all Federal -aid construction
contracts and to all related subcontracts which exceed
$100,000 (49 CFR 20).
1. The prospective participant certifies, by signing and
submitting this bid or proposal, to the best of his or her
knowledge and belief, that:
a. No Federal appropriated funds have been paid or will be
paid, by or on behalf of the undersigned, to any person for
influencing or attempting to influence an officer or employee of
any Federal agency, a Member of Congress, an officer or
employee of Congress, or an employee of a Member of
Congress in connection with the awarding of any Federal
contract, the making of any Federal grant, the making of any
Federal loan, the entering into of any cooperative agreement,
and the extension, continuation, renewal, amendment, or
modification of any Federal contract, grant, loan, or
cooperative agreement.
b. If any funds other than Federal appropriated funds have
been paid or will be paid to any person for influencing or
attempting to influence an officer or employee of any Federal
agency, a Member of Congress, an officer or employee of
Congress, or an employee of a Member of Congress in
connection with this Federal contract, grant, loan, or
cooperative agreement, the undersigned shall complete and
submit Standard Form -LLL, "Disclosure Form to Report
Lobbying," in accordance with its instructions.
2. This certification is a material representation of fact upon
which reliance was placed when this transaction was made or
entered into. Submission of this certification is a prerequisite
for making or entering into this transaction imposed by 31
U.S.C. 1352. Any person who fails to file the required
certification shall be subject to a civil penalty of not less than
$10,000 and not more than $100,000 for each such failure.
3. The prospective participant also agrees by submitting its
bid or proposal that the participant 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.
11
DOT
. dot.g
�K8����QK�|k8P|�0U�U�T�KA���0!\��0 ww-- -------«�-
�/..^�mn�.`o�...�u`x�w�/^^/"`�uw,"�."
Office of Contracts A Project Delivery Bureau
8OOLincoln Way | Ames, Iowa 5UO1O
Phone: 515-239-1414 I Email: dot.contracts@iowadot.us
TO: COUNTIES
CITIES
COUNTY CONSERVATION BOARDS
SUBJECT: INSTRUCTIONS FOR ISSUING SALES AND USE TAX EXEMPTION
CERTIFICATES
Iowa Code aliows designated exempt entities to issues Sales and Use Tax Exemption Certificates. These
certificates, when issued to contractors and sub -contractors, allow the purchase of qualifying items to be made
exempt from Iowa sales tax, applicable local option sales tax, and school infrastructure local option sales tax.
Enclosed are the Sales and Use Exemption Certificates for awarded through the lowa DOT letting.
IMPORTANT: Please sign each of the Sales and Use Tax Exemption Certificates and send them to the prime
contractor.
Cali the Office of Contractsat 515-239-1414 if you have any questions.
MUD/me
Enclosure(s)
Sincerely,
Mark J. Dunn, P.E.
Contracts Engineer
Iowa Department of Revenue
www.state.ia.us/tax
Iowa Department
of Transportation
F005 (650071) 08-08
DESIGNATED EXEMPT ENTITY
IOWA CONSTRUCTION SALES TAX EXEMPTION CERTIFICATE
AND AUTHORIZATION LETTER
This document may be completed by a designated exempt entity and given to their contractor and/or subcontractor.
Seiler: Keep this certificate in your files. Contractor/Exempt Entity: Keep a copy of this certificate for your records.
Do not send this to the Department of Revenue.
Designated Exempt Entity
CITY OF DUBUQUE, PUBLIC WORKS DIREC
Address 1
50 WEST 13TH ST
Address 2
City
DUBUQUE
State
IA
Zip Code
52001-4864
Construction Project Name
18/04/17\102
Construction Project Number (if used)
31-2100-689
Description of contract/subcontract (please print/type clearly)
DUBUQUE STP -A-2100 (689) --86-31
PCC PAVEMENT - GRADE & REPLACE
General Contractor or Subcontractor Name
EASTERN IOWA EXCAVATING AND CONCRET
Address 1
121 NIXON ST. SE
Address 2
P.O. BOX 189
City
CASCADE
State
IA
Zip Code
52033-0189
The named contractor/subcontractor may purchase building materials used in the contract, exempt from sales tax. This exemption
does NOT apply to materials, equipment and supplies consumed by the contractor or subcontractor that are not incorporated into
the real property being constructed.
Designated Exempt Entity Authorized Agent Date
31-013 (8/18/03)
AUTHORIZATION LETTER FROM IOWA DEPARTMENT OF TRANSPORTATION
CONTRACTOR/SUBCONTRACTORS: A copy of this document must be presented to your supplier(s) prior to purchasing your
building materials.
Pursuant to Iowa Code Section: 423.3 (80). you are authorized to purchase building materials tax free for the contract specified
above.
The exemption certificate (or a copy of the certificate) may be provided to the suppliers of your building materials and will
authorize them to sell you the materials exempt from Iowa sales tax and any applicable local option sales tax. Complete
information on qualifying materials and supplies can be found at www.state.ia.us/tax, the Iowa Department of Revenue (IDR) Web
site.
It is your responsibility to have records identifying the materials purchased and verifying they were used on this construction
project. Any materials purchased tax—free and not used on this construction project are subject to sales and applicable local
option tax. Should this occur, the tax must be paid directly by you to IDR in the same calendar quarter the contract is
completed. Email the department at idr@iowa.gov if you have questions on this requirement.
Contractors should be aware that use of the certificate to claim exemption from tax for items not used on this project or that
do not qualify for exemption could result in civil or criminal penalties.
Iowa Department of Revenue
www.state.ia.us/tax
a
Iowa Department
of Transportation
FOO5 (650071) 08-08
DESIGNATED EXEMPT ENTITY
IOWA CONSTRUCTION SALES TAX EXEMPTION CERTIFICATE
AND AUTHORIZATION LETTER
This document may be completed by a designated exempt entity and given to their contractor and/or subcontractor.
Seller: Keep this certificate in your files. Contractor/Exempt Entity: Keep a copy of this certificate for your records.
Do not send this to the Department of Revenue.
Designated Exempt Entity
CITY OF DUBUQUE, PUBLIC WORKS DIREC
Address 1
50 WEST 13TH ST
Address 2
City
DUBUQUE
State
IA
Zip Code
52001-4864
Construction Project Name
18/04/17\102
Construction Project Number (if used)
31-2100-689
Description of contract/subcontract (please print/type clearly)
DUBUQUE STP -A-2100(689)--86-31
PCC PAVEMENT - GRADE & REPLACE
General Contractor or Subcontractor Name
A&G ELECTRIC
Address 1
490 E. 14TH ST.
Address 2
City
DUBUQUE
State
IA
Zip Code
52001
The named contractor/subcontractor may purchase building materials used in the contract, exempt from sales tax. This exemption
does NOT apply to materials, equipment and supplies consumed by the contractor or subcontractor that are not incorporated into
the real property being constructed.
Designated Exempt Entity Authorized Agent Date
31-013 (8/18/03)
AUTHORIZATION LETTER FROM IOWA DEPARTMENT OF TRANSPORTATION
CONTRACTOR/SUBCONTRACTORS: A copy of this document must be presented to your supplier(s) prior to purchasing your
building materials.
Pursuant to Iowa Code Section: 423.3 (80), you are authorized to purchase -building materials tax free for the contract specified
above.
The exemption certificate (or a copy of the certificate) may be provided to the suppliers of your building materials and will
authorize them to sell you the materials exempt from Iowa sales tax and any applicable local option sales tax. Complete
information on qualifying materials and supplies can be found at www.state.ia.us/tax, the Iowa Department of Revenue (IDR) Web
site.
It is your responsibility to have records identifying the materials purchased and verifying they were used on this construction
project. Any materials purchased tax—free and not used on this construction project are subject to sales and applicable local
option tax. Should this occur, the tax must be paid directly by you to IDR in the same calendar quarter the contract is
completed. Email the department at idr@iowa.gov if you have questions on this requirement.
Contractors should be aware that use of the certificate to claim exemption from tax for items not used on this project or that
do not qualify for exemption could result in civil or criminal penalties.
Iowa Department of Revenue
Iowa Department
OAIowa
Transportation
F005 (650071) 08-08
www.state. ia. us/tax
DESIGNATED EXEMPT ENTITY
IOWA CONSTRUCTION SALES TAX EXEMPTION CERTIFICATE
AND AUTHORIZATION LETTER
This document may be completed by a designated exempt entity and given to their contractor and/or subcontractor.
Seller: Keep this certificate in your files. Contractor/Exempt Entity: Keep a copy of this certificate for your records.
Do not send this to the Department of Revenue.
Designated Exempt Entity
CITY OF DUBUQUE, PUBLIC WORKS DIREC
Address 1
50 WEST 13TH ST
Address 2
City
DUBUQUE
State
IA
Zip Code
52001-4864
Construction Project Name
18/o4/17\102
Construction Project Number (if used)
31-2100-689
Description of contract/subcontract (please print/type clearly)
DUBUQUE STP -A-2100 (689) --86-31
PCC PAVEMENT - GRADE & REPLACE
General Contractor or Subcontractor Name
MATHY CONSTRUCTION COMPANY D/B/A RI
Address 1
3747 CONTRACTORS LANE (KIELER,
Address 2
P.O. BOX
1430
City
DUBUQUE
State
IA
Zip Code
52001
The named contractor/subcontractor may purchase building materials used in the contract, exempt from sales tax. This exemption
does NOT apply to materials, equipment and supplies consumed by the contractor or subcontractor that are not incorporated into
the real property being constructed.
Designated Exempt Entity Authorized Agent Date
31-013 (8/18/03)
AUTHORIZATION LETTER FROM IOWA DEPARTMENT OF TRANSPORTATION
CONTRACTOR/SUBCONTRACTORS: A copy of this document must be presented to your supplier(s) prior to purchasing your
building materials.
Pursuant to Iowa Code Section: 423.3 (80), you are authorized to purchase building materials tax free for the contract specified
above.
The exemption certificate (or a copy of the certificate) may be provided to the suppliers of your building materials and will
authorize them to sell you the materials exempt from Iowa sales tax and any applicable local option sales tax. Complete
information on qualifying materials and supplies can be found at www.state.ia.us/tax, the Iowa Department of Revenue (IDR) Web
site.
It is your responsibility to have records identifying the materials purchased and verifying they were used on this construction
project. Any materials purchased tax—free and not used on this construction project are subject to sales and applicable local
option tax. Should this occur, the tax must be paid directly by you to IDR in the same calendar quarter the contract is
completed. Email the department at idr@iowa.gov if you have questions on this requirement.
Contractors should be aware that use of the certificate to claim exemption from tax for items not used on this project or that
do not qualify for exemption could result in civil or criminal penalties.
Iowa Department of Revenue
2Iowa Department
Tii1of Transportation
F005 (650071) 08-08
www.state.ia.us/tax
DESIGNATED EXEMPT ENTITY
IOWA CONSTRUCTION SALES TAX EXEMPTION CERTIFICATE
AND AUTHORIZATION LETTER
This document may be completed by a designated exempt entity and given to their contractor and/or subcontractor.
Seller: Keep this certificate in your files. Contractor/Exempt Entity: Keep a copy of this certificate for your records.
Do not send this to the Department of Revenue.
Designated Exempt Entity
CITY OF DUBUQUE, PUBLIC WORKS DIREC
Address 1
50 WEST 13TH ST
Address 2
City
DUBUQUE
State
IA
Zip Code
52001-4864
Construction Project Name
18/04/17\102
Construction Project Number (if used)
31-2100-689
Description of contract/subcontract (please print/type clearly)
DUBUQUE STP -A-2100(689)--86-31
PCC PAVEMENT - GRADE & REPLACE
General Contractor or Subcontractor Name
NAUMAN NURSERY
Address 1
4101 PENNSYLVANIA AVE.
Address 2
City
DUBUQUE
State
IA
Zip Code
52002-0000
The named contractor/subcontractor may purchase building materials used in the contract, exempt from sales tax. This exemption
does NOT apply to materials, equipment and supplies consumed by the contractor or subcontractor that are not incorporated into
the real property being constructed.
Designated Exempt Entity Authorized Agent Date
31-013 (8/18/03)
AUTHORIZATION LETTER FROM IOWA DEPARTMENT OF TRANSPORTATION
CONTRACTOR/SUBCONTRACTORS: A copy of this document must be presented to your supplier(s) prior to purchasing your
building materials.
Pursuant to Iowa Code Section: 423.3 (80), you are authorized to purchase building materials tax free for the contract specified
above.
The exemption certificate (or a copy of the certificate) may be provided to the suppliers of your building materials and will
authorize them to sell you the materials exempt from Iowa sales tax and any applicable local option sales tax. Complete
information on qualifying materials and supplies can be found at www.state.ia.us/tax, the Iowa Department of Revenue (IDR) Web
site.
It is your responsibility to have records identifying the materials purchased and verifying they were used on this construction
project. Any materials purchased tax—free and not used on this construction project are subject to sales and applicable local
option tax. Should this occur, the tax must be paid directly by you to IDR in the same calendar quarter the contract is
completed. Email the department at idr@iowa.gov if you have questions on this requirement.
Contractors should be aware that use of the certificate to claim exemption from tax for items not used on this project or that
do not qualify for exemption could result in civil or criminal penalties.
Iowa Department of Revenue
Olowa Department
of Transportation
F005 (650071) 08-08
www.state.ia.us/tax
DESIGNATED EXEMPT ENTITY
IOWA CONSTRUCTION SALES TAX EXEMPTION CERTIFICATE
AND AUTHORIZATION LETTER
This document may be completed by a designated exempt entity and given to their contractor and/or subcontractor.
Seller: Keep this certificate in your files. Contractor/Exempt Entity: Keep a copy of this certificate for your records.
Do not send this to the Department of Revenue.
Designated Exempt Entity
CITY OF DUBUQUE, PUBLIC WORKS DIREC
Address 1
50 WEST 13TH ST
Address 2
City
DUBUQUE
State
IA
Zip Code
52001-4864
Construction Project Name
18/04/17\102
Construction Project Number (if used)
31-2100-689
Description of contract/subcontract (please print/type clearly)
DUBUQUE STP -A-2100 (689) --86-31
PCC PAVEMENT - GRADE & REPLACE
General Contractor or Subcontractor Name
ROCKETTE TRUCKING & CONSTRUCTION, L
Address 1
16553 EAST MISSION RD.
Address 2
City
STRAWBERRY POINT
State
IA
Zip Code
52076-8090
The named contractor/subcontractor may purchase building materials used in the contract, exempt from sales tax. This exemption
does NOT apply to materials, equipment and supplies consumed by the contractor or subcontractor that are not incorporated into
the real property being constructed.
Designated Exempt Entity Authorized Agent Date
31-013 (8/18/031
AUTHORIZATION LETTER FROM IOWA DEPARTMENT OF TRANSPORTATION
CONTRACTOR/SUBCONTRACTORS: A copy of this document must be presented to your supplier(s) prior to purchasing your
building materials.
Pursuant to Iowa Code Section: 423.3 (80), you are authorized to purchase building materials tax free for the contract specified
above.
The exemption certificate (or a copy of the certificate) may be provided to the suppliers of your building materials and will
authorize them to sell you the materials exempt from Iowa sales tax and any applicable local option sales tax. Complete
information on qualifying materials and supplies can be found at www.state.ia.us/tax, the Iowa Department of Revenue (IDR) Web
site.
It is your responsibility to have records identifying the materials purchased and verifying they were used on this construction
project. Any materials purchased tax-free and not used on this construction project are subject to sales and applicable local
option tax. Should this occur, the tax must be paid directly by you to IDR in the same calendar quarter the contract is
completed. Email the department at idr@iowa.gov if you have questions on this requirement.
Contractors should be aware that use of the certificate to claim exemption from tax for items not used on this project or that
do not qualify for exemption could result in civil or criminal penalties.
Iowa Department of Revenue
0 �'
Iowa Department
of Transportation
F005 (650071) 08-08
www.state.ia.us/tax
DESIGNATED EXEMPT ENTITY
IOWA CONSTRUCTION SALES TAX EXEMPTION CERTIFICATE
AND AUTHORIZATION LETTER
This document may be completed by a designated exempt entity and given to their contractor and/or subcontractor.
Seller: Keep this certificate in your files. Contractor/Exempt Entity: Keep a copy of this certificate for your records.
Do not send this to the Department of Revenue.
Designated Exempt Entity
CITY OF DUBUQUE, PUBLIC WORKS DIREC
Address 1
50 WEST 13TH ST
Address 2
City
DUBUQUE
State
IA
Zip Code
52001-4864
Construction Project Name
18/04/17\102
Construction Project Number (if used)
31-2100-689
Description of contract/subcontract (please print/type clearly)
DUBUQUE STP -A-2100 (689) --86-31
PCC PAVEMENT - GRADE & REPLACE
General Contractor or Subcontractor Name
SAFETY EQUIPMENT LEASING CO. D/B/A
Address 1
15 SOUTH MAIN ST
Address 2
City
DUBUQUE
State
IA
Zip Code
52003-0000
The named contractor/subcontractor may purchase building materials used in the contract, exempt from sales tax. This exemption
does NOT apply to materials, equipment and supplies consumed by the contractor or subcontractor that are not incorporated into
the real property being constructed.
Designated Exempt Entity Authorized Agent Date
31-013 (8/18/03)
AUTHORIZATION LETTER FROM IOWA DEPARTMENT OF TRANSPORTATION
CONTRACTOR/SUBCONTRACTORS: A copy of this document must be presented to your supplier(s) prior to purchasing your
building materials.
Pursuant to Iowa Code Section: 423.3 (80), you are authorized to purchase building materials tax free for the contract specified
above.
The exemption certificate (or a copy of the certificate) may be provided to the suppliers of your building materials and will
authorize them to sell you the materials exempt from Iowa sales tax and any applicable local option sales tax. Complete
information on qualifying materials and supplies can be found at www.state.ia.us/tax, the Iowa Department of Revenue (IDR) Web
site.
It is your responsibility to have records identifying the materials purchased and verifying they were used on this construction
project. Any materials purchased tax—free and not used on this construction project are subject to sales and applicable local
option tax. Should this occur, the tax must be paid directly by you to IDR in the same calendar quarter the contract is
completed. Email the department at idr@iowa.gov if you have questions on this requirement.
Contractors should be aware that use of the certificate to claim exemption from tax for items not used on this project or that
do not qualify for exemption could result in civil or criminal penalties.
SUBCONTRACTOR AUTHORIZATION AND EEO POSTER NOTICE
County: DUBUQUE
Contract ID: 31-2100-689
Date of Letting: 18/04/17
Wage Decision: IA18-1.0
To: Employees and Applicants
Equal Employment Opportunity (EEO) and Affirmative Action (AA) requirements apply to this
contract. It is the policy of the contractors working on this contract to ensure that
applicants are employed, and that employees are treated during employment, without regard
to their race, religion, sex, color, national origin, age, or disability. Such action shall include:
employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff
or termination; rates of pay or other forms of compensation; and selection for training,
including apprenticeship, pre -apprenticeship, and/or on-the-job training.
You should contact the Iowa Department of Transportation, Office of Employee Services,
Civil Rights Section at 515-239-1921 to register your complaint if you feel that you are
being discriminated against because of your race, religion, sex, color, national origin, age,
or disability.
Contractors authorized to work on this contract are listed below. Individuals seeking
employment may contact them about employment opportunities and information about each
company's training program.
Contractor
City tate Telephone
A&G ELECTRIC DUBUQUE IA 563 588-4253
EASTERN IOWA EXCAVATING AND CONCRET CASCADE IA 563 852-5120
MATHY CONSTRUCTION COMPANY D/B/A RI DUBUQUE IA 608 568-3433
NAUMAN NURSERY DUBUQUE IA 563 599-7708
ROCKETTE TRUCKING & CONSTRUCTION, L STRAWBERRY POIN IA 563 933-2035
SAFETY EQUIPMENT LEASING CO. D/B/A DUBUQUE IA 563 556-2434
F002 (650196)
09-13
April 24, 2018
DOT ��
SMARTER 1 SIMPLER 1 CUSTOMER DRIVEN
To: Local Agency Contracting Authority
www.iowodot.gov
OOffice of Contracts I Project Delivery Bureau
800 Lincoln Way I Ames, Iowa 50010
Phone: 515-239-1414 1 Email: dot.contracts@iowadot.us
Subject: Contracts for Award Determination (See listing enclosed)
The Iowa DOT has accepted bids on behalf of your agency. We have determined the contractor who provided the lowest
responsive bid. It is your responsibility to analyze the bids and make a final determination to award the contract or reject all
bids. We have enclosed a copy of the bid tabulations for your review of the bids.
Also enclosed are two (2) original copies of the contract. Please take one of the two following actions:
REJECT ALL BIDS OPTION
Do not have discussions with the contractor prior to rejecting all bids.
1. Take formal Board/Council action to reject all bids.
2. Send written notification to the contractor of your intent to not award a contract.
3. Send written notification with justification to the Office of Contracts, Iowa DOT, of your action to reject all bids within 30
days.
4. Destroy bid tabs. This information is confidential for projects that are not awarded.
AWARD OF CONTRACT OPTION
Do not discuss or have discussions with the contractor prior to receiving notice from the DOT that the DOT
has concurred in the award of the contract.
1. Take formal Board/Council action to award the contract.
2. Send 2 originals of the contract to the contractor and ask for two signed originals to be returned to the contracting
authority for signature.. Do not remove any pages from this contract.
3. Obtain Bond Form 181419 (12-16) from the contractor. The Local Agency must sign the bond where indicated.
4. Obtain a "certificate of insurance" from the contractor listing the contractor as insured and the contracting authority as an
additional insured party.
5. Please forward two originals of the contract, one original performance bond, and one certificate of insurance to:
Mary Thompson
Office of Contracts, Iowa DOT
800 Lincoln Way, Ames, IA 50010
These contract documents should be returned to the Office of Contracts within 30 days, regardless of when the work is
proposed to start.
6. The Office of Contracts will furnish your City Clerk/County Engineer and the contractor a fully executed and signed original of
the contract.
7. The Office of Contracts will authorize all subcontracts and send the City Clerk/County Engineer the paper tax exemption
certificates for signature.
8. The contracting authorities are reminded that federal regulations may apply to this contract. The contracting authorities shall
ensure compliance with all applicable civil rights, and Davis -Bacon requirements. The Office of Contracts, Iowa DOT, will
furnish the contractor with applicable posters.
Please contact the Iowa Department of Transportation Administrating Office regarding the pre -construction meeting and
construction administration and inspection requirements.
Note: No preconstruction conferences shall be held and no work shall commence on this project untilthe
contractor has been furnished a fully executed and signed contract. 0
Sincerely,
Mark J. Dunn, P.E.
Contracts Engineer
MJD/met
Enc.
CD
•
ELIST90 - Part A
Iowa Department of Transportation -- Office of Contracts p. 21
Local Awarded Contracts in the 17APR2018 Letting
Contracting Authority: CITY OF DUBUQUE
Bid Order: 101
Bid Order: 102
Awarded to: MIDWEST CONCRETE, INC.
9835 COTTINGHAM ROAD
PEOSTA, IA 52068-7001
Phone: (563)845-0947
FAX: (563)583-1007
Awarded to: EASTERN IOWA EXCAVATING & CONCRETE, LLC
121 NIXON ST. SE'
P.O. BOX 189
CASCADE, IA 52033-0189
Phone: (563)852-5120
FAX: (563)852-6020