SE Connector Paving- S.E. 9m Street to S.E. I Sm Street Activity ID 06-2010-018 ,: ~ APR - 8·:2013 \3- o

Letting Date: March 19, 2013 Contract ID: 77-1945-408 Bid Order No.: 107 County: POLK Project Engineer: KIRKHAM-MICHAEL & ASSOCIATES Cost Center: 849300 Object Code: 890 DBE Commitment $270,135.00 Contract Work Type: PCC PAVEMENT - GRADE/NEW

This agreement made and entered by and between the CITY OF DES MOINES CONTRACTING AUTHORITY, AND ELDER CORPORATION OF DES MOINES, IA, (EL045), CONTRACTOR

It is agreed that the notice and instructions to bidders, the proposal filed by the Contractor, the specifications, the plan, if any, for project(s) listed below, together with Contractor's performance bond, are made a part hereof and together with this instrument constitute the contract. This contract contains all of the terms and conditions agreed upon by the parties hereto. A true copy of said plan is now on file in the office of the Contracting Authority under date of 03/14/2013

PROJECT: NHSX-U-1945(408)--8S-77 COUNTY: POLK WORK TYPE: PCC PAVEMENT - GRADE/NEW ACCOUNTING ID: 30539 ROUTE: E. MLK JR. PARKWAY LENGTH (MILES): 0.97 LOCATION: IN THE CITY OF DES MOINES FROM SE 9TH STREET TO SE15TH STREET FEDERAL AID - PREDETERMINED WAGES ARE IN EFFECT

Diane Rauh, City Clerk

The specifications consist of the Standard Specifications for Highway and Bridge Construction. Series 2012 of the Iowa Department of Transportation plus the following Supplemental Specifications, Special Provisions, and addendums: DS-12007, FHWA-1273.05, GS-12001, IA13-l.O, SP-121006, SP-121007, SP-121008, SP-121009, SP-121010, SP-121011, SP-121012, SP-121013, SP-121014, SP-121015, SP-121016, SS-12005, ADDENDUMS: 19MAR107.A01, 19MAR107.A02, 19MAR107.A03, 19MAR107.A04, 19MAR107.A05 Contractor, for and in considerations of $7, 130, 000. 00 payable as set forth in the specifications constituting a part of this contract, agrees to construct various items of work and/ or provide various materials or supplies in accordance with the plans and specifications therefore, and in the locations designated in the Notice to Bidders. Contractor certifies by signature on this contract, under pain of penalties for false certification, that the Contrac­ tor has complied with Iowa Code Section 452A.17(8) as amended, if applicable, and Iowa Code Section 91C.5 (Public Registration Number), if applicable. In consideration of the foregoing, Contracting authority hereby agrees to pay the Contractor promptly and accor­ ding to the requirements of the specifications the amounts set forth, subject to the conditions as set forth in the specifications. It is further understood and agreed that the above work shall also be commenced or completed in accordance with Page lB of this Contract and assigned Proposal Notes. -::..=.=---l.Q,e~ssed, the Contracting authority and Contractor have signed this an:d one

By------+----~--+-----+------=~------r-r- Contractor (if joint venture) crTY By ______.,+...:.~::!::_,il..!:l~~~L.J.....Jtf-j~~=------~pril a, 2013 rity T. • Mayor. Contract Award Date Iowa DOT Concurrence ~~ ~ . QA.5=<; "2':4 'APR 15 2013 'FCJ Local Agency Contracts Concurrence Date FB96 (Form 650019) 11-05 ....:.,.., __ ......

:.. r..:£~-­ iJI;: ·::.;.;~ --:.. Letting Date: March 19, 2013 Contract ID: 77-1945-408 Bid Order No. : ro1.::---- · • 4 • • ·... ~- ••

It is further understood and agreed that the above work shall be commenced or completed in accordance with the following schedule: SITE CONTRACT PERIOD LIQUIDATED NUMBER /SITE DESCRIPTION DAMAGES CONTRACT LATE START DATE 04/22/2013 310 WOP.KING DAYS $1,500.00

01 CONTRACT COMPLETION DATE: 09/01/2013 $1,500.00 SEE SITE NUMBER 01 DESCRIPTION BELOW.

02 CONTRACT COMPLETION DATE: 05/01/2014 $1,500.00 SEE SITE NUMBER 02 DESCRIPTION BELOW.

03 NO START DATE SPECIFIED 15 WORKING DAYS $1,500.00 SEE SITE NUMBER 03 DESCRIPTION BELOW.

04 NO START DATE SPECIFIED 35 WORKING DAYS $1,500.00 SEE SITE NUMBER 04 DESCRIPTION BELOW.

CONTRACT NOTES

*** SITE NUMBER 01 *** TO COMPLETE STORM SEWER FROM THE SE 15TH PUMP STATION TO DENTENTION BASINS #1, #2 AND #6 INCLUDING PIPES P-77, P-78 AND P-79.

*** SITE NUMBER 02 *** TO COMPLETE SE 15TH STREET.

*** SITE NUMBER 03 *** TO COMPLETE ALLEN STREET (FRONTAGE ROAD) EAST OF SE lOTH STREET. SUPPLEMENTAL ACCESS MUST BE PROVIDED FOR HOME OWNER THIS FRONTAGE SERVES.

***SITE NUMBER 04 *** TO COMPLETE SE 12TH STREET ONCE REMOVED. SUPPLEMENTAL ACCESS SHALL BE PROVIDED TO HOMES AT ALL TIMES. CONTRACT SCHEDULE OF PRICES Page: 2 ******************************************************************************** Vendor No.: EL045 Bid Order No.: 107 Contract ID No.: 77-1945-408 Letting Date: March 19, 2013 Primary Work Type: PCC PAVEMENT - GRADE AND NEW 10:00 A.M. Primary County: POLK

Item I Unit Price I Bid Amount Line I Item Number Quantity 1------1------No I Item Description and Unit 1 Dollars I Cts I Dollars ICts

SECTION 0001 ROADWAY ITEMS

12101-0850002 CLEARING I I I 0010 !AND GRUBBING I 183.3001 36.000001 6,598.80 I IUNIT I I

12102-0425071 SPECIAL I I I 0020 !BACKFILL I 2,000.0001 34.500001 69,000.00 I ICY I I

12102-2710070 EXCAVATION, I I I 0030 !CLASS 10, ROADWAY AND I 79,406.0001 5.750001 456,584.50 I BORROW ICY I I

12102-2710080 EXCAVATION, I I I 0040 ICLASS 10, UNSUITABLE OR I 16,670.0001 2.500001 41,675.00 !UNSTABLE MATERIAL ICY I I

12105-8425005 TOPSOIL, I I I 0050 !FURNISH AND SPREAD I 3,000.0001 18.000001 54,000.00 I ICY I I

12105-8425015 TOPSOIL, I I I 0060 !STRIP, SALVAGE AND I 3,900.0001 4.500001 17,550.00 I SPREAD ICY I I

12107-0875000 COMPACTION I I I 0070 IWITH MOISTURE AND I 12,913.0001 2.000001 25,826.00 !DENSITY CONTROL ICY I I

12113-0001100 SUBGRADE I I I 0080 !STABILIZATION MATERIAL, I 11,450.0001 3.500001 40,075.00 I POLYMER GRID ISY I I

12115-0100000 MODIFIED I I I 0090 ISUBBASE I 12,900.0001 34.500001 445,050.00 I ICY I I

12123-7450000 SHOULDER I I I 0100 !CONSTRUCTION, EARTH I 144.0001 280.000001 40,320.00 I ISTA I I

12213-7100400 RELOCATION I I I 0110 IOF MAIL BOXES I 7.0001 211.00000 I 1,477.00 I IEACH I I CONTRACT SCHEDULE OF PRICES Page: 3 ******************************************************************************** Vendor No.: EL045 Bid Order No.: 107 Contract ID No.: 77-1945-408 Letting Date: March 19, 2013 Primary Work Type: PCC PAVEMENT - GRADE AND NEW 10:00 A.M. Primary County: POLK

Item I Unit Price I Bid Amount Line I Item Number Quantity 1------1------No I Item Description and Unit 1 Dollars I Cts I Dollars ICts

12301-1033060 STANDARD OR I I I 0120 ISLIP FORM PORTLAND I 2,966.0001 38.000001 112,708.00 !CEMENT CONCRETE PAVEMENT, ISY I I ICLASS C, CLASS 3 I I I !DURABILITY, 6 IN. I I I

12301-1033080 STANDARD OR I I I 0130 ISLIP FORM PORTLAND I 1,922.0001 48.000001 92,256.00 I CEMENT CONCRETE PAVEMENT, ISY I I ICLASS C, CLASS 3 I I I !DURABILITY, 8 IN. I I I

12301-1033100 STANDARD OR I I I 0140 ISLIP FORM PORTLAND I 32,072.0001 48.000001 1,539,456.00 ICEMENT CONCRETE PAVEMENT, ISY I I ICLASS C, CLASS 3 I I I !DURABILITY, 10 IN. I I I

12301-6911722 PORTLAND I I 0150 !CEMENT CONCRETE PAVEMENT ILUMP ILUMP 2,500.00 I SAMPLES I I

12312-8260051 GRANULAR I I I 0160 !SURFACING ON ROAD, CLASS I 100.0001 24.000001 2,400.00 IA CRUSHED STONE ITON I I

12402-0425031 GRANULAR I I I 0170 !BACKFILL I 1,666.0001 25.000001 41,650.00 I ITON I I

12403-0100010 STRUCTURAL I I I 0180 !CONCRETE (BRIDGE) I 6.7001 1,800.000001 12,060.00 I ICY I I

12404-7775005 REINFORCING I I I 0190 ISTEEL, EPOXY COATED I 488.0001 3.050001 1,488.40 I ILB I I

12405-2705000 EXCAVATE I I 0200 IAND DEWATER ILUMP ILUMP 27,000.00 I I I

12416-0100012 APRONS, I I 0210 !CONCRETE, 12 IN. DIA. 1. ooo I 970.000001 970.00 I IEACH I I CONTRACT SCHEDULE OF PRICES Page: 4 ******************************************************************************** Vendor No.: EL045 Bid Order No.: 107 Contract ID No.: 77-1945-408 Letting Date: March 19, 2013 Primary Work Type: PCC PAVEMENT - GRADE AND NEW 10:00 A.M. Primary County: POLK

Item I Unit Price I Bid Amount Line I Item Number Quantity 1------1------No I Item Description and Unit 1 Dollars I Cts I Dollars ICts

12416-0100018 APRONS, I I I 0220 !CONCRETE, 18 IN. DIA. I 9.0001 1,100.000001 9,900.00 I IEACH I I

12416-0100024 APRONS, I I I 0230 !CONCRETE, 24 IN. DIA. I 4.0001 1, 200. 00000 I. 4,800.00 I IEACH I I

12416-0100036 APRONS, I I I 0240 !CONCRETE, 36 IN. DIA. I 5.0001 1,800.000001 9,000.00 I IEACH I I

12435-0140148 MANHOLE, I I I 0250 ISTORM SEWER, SW-401, 48 I 2.0001 2,400.000001 4,800.00 IIN. IEACH I I

12435-0140200 MANHOLE, I I I 0260 ISTORM SEWER, SW-402 I 9.0001 5,000.000001 45,000.00 I !EACH I I

12435-0140300 MANHOLE, I I I 0270 ISTORM SEWER, SW-403 I 2.0001 8,800.000001 17,600.00 I IEACH I I

12435-0140400 MANHOLE, I I I 0280 ISTORM SEWER, SW-404 I 5.0001 11,000.000001 55,000.00 I IEACH I I

12435-0250100 INTAKE, I I I 0290 ISW-501 I 6.0001 2,900.000001 17,400.00 I IEACH I I

12435-0250300 INTAKE, I I I 0300 ISW-503 I 1. 000 I 4,700.000001 4,700.00 I IEACH I I

12435-0250500 INTAKE, I I I 0310 ISW-505 I 9.0001 4,500.000001 40,500.00 I IEACH I I

12435-0250600 INTAKE, I I I 0320 ISW-506 I 2.0001 6,200.000001 12,400.00 I IEACH I I CONTRACT SCHEDULE OF PRICES Page: 5 ******************************************************************************** Vendor No.: EL045 Bid Order No.: 107 Contract ID No.: 77-1945-408 Letting Date: March 19, 2013 Primary Work Type: PCC PAVEMENT - GRADE AND NEW 10:00 A.M. Primary County: POLK

Item I Unit Price I Bid Amount Line I Item Number Quantity 1------1------No I Item Description and Unit 1 Dollars I Cts I Dollars ICts

12435-0250700 INTAKE, I I I 0330 ISW-507 I 14.0001 5,900.000001 82,600.00 I IEACH I I

12435-0250900 INTAKE, I I I 0340 ISW-509 I 19.0001 7,900.000001 150,100.00 I IEACH I I

12435-0251224 INTAKE, I I I 0350 ISW-512, 24 IN. I 1. 000 I 1,300.000001 1,300.00 I IEACH I I

12435-0251300 INTAKE, I I I 0360 ISW-513 I 3.0001 4,400.000001 13,200.00 I IEACH I I

12435-0600010 MANHOLE I I I 0370 !ADJUSTMENT, MINOR I 8.0001 1,000.000001 8,000.00 I IEACH I I

12435-0600020 MANHOLE I I I 0380 !ADJUSTMENT, MAJOR I 2.0001 2,100.000001 4,200.00 I IEACH I I

12435-0600110 INTAKE I I I 0390 !ADJUSTMENT, MINOR I 4.0001 610.000001 2,440.00 I IEACH I I

12501-8400171 TEMPORARY I I 0400 ISHEET PILE, RETAINING ILUMP ILUMP 172,000.00 IWALL I I

12502-8212034 SUBDRAIN, I I I 0410 !LONGITUDINAL, (SHOULDER) I 9,889.4001 8.400001 83,070.96 14 IN. DIA. ILF I I

12502-8213104 SUBDRAIN, I I I 0420 !PVC, STANDARD, I 2,305.0001 11. 35000 I 26,161.75 !NON-PERFORATED, 4 IN. ILF I I I I I I

12502-8220193 SUBDRAIN I I I 0430 IOUTLET (RF-19C) I 59.0001 241. 00000 I 14,219.00 I IEACH I I CONTRACT SCHEDULE OF PRICES Page: 6 ******************************************************************************** Vendor No.: EL045 Bid Order No.: 107 Contract ID No.: 77-1945-408 Letting Date: March 19, 2013 Primary Work Type: PCC PAVEMENT - GRADE AND NEW 10:00 A.M. Primary County: POLK

Item I Unit Price I Bid Amount Line I Item Number Quantity 1------1------No I Item Description and Unit 1 Dollars I Cts I Dollars ICts

12503-0114212 STORM SEWER I I 0440 !GRAVITY MAIN, TRENCHED, 32.0001 36.500001 1,168.00 !REINFORCED CONCRETE PIPE ILF I I I (RCP), 2000D (CLASS III) I I I I 112 IN. I I I

12503-0114215 STORM SEWER I I 0450 !GRAVITY MAIN, TRENCHED, 316.0001 36.000001 11,376.00 !REINFORCED CONCRETE PIPE ILF I I I (RCP), 2000D (CLASS III), I I I 115 IN. I I I

12503-0114218 STORM SEWER I I 0460 !GRAVITY MAIN, TRENCHED, 2,075.0001 37.000001 76,775.00 !REINFORCED CONCRETE PIPE ILF I I I (RCP), 2000D (CLASS III), I I I 118 IN. I I I

12503-0114224 STORM SEWER I I 0470 !GRAVITY MAIN, TRENCHED, 1,082.0001 45.000001 48,690.00 !REINFORCED CONCRETE PIPE ILF I I I (RCP), 2000D (CLASS III) I I I I 124 IN. I I I

12503-0114230 STORM SEWER I I 0480 !GRAVITY MAIN, TRENCHED, 217.0001 60.500001 13,128.50 !REINFORCED CONCRETE PIPE ILF I I I (RCP), 2000D (CLASS III) I I I I 130 IN. I I I

12503-0114236 STORM SEWER I I 0490 !GRAVITY MAIN, TRENCHED, 1,557.0001 85.500001 133,123.50 !REINFORCED CONCRETE PIPE ILF I I I (RCP), 2000D (CLASS III), I I I 136 IN. I I I

12503-0114242 STORM SEWER I I 0500 !GRAVITY MAIN, TRENCHED, 366.0001 90.500001 33,123.00 !REINFORCED CONCRETE PIPE ILF I I I (RCP) I 2000D (CLASS III) I I I I 142 IN. I I I

12503-0200036 REMOVE I I I 0510 ISTORM SEWER PIPE LESS I 905.0001 22.250001 20,136.25 ITHAN OR EQUAL TO 36 IN. ILF I I I I I I CONTRACT SCHEDULE OF PRICES Page: 7 ******************************************************************************** Vendor No.: EL045 Bid Order No.: 107 Contract ID No.: 77-1945-408 Letting Date: March 19, 2013 Primary Work Type: PCC PAVEMENT - GRADE AND NEW 10:00 A.M. Primary County: POLK Item ,I ______Unit Price I, ______Bid Amount _ Line I Item Number Quantity No I Item Description and Unit I Dollars I Cts I Dollars ICts

12504-0116018 SANITARY I I I 0520 !SEWER GRAVITY MAIN, I 152.0001 120.000001 18,240.00 !TRENCHED, DUCTILE IRON ILF I I IPIPE (DIP), 18 IN. I I I

12504-0116024 SANITARY I I I 0530 !SEWER GRAVITY MAIN, I 42.0001 183.500001 7,707.00 !TRENCHED, DUCTILE IRON ILF I I IPIPE (DIP), 24 IN. I I I

12504-0116036 SANITARY I I I 0540 ISEWER GRAVITY MAIN, I 404.0001 218.500001 88,274.00 !TRENCHED, DUCTILE IRON ILF I I IPIPE (DIP), 36 IN. I I I

12504-0126024 SANITARY I I I 0550 !SEWER GRAVITY MAIN, I 70.0001 660.000001 46,200.00 ITRENCHLESS, DUCTILE IRON ILF I I IPIPE (DIP), 24 IN. I I I

12504-0126036 SANITARY I I I 0560 !SEWER GRAVITY MAIN, I 100.0001 800.000001 80,000.00 ITRENCHLESS, DUCTILE IRON ILF I I IPIPE (DIP), 36 IN: I I I

12504-0220000 SANITARY I I I 0570 !SEWER SERVICE RELOCATION I 4.0001 1,900.000001 7,600.00 I IEACH I I

12506-4984000 FLOWABLE I I I 0580 !MORTAR I 12.0001 290.000001 3,480.00 I ICY I I

12507-3250005 ENGINEERING I I I 0590 !FABRIC I 626.0001 2.150001 1,345.90 I ISY . I I

12507-6800061 REVETMENT, I I I 0600 !CLASS E I 650.0001 38.500001 25,025.00 I ITON I I

12510-6745850 REMOVAL OF I I I 0610 !PAVEMENT I 2,734.0001 5.500001 15,037.00 I ISY I I CONTRACT SCHEDULE OF PRICES Page: 8 ******************************************************************************** Vendor No.: EL045 Bid Order No.: 107 Contract ID No.: 77-1945-408 Letting Date: March 19, 2013 Primary Work Type: PCC PAVEMENT - GRADE AND NEW 10:00 A.M. Primary County: POLK

Item I Unit Price I Bid Amount Line I Item Number Quantity 1------1------No I Item Description and Unit 1 Dollars I Cts I Dollars ICts

12510-6750600 REMOVAL OF I I I 0620 !INTAKES AND UTILITY I 5.0001 575.000001 2,875.00 I ACCESSES IEACH I I

12511-0302500 I I 0630 !RECREATIONAL TRAIL, 2,851.0001 30.500001 86,955.50 I PORTLAND CEMENT CONCRETE, ISY I I ·15 IN. I I I

12511-0310100 SPECIAL I I I 0640 !COMPACTION OF SUBGRADE I 26.4101 290.000001 7,658.90 IFOR RECREATIONAL TRAIL ISTA I I I I I I

12511-6745900 REMOVAL OF I I I 0650 !SIDEWALK I 914.3001 2.500001 2,285.75 I ISY I I

12511-7526005 SIDEWALK, P. I I I 0660 IC. CONCRETE, 5 IN. I 1,928.8001 30.500001 58,828.40 I ISY I I

12511-7526006 SIDEWALK, P. I I I 0670 IC. CONCRETE, 6 IN. I 590.0001 30.500001 17,995.00 I ISY I I

12511-7528101 DETECTABLE I I I 0680 !WARNINGS I 484.0001 33.500001 16,214.00 I ISF I I

12515-2475006 DRIVEWAY, P. I I I 0690 IC. CONCRETE, 6 IN. I 805.0001 35.500001 28,577.50 I ISY I I

12515-6745600 REMOVAL OF I I I 0700 IPAVED DRIVEWAY I 519.6001 4.000001 2,078.40 I ISY I I

12517-4225210 RAILROAD I I I 0710 !APPROACH SECTION, P.C.C. I 878.0001 73.500001 64,533.00 I ISY I I

12518-6910000 SAFETY I I I 0720 !CLOSURE I 14.0001 151. 50000 I 2, 121.00 I IEACH I I CONTRACT SCHEDULE OF PRICES Page: 9 ******************************************************************************** Vendor No.: EL045 Bid Order No.: 107 Contract ID No.: 77-1945-408 Letting Date: March 19, 2013 Primary Work Type: PCC PAVEMENT - GRADE AND NEW 10:00 A.M. Primary County: POLK

Item I Unit Price I Bid Amount Line I Item Number Quantity 1------1------No I Item Description and Unit 1 Dollars I Cts I Dollars ICts

12519-1002042 FENCE, I I I 0730 ICHAIN LINK, 42 IN. I 120.0001 20.000001 2,400.00 I HEIGHT ILF I I

12519-1002072 FENCE, I . I I 0740 ICHAIN LINK, 72 IN. I 620.0001 15.500001 9,610.00 I HEIGHT ILF I I

12519-1003072 FENCE, I I I 0750 ICHAIN LINK WITH SECURITY I 150.0001 24.750001 3,712.50 ITOP, 72 IN. HEIGHT ILF I I

12519-4200120 REMOVAL OF I I I 0760 IFENCE, CHAIN LINK I 950.0001 2.250001 2,137.50 I ILF I I

12520-3350015 FIELD I I I 0770 IOFFICE I 1. 000 I 5,500.000001 5,500.00 I IEACH I I

12525-0000100 TRAFFIC I I 0780 !SIGNALIZATION ILUMP ILUMP 419,000.00 I I I

12527-9263109 PAINTED I I I 0790 !PAVEMENT MARKING, I 146.6801 21. 25000 I 3,116.95 !WATERBORNE OR ISTA I I I SOLVENT-BASED I I I

12527-9263126 PERMANENT I I I 0800 ITAPE MARKINGS, PROFILED I 140.5601 260.000001 36,545.60 !PAVEMENT MARKING TAPE ISTA I I I I I I

12527-9263128 PERMANENT I I I 0810 ITAPE MARKINGS, I 6.1201 260.000001 1,591.20 I INTERSECTION MARKING ISTA I I !TAPE I I I

12527-9263156 PRE-CUT I I I 0820 !SYMBOLS AND LEGENDS, I 22.0001 330.000001 7,260.00 !PROFILED PAVEMENT IEACH I I !MARKING TAPE I I I CONTRACT SCHEDULE OF PRICES Page: 10 ******************************************************************************** Vendor No.: EL045 Bid Order No.: 107 Contract ID No.: 77-1945-408 Letting Date: March 19, 2013 Primary Work Type: PCC PAVEMENT - GRADE AND NEW 10:00 A.M. Primary County: POLK

Item I Unit Price I Bid Amount Line I Item Number Quantity 1------1------No I Item Description and Unit 1 Dollars I Cts I Dollars ICts

12527-9263158 PRE-CUT I I I 0830 !SYMBOLS AND LEGENDS, I 19.0001 330.000001 6,270.00 I INTERSECTION MARKING IEACH I I ITAPE I I I

12527-9270111 GROOVES CUT I I I 0840 IFOR PAVEMENT MARKINGS I 146.6801 41.50000 I 6,087.22 I ISTA I I

12527-9270120 GROOVES CUT I I I 0850 IFOR SYMBOLS AND LEGENDS I 22.0001 101.000001 2,222.00 I IEACH I I

12528-8400048 TEMPORARY I I I 0860 !BARRIER RAIL, CONCRETE I 75.0001 35.500001 2,662.50 I ILF I I

12528-8445110 TRAFFIC I I 0870 !CONTROL ILUMP ILUMP 5,800.00 I I I

12533-4980005 I I 0880 !MOBILIZATION ILUMP ILUMP 261,188.22 I I I

12554-0112008 WATER MAIN, I I I 0890 !TRENCHED, DUCTILE IRON I 152.0001 54.000001 8,208.00 IPIPE (DIP), 8 IN. ILF I I

12554-0112016 WATER MAIN, I I I 0900 !TRENCHED, DUCTILE IRON I 789.0001 115.000001 90,735.00 !PIPE (DIP), 16 IN. ILF I I

12554-0114008 WATER MAIN, I I I 0910 !TRENCHED, POLYVINYL I 319.0001 26.500001 8,453.50 !CHLORIDE PIPE (PVC), 8 ILF I I I IN. I I I

12554-0203000 FITTINGS BY I I I 0920 !WEIGHT, DUCTILE IRON I 3,625.0001 11. 00000 I 39,875.00 I ILB I I

12554-0207008 VALVE, GATE, I I I 0930 IDIP, 8 IN. I 1. ooo I 1,300.000001 1,300.00 I IEACH I I CONTRACT SCHEDULE OF PRICES Page: il ******************************************************************************** Vendor No.: EL045 Bid Order No.: 107 Contract ID No.: 77-1945-408 Letting Date: March 19, 2013 Primary Work Type: PCC PAVEMENT - GRADE AND NEW 10:00 A.M. Primary County: POLK

Item I Unit Price I Bid Amount Line I Item Number Quantity 1------~-----1------No I Item Description and Unit 1 Dollars I Cts I Dollars ICts

12554-0210201 FIRE I I I 0940 !HYDRANT ASSEMBLY, WM-201 I 4.0001 4,600.000001 18,400.00 I IEACH I I

12554-0212020 VALVE BOX I I I 0950 !EXTENSION I 5.0001 290.000001 1,450.00 I IEACH I I

12554-0214000 FIRE I I I 0960 !HYDRANT ADJUSTMENT I 2.0001 1,100.000001 2,200.00 I IEACH I I

12555-0000010 DELIVER AND I I 0970 !STOCKPILE SALVAGED ILUMP ILUMP 810.00 IMATERIALS I I

12595-0000106 BNSF AND NS I I 0980 !INSURANCE PROVISIONS ILUMP ILUMP 3,600.00 I I I

12599-9999003 ('CUBIC I I I 0990 IYARDS' ITEM) AMENDED I 207.0001 69.500001 14,386.50 ISOIL ICY I I

12599-9999003 ('CUBIC I I I 1000 IYARDS' ITEM) SUBSURFACE I 1,000.0001 35.000001 35,000.00 !RUBBLE REMOVAL ICY I I

12599-9999005 ('EACH' I I I 1010 IITEM) ADJUST STOP BOX I 1. 000 I 400.000001 400.00 ITO NEW GRADE IEACH I I

12599-9999005 ('EACH' I I I 1020 IITEM) CHECK DEPTH OF I 7.0001 800.000001 5,600.00 IWATER SERVICE IEACH I I

12599-9999005 ('EACH' I I I 1030 IITEM) FLOWERS, AS PER I 2,337.0001 14.250001 33,302.25 IPLAN IEACH I I

12599-9999005 ('EACH' I I I 1040 IITEM) LOWER WATER I 1. ooo I 950.000001 950.00 I SERVICE IEACH I I CONTRACT SCHEDULE OF PRICES Page: 12 ******************************************************************************** Vendor No.: EL045 Bid Order No.: 107 Contract ID No.: 77-1945-408 Letting Date: March 19, 2013 Primary Work Type: PCC PAVEMENT - GRADE AND NEW 10:00 A.M. Primary County: POLK

Item I Unit Price I Bid Amount Line I Item Number Quantity 1------1------No I Item Description and Unit 1 Dollars I Cts I Dollars ICts

12599-9999005 ('EACH' I I I 1050 IITEM) LOWER WATER I 3.0001 1,275.000001 3,825.00 !SERVICE WITH COPPER IEACH I I

12599-9999005 ('EACH' I I I 1060 IITEM) MASONRY I 4.0001 3,300.000001 13,200.00 I PIER-SHORT IEACH I I

12599-9999005 ('EACH' I I I 1070 IITEM) MASONRY PIER-TALL I 21. 000 I 3,600.000001 75,600.00 I IEACH I I

12599-9999005 ('EACH' I I I 1080 IITEM) MASONRY WALL I 6.0001 3,700.000001 22,200.00 I IEACH I I

12599-9999005 ('EACH' I I I 1090 IITEM) NEW STOP BOX I 1. ooo I 950.000001 950.00 !HOUSING AND NEW STOP BOX IEACH I I IRO D I I I

12599-9999005 ('EACH' I I I 1100 IITEM) NEW WATER SERVICE I 1. ooo I 2,500.000001 2,500.00 I IEACH I I

12599-9999005 ('EACH' I I I 1110 IITEM) ONE-INCH WATER I 6.0001 2,200.000001 13,200.00 !SERVICE TRANSFER IEACH I I

12599-9999005 ('EACH' I I I 1120 IITEM) PLANT BULBS I 1,831.0001 1.750001 3,204.25 I IEACH I I

12599-9999005 ('EACH' I I I 1130 IITEM) PREPARE I 2.0001 1,400.000001 2,800.00 !EXCAVATION FOR TAPPING IEACH I I I SLEEVE I I I

12599-9999005 ('EACH' I I I 1140 IITEM) REMOVAL OF FIRE I 3.0001 750.000001 2,250.00 I HYDRANT IEACH I I

12599-9999005 ('EACH' I I 1150 IITEM) VALVE, GATE, DIP, I 1. ooo I 5,800.000001 5,800.00 116 IN. IEACH I I CONTRACT SCHEDULE OF PRICES Page: l3 ******************************************************************************** Vendor No.: EL045 Bid Order No.: 107 Contract ID No.: 77-1945-408 Letting Date: March 19, 2013 Primary Work Type: PCC PAVEMENT - GRADE AND NEW 10:00 A.M. Primary County: POLK

Item I Unit Price I Bid Amount Line I Item Number Quantity 1------1------No I Item Description and Unit 1 Dollars I Cts I Dollars ICts

12599-9999009 ('LINEAR I I 1160 !FEET' ITEM) CASING PIPE, I 320.0001 185.000001 59,200.00 ITRENCHLESS, 15-INCH ILF I I I STEEL I I I

12599-9999009 ('LINEAR I I I 1170 IFEET' ITEM) ELECTRICAL I 700.0001 18.250001 12,775.00 !CONDUIT, TRENCHED, ILF I I 14-INCH I I I

12599-9999009 ('LINEAR I I I . 1180 IFEET' ITEM) ELECTRICAL I 380.0001 22.250001 8,455.00 !CONDUIT, TRENCHED, ILF I I 16-INCH I I I

12599-9999009 ('LINEAR I I I 1190 IFEET' ITEM) ELECTRICAL I 200.0001 50.500001 10,100.00 !CONDUIT, TRENCHLESS, ILF I I 14-INCH I I I

12599-9999009 ('LINEAR I I I 1200 !FEET' ITEM) LIMESTONE I 1,507.0001 13.300001 20,043.10 I EDGER ILF I I

12599-9999009 ('LINEAR I I I 1210 !FEET' ITEM) REMOVAL OF I 130.0001 24.000001 3,120.00 IWATERMAIN ILF I I

12599-9999010 ('LUMP SUM' I I 1220 !ITEM) BRIDGE DECK ILUMP !LUMP 152,000.00 !DRAINAGE SYSTEM I I

12599-9999010 ('LUMP SUM' I I 1230 IITEM) ELECTRICAL !LUMP ILUMP 4,700.00 !SERVICE RELOCATION I I

12599-9999010 ('LUMP SUM' I I 1240 IITEM) FIRE HYDRANT !LUMP ILUMP 9,500.00 !RELOCATION STA. 1201+06 I I I I I

12599-9999010 ('LUMP SUM' I I 1250 !ITEM) FIRE HYDRANT ILUMP ILUMP 7,500.00 !RELOCATION STA. 1204+87 I I I I I CONTRACT SCHEDULE OF PRICES Page: 14 ******************************************************************************** Vendor No.: EL045 Bid Order No.: 107 Contract ID No.: 77-1945-408 Letting Date: March 19, 2013 Primary Work Type: PCC PAVEMENT - GRADE AND NEW 10:00 A.M. Primary County: POLK

Item I Unit Price I Bid Amount Line I Item Number Quantity 1------1------No I Item Description and Unit 1 Dollars I Cts I Dollars ICts

12599-9999010 ('LUMP SUM' I I 1260 IITEM) FIRE HYDRANT !LUMP ILUMP 7,500.00 !RELOCATION STA. 1501+85 I I I I I

12599-9999010 ('LUMP SUM' I I 1270 IITEM) IRRIGATION ILUMP ILUMP 105,000.00 I I I

12599-9999010 ('LUMP SUM' I I 1280 IITEM) RELOCATE CHAIN ILUMP ILUMP 1,200.00 ILINK GATE I I

12599-9999010 ('LUMP SUM' I I 1290 IITEM) ROADWAY ILUMP ILUMP 150,000.00 I ELECTRICAL I I

12599-9999010 ('LUMP SUM' I I 1300 IITEM) ROADWAY LIGHTING ILUMP ILUMP 217,000.00 I I I

12599-9999010 ('LUMP SUM' I 1310 IITEM) STORMWATER ILUMP ILUMP 5,300.00 !POLLUTION PREVENTION I I IPLAN I I

12599-9999010 ('LUMP SUM' I I 1320 IITEM) SURFACE RUBBLE ILUMP ILUMP 18,000.00 I REMOVAL I I

12599-9999010 ('LUMP SUM' I I 1330 IITEM) VIDEO INSPECTION !LUMP ILUMP 15,000.00 IOF STORM SEWER I I

12599-9999014 ('SQUARE I I I 1340 !FEET' ITEM) CONCRETE I 6,532.0001 4.050001 26,454.60 ISUBSLAB, PCC 4 IN. ISF I I

12599-9999014 ('SQUARE I I 1350 !FEET' ITEM) PCC PAVERS, I 2,108.0001 6.700001 14,123.60 ICROSS WALKS (TYPE 1) ISF I I CONTRACT SCHEDULE OF PRICES Page: is ******************************************************************************** Vendor No.: EL045 Bid Order No.: 107 Contract ID No.: 77-1945-408 Letting Date: March 19, 2013 Primary Work Type: PCC PAVEMENT - GRADE AND NEW 10:00 A.M. Primary County: POLK

Item I Unit Price I Bid Amount Line I Item Number Quantity 1------1------No I Item Description and Unit 1 Dollars I Cts I Dollars ICts

12599-9999014 ('SQUARE I I I 1360 IFEET' ITEM) PCC PAVERS, I 402.0001 8.850001 3,557.70 !SIDEWALKS (DETECTABLE ISF I I IWARNIN G PAVERS) I I I

12599-9999014 ('SQUARE I I 1370 IFEET' ITEM) PCC PAVERS, I 6,685.0001 5.400001 36,099.00 !SIDEWALKS (TYPE 1) ISF I I

12599-9999014 ('SQUARE I I 1380 IFEET' ITEM) PCC PAVERS, I 1,027.0001 5.400001 5,545.80 !SIDEWALKS (TYPE 2) ISF I I

12599-9999018 ('SQUARE I I I 1390 !YARDS' ITEM) BANDING, I 408.0001 81. 00000 I 33,048.00 IPCC 7 1/2 IN. ISY I I

12599-9999018 ('SQUARE I I I 1400 !YARDS' ITEM) PCC FLUME I 175.0001 35.500001 6,212.50 I ISY I I

12599-9999018 ('SQUARE I I I 1410 IYARDS' ITEM) SLOPE I 20,800.0001 1. 05000 I 21,840.00 !PROTECTION, STRAW MAT ISY I I

12599-9999020 ('TONS' I I I 1420 IITEM) FOUNDATION ROCK I 100.0001 30.000001 3,000.00 I ITON I I

12601-2633100 MOWING I I I 1430 I I 73.0001 62.500001 4,562.50 I IACRE I I

12601-2634100 MULCHING I I I 1440 I I 11. ooo I 700.000001 7,700.00 I IACRE I I

12601-2634105 MULCHING, I I I 1450 !BONDED FIBER MATRIX I 12.2501 2,400.000001 29,400.00 I IACRE I I

12601-2636044 SEEDING AND I I I 1460 !FERTILIZING (URBAN) I 12.2501 820.000001 10,045.00 I IACRE I I CONTRACT SCHEDULE OF PRICES Page: 16 ******************************************************************************** Vendor No.: EL045 Bid Order No.: 107 Contract ID No.: 77-1945-408 Letting Date: March 19, 2013 Primary Work Type: PCC PAVEMENT - GRADE AND NEW 10:00 A.M. Primary County: POLK

Item I Unit Price I Bid Amount Line I Item Number Quantity 1------1------No I Item Description and Unit 1 Dollars I Cts I Dollars ICts

12601-2639010 SODDING I I I 1470 I I 1,900.0001 35.000001 66,500.00 I ISQ I I

12601-2642120 STABILIZING I I I 1480 ICROP - SEEDING AND I 13.0001 228.500001 2,970.50 !FERTILIZING (URBAN) IACRE I I

12601-2643110 WATERING I I I 1490 IFOR SOD, SPECIAL DITCH I 600.0001 60.000001 36,000.00 !CONTROL, OR SLOPE IMGAL I I I PROTECTION I I I

12602-0000020 SILT FENCE I I I 1500 I I 221. ooo I 1. 45000 I 320.45 I ILF I I

12602-0000071 REMOVAL OF I I I 1510 ISILT FENCE OR SILT FENCE I 221. ooo I 0.050001 11. 05 IFOR DITCH CHECKS ILF I I

12602-0000309 PERIMETER I I I 1520 IAND SLOPE SEDIMENT I 6,000.0001 1. 45000 I 8,700.00 !CONTROL DEVICE, 9 IN. ILF I I IDIA. I I I

12602-0000350 REMOVAL OF I I I 1530 !PERIMETER AND SLOPE I 6,000.0001 0.050001 300.00 !SEDIMENT CONTROL DEVICE ILF I I I I I I

12602-0010010 I I I 1540 !MOBILIZATIONS, EROSION I 10.0001 500.000001 5,000.00 I CONTROL IEACH I I

12610-0000110 SHRUBS I I I 1550 I I 245.0001 48.500001 11,882.50 I IEACH I I

12610-0000120 TREES I I I 1560 I I 197.0001 320.000001 63,040.00 I IEACH I I

12610-0000400 WATERING I I I 1570 IFOR PLANTS I 205.0001 60.500001 12,402.50 I IMGAL I I

ITOTAL BID 7,130,000.00 ======Addendum

Iowa Department of Transportation Date of Letting: March 19, 2013 Office of Contracts Date of Addendum: February 27, 2013

B.O. Proposal ID Proposal Work Type County Project Number Addendum 107 77-1945-408 PCC PAVEMENT - POLK NHSX-U-1945(408)--8S- 77 19MAR107.A01 GRADE AND NEW

Notice: Only the bid proposal holders receive this addendum and responsibility for notifying any potential subcontractors or suppliers remains with the proposal holder.

Make the following changes to the PROPOSAL SCHEDULE OF PRICES:

Change Proposal Line No. 0030 2102-2710070 EXCAVATION, CLASS 10, ROADWAY AND BORROW: From: 81,287.000 CY To: 79,408.000 CY

Change Proposal Line No. 0040 2102-2710080 EXCAVATION, CLASS 10, UNSUITABLE OR UNSTABLE MATERIAL: From: 10,371.000 CY To: 16,670.000 CY

Change Proposal Line No. 0980: From: 2595-0000010 RAILROAD INSURANCE PROVISIONS To: 2595-0000106 BNSF AND NS INSURANCE PROVISIONS

If the above changes are not made, they will be made as shown here.

Make the following change to the Proposal Special Provisions Text and the Proposal Special Provisions List.:

Add the following proposal note:

660.26 *** SPECIALTY ITEM *** The item 'TRAFFIC SIGNALIZATION' and/or 'TRAFFIC SIGNAL INSTALLATION' is considered a specialty item for this project.

When performed by subcontract, the cost of the specialty item/s so performed by subcontract may be deducted from the total cost before computing the amount of work required to be performed by the Prime Contractor with his/her own organization. Refer to Article 1108.01 of the Standard Specifications.

Page 1 of2 Make the following change to Plan Sheet C.03:

Change the following note to the reference notes for the item 2102-2710070 EXCAVATION, CLASS 10, ROADWAY AND BORROW:

From: Roadway construction requires 68,697 C.Y. of cut and 83,163 C.Y. of fill. 14,456 C. Y. to be furnished as borrow. To: Roadway construction requires 39,711 C.Y. of cut and 79,406 C.Y. of fill. 39,695 C. Y. to be furnished as borrow.

Change the following note to the reference notes for the item 2102-2710080 EXCAVATION, CLASS 10, UNSUITABLE OR UNSTABLE MATERIAL:

From: 16,670 CY of soft silty clay material shall be cored out of detention basins to elevations shown on plans. To: 13,970 CY of soft silty clay material shall be cored out of detention basins to elevations shown on plans.

Page 2 of2 Addendum

Iowa Department of Transportation Date of Letting: March 19, 2013 Office of Contracts Date of Addendum: March 1, 2013

8.0. Proposal ID Proposal Work Type County Project Number Addendum 107 77-1945-408 PCCPAVEMENT- POLK NHSX-U-1945(408)--8S-77 19MAR107.A02 GRADE AND NEW

Notice: Only the bid proposal holders receive this addendum and responsibility for notifying any potential subcontractors or suppliers remains with the proposal holder.

Make the following change to the Proposal Special Provisions Text and the Proposal Special Provisions List:

Add the following Developmental Specification:

DS-12007 October 16, 2012

DEVELOPMENTAL SPECIFICATION FOR CONSTRUCTION PROGRESS SCHEDULE

Make the following change to Special Provisions for Traffic Signalization Page 43 of 46:

Change Item Description: From: 3" Conduit, Mounted To: l" Conduit, Mounted

Make the following change to Plan Sheet N.01:

TRAFFIC SIGNAL QUANTITIES TABULATION:

Change the Description ofltem No. 19: From: le #6 Detector Cable To: le #14 Loop Wire Detector Cable

Page I of 1 Addendum

Iowa Department of Transportation Date of Letting: March 19, 2013 Office of Contracts Date of Addendum: March 6, 2013

B.O. Proposal ID Proposal Work Type County Project Number Addendum 107 77-1945-408 PCC PAVEMENT - POLK NHSX-U-1945(408)--8S- 77 19MAR107.A03 GRADE AND NEW

Notice: Only the bid proposal holders receive this addendum and responsibility for notifying any potential subcontractors or suppliers remains with the proposal holder.

Make the following changes to the PROPOSAL SCHEDULE OF PRICES:

Change Proposal Line No. 1160 2599-9999009 ('LINEAR FEET' ITEM) CASING PIPE, TRENCHLESS, 15-INCH STEEL: From: 220.000 LF To: 320.000 LF

Change Proposal Line No. 1180 2599-9999009 ('LINEAR FEET' ITEM) ELECTRICAL CONDUIT, TRENCHED, 6-INCH: From: 280.000 LF To: 380.000 LF

If the above changes are not made, they will be made as shown here.

Make the following change to Plan Sheet N.01:

Delete TRAFFIC SIGNAL QUANTITIES TABULATION and replace with the attached TRAFFIC SIGNAL QUANTITIES TABULATION.

Note:

The following explains the changes above:

• The quantity table on Sheet N.01 has been revised to show 951 LF of 5c #14 Traffic Signal Cable, and a new item (7c #14 Traffic Signal Cable) has been added with a quantity of624 LF. Both of these items fall under the lump-sum bid item #78 Traffic Signalization.

• Bid Item # 116 "Casing Pipe, Trench/ess, 15-lnch Steer' has been revised to a quantity of 320 LF for a boring beneath the BNSF RR at SE 15th Street. This casing pipe will carry the previously quantified 4 In. Trenchless Conduit, and a new 6" spare conduit for Mid-American Energy.

• Bid Item #118 "Electrical Conduit, Trenched, 6-Inch" has been revised to a quantity of 380 LF per the previous note.

Page 1 of2 M \\{)KIRKHAM LNIAN MICHAEL

NHS-U-1945(409)--SS-77 TRAFFIC SIGNAL QUANTITIES DES MOINES, IA

ESTIMATED ITEM DESCRIPTION QUANTITY UNIT 1 MAST ARM SIGNAL , TYPE VALMONT CB16-45+13-AB-FP/GV-SPECIAL-MLK 1 EA 2 COMBINATION MAST ARM SIGNAL AND LIGHTING POLE, TYPE VALMONT CB16-50+13-AB-FP/GV-SPECIAL-MLK 1 EA 3 MAST ARM SIGNAL , TYPE VALMONT CB16-50+13-AB-FP/GV-SPECIAL-MLK 1 EA 4 COMBINATION MAST ARM SIGNAL AND LIGHTING POLE, TYPE VALMONT CB16-60+13-AB-FP/GV-SPECIAL-MLK 1 EA 5 MAST ARM SIGNAL POLE, TYPE VALMONT CB16-60+13-AB-FP/GV-SPECIAL-MLK 1 EA 6 MAST ARM SIGNAL POLE, TYPE VALMONT CB16-65+13-AB-FP/GV-SPECIAL-MLK 1 EA 7 COMBINATION MAST ARM SIGNAL AND LIGHTING POLE, TYPE VALMONT CB16-70+13-AB-FP/GV-SPECIAL-MLK 1 EA 8 LIGHTING POLE, TYPE VALMONT 13-AB-FP/GV-SPECIAL-MLK 1 EA 9 PEDESTAL POLE, 13' 2 EA 10 PEDESTAL POLE, 5' 6" 1 EA 11 SIGNAL FACE, 3-SECTION HEAD WITH TUNNEL VISORS, 12" LED WITH BACKPLATE (RED, YELLOW, GREEN) 16 EA 12 1 EA SIGNAL FACE, 4-SECTION HEAD WITH TUNNEL VISORS, 12" LED WITH BACKPLATE (RED.YELLOW, GREEN, LT GREEN ARROW) SIGNAL FACE, 5-SECTION HEAD WITH TUNNEL VISORS, 12" LED WITH BACKPLATE (RED, YELLOW, GREEN, RT YELLOW 13 2 EA ARROW, RT GREEN ARROW) SIGNAL FACE, 4-SECTION HEAD WITH TUNNEL VISORS, 12" LED WITH BACKPLATE (LT RED ARROW, LT YELLOW ARROW, LT 14 17 EA YELLOW FLASHING ARROW, LT GREEN ARROW) 15 SIGNAL FACE, 2-SECTION HEAD WITH TUNNEL VISORS, LARGE FORMAT LED CPEDESTRIAN COUNTDOWN) 8 EA 16 1" CONDUIT- MOUNTED 100 LF 17 3" CONDUIT, TRENCHED 9,262 LF 18 3" CONDUIT, BORED/JACKED 200 LF 19 1c #14 LOOP WIRE DETECTOR CABLE 3,888 LF 20 1c#8 2,000 LF 21 2c #14 DETECTOR LEAD-IN CABLE 4,871 LF 22 2c #14 PB LEAD-IN CABLE 3,962 LF 23 5c #14 TRAFFIC SIGNAL CABLE 951 LF 24 7c #14 TRAFFIC SIGNAL CABLE 624 LF 25 16c #14 TRAFFIC SIGNAL CABLE 2,154 LF 26 1c #6 BARE GROUNDING WIRE 1,609 LF 27 1c #10 TRACER WIRE 11,446 LF 28 PULL ROPE 5,481 LF 29 48 SINGLE-MODE FIBER OPTIC CABLE 8,436 LF 30 12 SINGLE-MODE FIBER OPTIC CABLE 7,236 LF 31 170 ETHERNET CARD 3 EA 32 6'x8' PREFORMED LOOP DETECTOR (VEHICLE) 8 EA 33 6'x20' PREFORMED LOOP DETECTOR (VEHICLE) 16 EA 34 PEDESTRIAN PUSH BUTTON (PPB) 12 EA 35 PULLBOX, TYPE I 6 EA 36 PULLBOX, TYPE II 4 EA 37 PULLBOX, TYPE Ill 16 EA 38 TYPE 332 SIGNAL CONTROLLER, CABINET, AND ACCESSORIES {INCLUDING FIBER DISTRIBUTION PANEL) 2 EA 39 TRAFFIC SIGN: R3-5L 30"x36" 6 EA 40 TRAFFIC SIGN: R3-5R 30"x36" 2 EA 41 TRAFFIC SIGN: R3-5S 30"x36" 1 EA 42 TRAFFIC SIGN: R10-3EL 9"x15" 3 EA 43 TRAFFIC SIGN: R10-3ER 9"x15" 3 EA 44 TRAFFIC SIGN: R10-3ELR 9"x15" 2 EA 45 INSTALL STREET SIGN ON MAST-ARM 7 EA 46 CONCRETE FOOTING: 24" DIA. x 3' DEPTH 9 EA 47 CONCRETE FOOTING: 36" DIA. x 10' DEPTH 1 EA 48 CONCRETE FOOTING: 36" DIA. x 12' DEPTH 3 EA 49 CONCRETE FOOTING: 36" DIA. x 14' DEPTH 1 EA 50 CONCRETE FOOTING: 36" DIA. x 16' DEPTH 2 EA 51 PAN TILT ZOOM CPTZ) CAMERA AND ACCESSORIES 1 EA 52 CAMERA CABLE 150 LF 53 ETHERNET CABLE 150 EA 54 1" RISER AND JUNCTION BOX 1 EA 55 TYPE 336S CABINET & FOOTING, ACCESSORIES (INCLUDING FIBER DISTRIBUTION PANEL) 1 EA 56 MODIFY TRAFFIC SIGNAL FACE 12 EA

3/6/2013 H:\0506627 SEC SA 2 Deslgn\Quantit!es\Traffic Signal Quantities.xis 1OF1 Page 2 of2 Addendum

Iowa Department of Transportation Date of Letting: March 19, 2013 Office of Contracts Date of Addendum: March 14, 2013

B.O. Proposal ID Proposal Work Type County Project Number Addendum 107 77-1945-408 PCC PAVEMENT - POLK NHSX-U-1945(408)--8S- 77 19MAR107.A04 GRADE AND NEW

Notice: Only the bid proposal holders receive this addendum and responsibility for notifying any potential subcontractors or suppliers remains with the proposal holder.

Make the following changes to the PROPOSAL SCHEDULE OF PRICES:

Change Proposal Line No. 0120 2301-1033060 STANDARD OR SLIP FORM PORTLAND CEMENT CONCRETE PAVEMENT, CLASS C, CLASS 3 DURABILITY, 6 IN.: From: 2,916.000 SY To: 2,966.000 SY

Change Proposal Line No. 1390 2599-9999018 ('SQUARE YARDS' ITEM) BANDING, PCC 7 1/2 IN.: From: 3,680.000 SY To: 408.000 SY

If the above changes are not made, they will be made as shown here.

Make the following change to Plan Sheet P .12:

Tab. ROADWAY ELECTRICAL - ESTIMATED QUANTITIES

Item 1 revise description to read:

Lighting Cabinet, internally metered as indicated on plans. Main breakers and branch breakers as indicated. Cabinets shall include Lighting contactors, photocell control, time switch, test switch, as indicated. Provide surge suppression on load side of each meter socket. Cabinet shall be Anodized Aluminum with a 3-point lockable, latching mechanism.

Item 2 revise depth of box to 18".

Make the following change to Special Provisions:

SP-121011 March 19, 2013

SPECIAL PROVISIONS FOR ROADWAY ELECTRICAL

Paragraph F2.0 IE: Revise description to read:

Page 1of10 Lighting Cabinet, internally metered as indicated on plans. Main breakers and branch breakers as indicated. Cabinets shall include Lighting contactors, photocell control, time switch, test switch, as indicated. Provide surge suppression on load side of each meter socket. Cabinet shall be Anodized Aluminum with a 3-point lockable, latching mechanism.

SP-121014 March 19, 2013

SPECIAL PROVISIONS FOR TRAFFIC SIGNALIZATION

Delete Part V - Video Vehicle-Detection Camera System and replace with the attached Part V -Closed Circuit Television Camera System (CCTV).

Page 2of10 PARTV

CLOSED CIRCUIT TELEVISION CAMERA SYSTEM (CCTV)

The Contractor shall ensure that all elements of the CCTV Camera System are operational and function as intended, both in the field and in the TOC. The CCTV Camera System Specification may include field equipment as well as TOC equipment, hardware, software, and integration components.

The City of Des Moines will provide IP addresses to the Contractor to be used for the CCTV cameras and traffic signal controllers. The City will also provide direction for connecting the new fiber optic system to the City's existing system.

5.1 • DESCRIPTION

The Closed Circuit Television (CCTV) Camera System shall comply with all rules and regulations of the City of Des Moines, the Iowa Department of Transportation, the Federal Communications Commission (FCC) and these Special Provisions. The proposed locations for CCTV camera equipment installation are shown on the Plans.

The new CCTV camera at each location will be located on an exis ting or new traffic signal pole, light pole, or traffic signal truss structure as shown on the plans. CCTV data and video transmission between the TOC (Traffic Operations Center) and the CCTV camera system locations will be via a fiber optic cable, Ethernet communications system. The video and data shall be transmitted fr om the CCTV camera to a hardened one-channel MPEG video/data encoder to the Ethernet switch located in the traffic signal controller cabinet, to the Gigabit Ethernet switch at the communication hub for transmission to the City of Des Moines TOC.

The CCTV camera system shall be compatible and fully functional with the City's existing camera management system, which is Cameleon (Version 4) by the "360 Su rveillance" Company. The Contractor shall update the existing CCTV camera management system to include the new camera locations that are being installed as part of this project.

The CCTV cameras and encoders shall be provided by the same vendor and shall be developed specifically for traffic management applications. They shall be compatible and fully functional with the City's existing camera system.

The Contractor shall be responsible for all incidental accessories necessary to make the CCTV camera system complete, fully functional, and ready for operation, even if not particularly specified. Such incidentals shall be furnished, delivered and installed by the Contractor without additional expense to the City. Minor details not usually shown or specified, but necessary for the proper inst allation and operation of the CCTV camera system, shall be included in the work and in the Contractor's price bid. It is understood and agreed by the Contractor that the system description provided herein is complete and includes all equipment necessary for the proper functioning of the CCTV camera system, even though every item may not be specifically mentioned.

5.1.1 General Requirements

1. Contractor shall furnish all components of the CCTV camera system, including the dome CCTV cameras, hardened one-channel video and data M PEG encoders, integrated CCTV video/data cable, mounting hardware, and rack-mounted, har dened encoders for the field to ensure a fully­ operational system.

2. Contactor shall furnish and install all necessa ry miscellaneous equipment and cabling to make the CCTV camera systems operational, including power to the CCTV camera systems, and connection to the communications equipment.

3. All equipment and materials used shall be st andard components, regularly manufactured, and regularly utilized in the manufacturer's system.

4. Contractor shall integrate a II CCTV system components with existing City of Des Moines Gigabit Ethernet network.

Page 3of10 5. All Systems and components shall have been thoroughly tested and proven in actual use.

6. Unless otherwise shown on the Plans, all field equi pment installed shall be operational in all weather conditions and shall be able to withstand a wi nd load of 100 mph without permanent damage to mechanical and electrical equipment.

7. Equipment used shall be identical at each field location and shall be completely interchangeable.

8. All installed equipment shall be operational within NEMA TS2 standards - see below.

!Test INEMA TS2 !Temperature l-34°c to 74°c (-29.2°F to 165.2°F) !Humidity 118% to 90% RH, no-n-co_n_d_e_n-si_n_g ______!Voltage l120VAC-135VAC@ 57Hz - 63Hz ------1-V-ib-ra-tio-n~~~~~1-o-.5-g_@_(_5--3-0) Hz

!shock I1 Og's for 11 ms ------5.1.2 Power Requirements

The CCTV equipment shall meet all of its specified requi rements when the input power is 115 VAC plus or minus 10%, 60 plus or minus 3 HZ. The maximum power required shall not exceed 100 watts.

The equipment operations shall not be affected by the transient voltages, surges and sags normally experienced on commercial power lines. It is the Contractor's responsibility to check the lo cal power service to determine if any special design is needed for the equipment. The extra cost, if required, shall be included in the bid of this item.

5.1.3 Wiring Requirements

All wiring shall meet the requirements of the national electric code. All wi res shall be cut to proper length before assembly. No wire shall be doubled-back to take up slack. Wires shall be neatly laced into cable with nylon lacing or plastic straps. Cables shall be secured with tie-wraps. Service loops shall be provided at all connections.

5.1.4 Design ~equirements

The CCTV equipment shall be modular in design to allow major portions to be readily replaced. Modules and assemblies shall be clearly identified with name, model number, serial number and any other pertinent information required to facilitate equipment maintenance.

5.1.5 Fail Safe Provision

The equipment shall be designed such that the failures oft he equipment shall not cause the failure of any other unit of equipment.

5.2 - MATERIALS

The CCTV camera system shall consist of all of the following items in addition to any other items required for a fully­ operational CCTV camera system:

• Pressurized dome CCTV camera assembly (including camera lenses, dome enclosure, Pan and Tilt Drive Units, and other necessary components) with vendor provided mounting hardware fo r installation on existing or new traffic signal pole, lighting pole, or traffic signal truss structure • Dedicated power supply of adequate capacity fort he CCTV camera system and all supporting control, communication, and network equipment • Integrated CCTV camera cable that supports video, data and power to the CCTV dome camera • Integrated one-channel video and data MPEG encoder at each CCTV camera location installed as part of this

Page 4of10 project • Hardened Fast Ethernet switches at each CCTV camera location (refer to Ethernet Switch specification) • New traffic signal or lighting poles as shown on the plans • Fiber optic cable, conduit, and pull boxes to support the CCTV camera system • Power surge and lightning suppression equipment, as required

5.2.1 Camera Assembly

The CCTV camera shall have the following minimum features:

• The camera shall be analog DSP, Color CCD and ca pa bl e of producing no less than 4 70 horizontal lines of resolution and communicate using non-proprietary control protocol. • The camera shall have an active low-light sensor system and include automatic switching technology that makes use of color images during daylight and monochrome after dark or low light conditions. • The camera shall have Pan, Tilt, Zoom (PTZ) capabilitie s with a 23X minimum optical zoom, BX digital zoom, with manual as well as auto focus capability. • The camera shall be able to operate with a continuous 360 ° horizontal rotation (no stops) and support at least 16 programmable zones. • The camera shall be able to operate with a 180 ° vertical rotation and be capable of inverting the output camera image when passing through 90° down. • The camera shall support a variable pan speed of 0.1 ° to at least 250°/sec and a variable tilt speed of 0.1 ° to at least 80°/sec. • The camera shall be able to operate a light rating of 3. O lux at 60 frames per second color and at 0.3 lux at 60 frames per second hlack and white. • The camera shall operate at NEMA TS2 voltage levels of 89 VAC to 135 VAC and environmental temperatures of-34° to 74°C at up to 100% relative humidity. • The camera shall have a minimum of 6 programmable privacy zones at which the video is blanked. • The camera shall support a minimum 8 tours and up to 32 preset positions. • The camera shall be in a pressurized, tamper-proof, dry nitrogen sealed enclosure. • The camera shall have a built-in character generator for site ID name and/or number, and alarm codes. • The camera shall weigh no more than 30 lbs. and sha II have dimensions no greater then 18 inches tall and 15 inches long. • The camera system shall meet the requirements of the National Transportation Communications for ITS Protocol (NTCI P) 1201 and 1205, as appropriate. The Contra ctor shall submit a certification letter from the CCTV camera vendor stating that the CCTV camera system has been tested and passed NTCIP certification. At the request of the City of Des Moines, the Cont ractor shall be prepared to submit a CCTV camera and peripheral equipment so that it can be subjected to NTCIP testing by the Ci ty of Des Moines or another third party selected by the City. • The camera enclosure shall have a heater, operational in temperature ranges of-40 ° to 75 °C, to support efficient camera operation in cold weather, prevent formation and build-up of ice and condensation, and assure proper operation of the lens' iris mechanism. The heater shall not interfere with operation of the image sensor electronics or video signal.

All equivalencies must be approved by the Engineer prior to procurement.

5.2.2 Camera Mounting Hardware

Camera shall use pole-mounting hardware provided by the CCTV camera vendor, capable of mounting to a vertical traffic signal or lighting pole, or a traffic signal truss structure. The camera mount shall be affixed to the pole to extend the camera towards the center of the signalized intersection and/or roadway corridor to provide optimal viewing capability. The CCTV camera and mounting hardware shall withstand a wind load of 100 mph when affixed to traffic signal pole, lighting pole, or traffic signal st ructure without permanent damage to mechanical and electrical equipment.

5.2.3 One-Channel Video and Data MPEG Encoder

The one-channel video and data MPEG encoder shall provi de compressed MPEG-1, MPEG-2 or MPEG-4 video streams onto the City's Gigabit Ether net IP network. MPEG-4 is the preferred standard and will be used unless otherwise specified by Engineer. The video streams shall have video lat ency of under 500ms (video delay) and a

Page 5of10 frame rate of 30 fps. Compression data rates shall be user selectable from 384: Kbits/second to 15 Mbits/second.

Encoders installed at the CCTV camera locations shall be hardened and shall be a shelf or wall mounted when installed in Type 170 controller cabinet s used by the City of Des Moines. Contractor shall recommend mounting procedures to Engineer for approval, including the Contractor furnishing and installing a 19-inch rack mounted shelf in Type 170 cabinets where communication equipment is installed.

The encoder shall provide at least one video input fo r an NTSC CCTV camera. Camera control shall be RS422/RS485 to interface with the encoder. In addition, the encoder shall include a second COM port that can be utilized for RS232 or RS422 pass through of commands for other field equipment.

The encoder shall be equipped with a minimum of one independent LAN Ethernet port that can be configured with unique IP addresses. The compressed video streams shall be output through the LAN port.

Access to the encoder, including the MPEG video streams, camera control and setup, shall be through the on board web server. The host computer shall connect to the encoder's web server using Microsoft Internet Explorer (IE5 or above) or proprietary browser to access all functions of the encoder. The web server shall at a minimum include the camera protocols for the CCTV cameras installed as part of this contract, and shall contra I pan, tilt, zoom, presets, and on-screen display. The encoder shall have optional s upport for ISDN, wireless 802.11 and T1 protocols. In addition. the encoder shall be stereo analog audio ready. The encoder shall provide audio communications at rates up to 96 Kbits/s.

The encoder shall have the following features as a MINIMUM:

• NTSC or PAL video standards • Composite and S-Video inputs • One video input CODECs with vendor options for two or four inputs • MPEG-4 CODECs shall be provided with vendor opt ions for MPEG-1, MPEG-2 Video Compressed video data rate adjustable from 384 Kb/s and 15 Mb/s • Resolution settings include: • 4SIF • NTSC @ 320X240, 640X480 and 720X480 • PAL @ 352X288 and 720X586 • NTSC frame rate is 30 fps and PAL frame rate is 25 fps • Analog audio at rates from 8 to 96 Kb/s

• Output formats are MPEG-1 & 2(L1, L2)1 MP3 and AC3 • System management/setup and integrated camera control is through TCP/IP • TCP/IP network protocols include Multicast (IGMP), Unicast and Broadcast • Control 1/0 using COM port, RS232 protocol • Input power from 85 to 250 VAC (auto-ranging power supply) • Power supply rated at 250 watt maximum power consumption (60 - 80 watts typical) • Operating temperature range from -20 to +70 degrees Celsius (hardened encoders only) • Wall or standard 19" rack shelf mounted • System control via standard web browsers including IE 5.0 or better • Camera protocols for the vendor CCTV cameras installed as part of this contract. • Minimum camera controls include pan/tilt/zoom, presets (set/move to). OSD on/off

5.2.4 Gigabit Ethernet Hardened Field Switch

If required in the plans, an Ethernet hardened field switch w ill be provided. The switch shall be constructed for modular port configuration housed in a high strength metal enclosure designed for DIN-Rail mounting and convection cooling. Nominal dimensions 1. 75in H x 8. 75 in W x 10.0 in D and weigh less than 4. 75 lbs.

The standard configuration will be with (4) 10/100 copper ports and (2) Gigabit single mode fiber ports with one spare GBIC slot for future growth. Power input sha II be AC. Manufactured in United States and Warranted for 3 years from day of contract acceptance for all parts and labor.

Additionally the Hardened Switch shall provide

Page 6of10 • Two modular slots for user selection of 1OOMb and 1OMB fiber ports, Gigabit fiber ports, 10/100 copper ports, and PoE. Up to a maximum of 16 ports.

• Relay contacts for external "Alarm" monitoring of in ternal power, and of selected software operations. Form C, one NC indicating internal power, one NC software controllable.

• SNMP, rich commands including access control

• SNMPv3 for encrypted authentication & access security

• RMON with statistics, history, alarms and events

• GUI with Hubview/Bitview support

• CLI with multi-level password security

• VLANs, Port-based, Tag-based, with GVRP

• Spanning Tree Protocol, 802.1w

• LACP Link Aggregation Control Protocol, 802.3ad

• Rapid Spanning Tree Protocol, 802.1 d

• Link-Loss-Learn (LLL) for fast switch buffer flush

• Ring Redundancy software available for sub-second recovery of ring faults

• QoS, multi-level 802.1 p, ToS and DiffServ

• IGMP Snooping and multicast pruning

• Telnet, both client and serve support

• Secure Web Management with SSL Secure Sockets Layer and TLS Transport Layer Security protocol support

• Port Security, controlled access by MAC address, support of 200 MAC addresses for port security

• Port mirroring for selective traffic analysis

• Event Log for the 1000 most recent events

• Port Settings Control, copper and fiber ports

• SMTP provides email alerts of traps and event

• SNTP with world-wide time zones

• Radius server and TACACS+ Terminal Access Controller Access Control System

• IP support for SNMP both TCP/IP and UDP/IP

• Passive or active FTP and TFTP for load/save convenience

• CLI Script method supported for ease of upgrading multiple switches

• BootP/DHCP for auto configuration

Page 7of10 • Back pressure and flow control option per

• Temperature rating of-40C to 75C and NEMA TS2 cert ified, or - SOC to 95C by the IEC 60068 Type Test method

• Store and Forward with IEEE 802.3x full-duplex flow c ontrol. All ports non-blocking. System aggregate forward and filter rate 6.0 Mpps.

• Address table: 4K nodes, with address aging time of 155 seconds typical

• Latency: 6µs + packet time max (TX - TX, TX - FX, FX - FX, TX-G, G-G)

• MTFB of greater than 10 years calculated via Telcordia Bellcore method and/or MilStd Handbook 217

5.2.5 Connectors and Harnesses

All external connections shall be made by means of c onnectors. The connectors shall be keyed to preclude improper hookups. All wires to and from the connectors shall be color-coded and/or appropriately marked. In order to assure compatibility and performance compliance, the cables from the dome CCTV camera shall be assembled by the camera manufacturer.

Connecting harnesses of appropriate length and terminat ed with matching connectors shall be provided for interconnection with the communications system equipment.

All pins and mating connectors shall be gold-plated to provide good electrical connection and resist corrosion. Connectors utilizing solder-type connections shall have each soldered connection covered by a piece of heat shrink tubing securely shrunk to insure that it protects the connection.

5.2.6 Camera Interface

1. Each camera unit shall have a user selectable PTZ address. The unit shall respond to the central command only if it is addressed.

2. Camera shall be able to interface the encoder through proper cable connections on the CODEC

3. Minimum camera controls shall be PTZ Auto, or Manual Focus, Iris, and Power.

4. Control signals shall be EIA/TIA 422/485. A minimum 9600-baud data rate shall be used.

5. Camera control protocol shall be non-proprietary.

5.2.7 CCTV Camera Pole

The Contractor shall furnish and install CCTV camera pol es and foundations at locations requiring new poles, if _shown on the plans. The CCTV pole and foundation shall be per City of Des Moines standards. Installation of CCTV poles shall include necessary conduit, pull boxes, and integrated CCTV camera cable to support the CCTV installation, as shown on the Plans.

5.2.8 Lightning Suppression

The Contractor shall provide lightning and surge suppression devices to protect the CCTC camera system deployed in this project. At a minimum, lightning suppression dev ices shall be installed to protect the following system components:

• The CCTV camera pole • The enclosure (traffic signal controller cabinet) housing CCTV equipment • Video cable between the camera and encoder • Camera enclosure power cable between the power supply and camera enclosure • PTZ cable between the cabinet and the camera enclosure

Page 8of10 Alternatively, and at the direction of the Engineer, the installed CCTV system and its components shall be tied to the existing lightning/surge suppression syst em currently in place at each CCTV camera location. Lightning/surge suppression equipment shall meet City of Des Moines standards.

5.3 - CONSTRUCTION And Integration

5.3.1 CCTV Camera Site Installation

The CCTV camera system shall be installed as shown on t he Plans or as specified in these Special Provisions, unless otherwise directed by the Engi neer. The mounting standards and specif ications shall be provided by the camera manufacturer. The Contractor shall verify the mounting requirements and hol e patterns of the camera enclosure and the suitability of the approach depicted in the manufacturer's 'standards. The Contractor may request approval for alternate mounting details by submitting a shop drawing. The Contractor shall incur complete responsibility for the integrity of all mounting structures.

CCTV camera assemblies shall be mounted at the highest feas ible point on the existing pole structure to provide optimal viewing capability.

During mounting of camera enclosures or any other work operation, the Contractor is responsible for avoiding and protecting from damage any existing poles, structures or wiring. All damage to existing poles, structures or wiring shall be repaired by the Contractor at his/her sole expense. The Engineer shall have final authority in determining the extent of repairs that shall be required.

The video and camera control data for the CCTV cameras installed, as part of this project, shall terminate at the existing Video server at the City of Des Moines TOC.

5.3.2 CCTV Service (Power)

The Contractor shall furnish and inst all a wall-mounted pow er strip/surge suppressor that plugs into the 120 VAC GFI outlet in each traffic signal controller cabinet associated with a new CCTV installation. The power strip/surge suppressor shall be sized to accommodate the CCTV camera and other communications equipment installed in the traffic signal controller cabinet, including the Ethernet Sw itch, encoder and other equipment to be installed at the CCTV camera installation as shown on the Plans.

The Contractor shall coordinate all activities related to service for power with both t he City, and any other utility as directed by the Engineer . The power strip/surge suppressor shall satisfy City of Des Moines or Iowa DOT standards.

5.3.3 Des Moines TOC Integration

The Contractor shall be responsible for the integration of the elements installed as part of this contract with the existing systems at the Des Moines TOC, to make t he CCTV system installed as part of this Contract fully operational and functional as shown on the Plans, as specified in these Specia I Provisions, and as directed by the Engineer. The contract elements include the following:

1. Fiber optic cable 2. Ethernet network system 3. CCTV camera system and software

The work to be performed under this Contract shall cons ist of, but not be limited to, the project elements listed below, in support of the TOC Integration effort, as shown on the Plans, as specified in these Special Provisions, and as directed by Engineer.

1. Integration of the new CCTV cameras and ex isting CCTV cameras into one IP video management system. ·

Page 9of10 2. Integration of Ethernet System into the existing Des Moines TOC operations to support the CCTV camera system.

3. Furnish accurate project documentation, as specified in these Special Provisions.

5.3.4 Warranty

All components of the CCTV camera syst em, except the cameras, shall hav e a minimum 1-year manufacturer's warranty for parts and labor. The cameras shall have a mi nimum of a 2-year manufacturer's warranty for parts and labor from date of contract acceptance. This warranty does not replace any manufacturers warranty if greater that what is required herein. Repair or repl acement of defective parts for a peri od of two (2) years from the date of shipment is required.

5.4 ·METHOD OF MEASUREMENT AND BASIS OF PAYMENT Plan quantities are for estimating purposes only, and these quantities will not be paid for separately. Payment will be made on a lump sum basis.

No direct payment will be made for any incidental materials or work required to complete the CCTV camera system unless specifically provided for in the contract documents. All work or mate rials for which no basis of payment is specifically provided will be considered incidental to the bid item for "Traffic Signalization".

Page 10 of IO Addendum

Iowa Department of Transportation Date of Letting: March 19, 2013 Office of Contracts Date of Addendum: March 15, 2013

B.O. Proposal ID Proposal Work Type County Project Number Addendum 107 77-1945-408 PCC PAVEMENT - POLK NHSX-U-1945( 408)--88-77 19MAR107.A05 GRADE AND NEW

Notice: Only the bid proposal holders receive this addendum and responsibility for notifying any potential subcontractors or suppliers remains with the proposal holder.

Make the following changes to the Project:

The City of Des Moines will require all intakes and manholes to be cast-in-place, with the exception of circular sections or structures (SW-401 manholes, and SW-512 intakes). Only epoxy coated steel reinforcement is allowed. This applies to bid items No. 25-36 on sheet C.O 1.

Delete note No. 11 on Standard Road Plan PV-101: "sawing or sealing ofjoints not required". All joints on the project shall be sawcut and sealed. FHWA-1273- Revised May 1, 2012

REQUIRED CONTRACT PROVISIONS FEDERAL-AID CONSTRUCTION CONTRACTS

I. General 3. A breach of any of the stipulations contained in these II. Nondiscrimination Required Contract Provisions may be sufficient grounds for Ill. Nonsegregated Facilities withholding of progress payments, withholding of final IV. Davis-Bacon and Related Act Provisions payment, termination of the contract, suspension I debarment V. Contract Work Hours and Safety Standards Act or any other action determined to be appropriate by the Provisions contracting agency and FHWA. VI. Subletting or Assigning the Contract VII. Safety: Accident Prevention 4. Selection of Labor: During the performance of this contract, VIII. False Statements Concerning Highway Projects the contractor shall not use convict labor for any purpose IX. Implementation of Clean Air Act and Federal Water within the limits of a construction project on a Federal-aid Pollution Control Act highway unless it is labor performed by convicts who are on X. Compliance with Governmentwide Suspension and parole, supervised release, or probation. The term Federal-aid Debarment Requirements highway does not include roadways functionally classified as XI. Certification Regarding Use of Contract Funds for local roads or rural minor collectors. Lobbying

ATTACHMENTS II. NONDISCRIMINATION

A. Employment and Materials Preference for Appalachian The provisions of this section related to 23 CFR Part 230 are Development Highway System or Appalachian Local Access applicable to all Federal-aid construction contracts and to all Road Contracts (included In Appalachian contracts only) 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. I. GENERAL In addition, the contractor and all subcontractors must comply 1. Form FHWA-1273 must be physically incorporated in each with the following policies: Executive Order 11246, 41 CFR 60, construction contract funded under Title 23 (excluding 29 CFR 1625-1627, Title 23 USC Section 140, the emergency contracts solely intended for debris removal). The Rehabilitation Act of 1973, as amended (29 USC 794 ), Title VI contractor (or subcontractor) must insert this form in each of the Civil Rights Act of 1964, as amended, and related subcontract and further require its inclusion in all lower tier regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR subcontracts (excluding purchase orders, rental agreements Parts 200, 230, and 633. and other agreements for supplies or services). The contractor and all subcontractors must comply with: the The applicable requirements of Form FHWA-1273 are requirements of the Equal Opportunity Clause in 41 CFR 60- incorporated by reference for work done under any purchase 1.4(b) and, for all construction contracts exceeding $10,000, order, rental agreement or agreement for other services. The the Standard Federal Equal Employment Opportunity prime contractor shall be responsible for compliance by any Construction Contract Specifications in 41 CFR 60-4.3. subcontractor, lower-tier subcontractor or service provider. Note: The U.S. Department of Labor has exclusive authority to Form FHWA-1273 must be included in all Federal-aid design­ determine compliance with Executive Order 11246 and the build contracts, in all subcontracts and in lower tier policies of the Secretary of Labor including 41 CFR 60, and 29 subcontracts {excluding subcontracts for design services, CFR 1625-1627. The contracting agency and the FHWA have purchase orders, rental agreements and other agreements for the authority and the responsibility to ensure compliance with supplies or services). The design-builder shall be responsible Title 23 USC Section 140, the Rehabilitation Act of 1973, as for compliance by any subcontractor, lower-tier subcontractor amended (29 USC 794), and Title VI of the Civil Rights Act of or service provider. 1964, as amended, and related regulations including 49 CFR Parts 21, 26 and 27: and 23 CFR Parts 200, 230, and 633. Contracting agencies may reference Form FHWA-1273 in bid proposal or request for proposal documents, however, the The following provision is adopted from 23 CFR 230, Appendix Form FHWA-1273 must be physically incorporated (not A, with appropriate revisions to conform to the U.S. referenced) in all contracts, subcontracts and lower-tier Department of Labor (US DOL) and FHWA requirements. subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services related to a 1. Equal Employment Opportunity: Equal employment construction contract). opportunity (EEO) requirements not to discriminate and to take affirmative action to assure equal opportunity as set forth 2. Subject to the applicability criteria noted in the following under laws, executive orders, rules, regulations (28 CFR 35, sections, these contract provisions shall apply to all work 29 CFR 1630, 29 CFR 1625-1627, 41CFR60 and 49 CFR 27) performed on the contract by the contractor's own organization and orders of the Secretary of Labor as modified by the and with the assistance of workers under the contractor's provisions prescribed herein, and imposed pursuant to 23 immediate superintendence and to all work performed on the U.S.C. 140 shall constitute the EEO and specific affirmative contract by piecework, station work, or by subcontract. action standards for the contractor's project activities under this contract. The provisions of the Americans with Disabilities 4. Recruitment: When advertising for employees, the Act of 1990 (42 U.S.C. 12101 et seq.) set forth under 28 CFR contractor will include in all advertisements for employees the 35 and 29 CFR 1630 are incorporated by reference in this notation: "An Equal Opportunity Employer." All such contract. In the execution of this contract, the contractor advertisements will be placed in publications having a large agrees to comply with the following minimum specific circulation among minorities and women in the area from requirement activities of EEO: which the project work force would normally be derived.

a. The contractor will work with the contracting agency and a. The contractor will, unless precluded by a valid the Federal Government to ensure that it has made every bargaining agreement, conduct systematic and direct good faith effort to provide equal opportunity with respect to all recruitment through public and private employee referral of its terms and conditions of employment and in their review sources likely to yield qualified minorities and women. To of activities under the contract. meet this requirement, the contractor will identify sources of potential minority group employees, and establish with such b. The contractor will accept as its operating policy the identified sources procedures whereby minority and women following statement: applicants may be referred to the contractor for employment consideration. "It is the policy of this Company to assure that applicants are employed, and that employees are treated during b. In the event the contractor has a valid bargaining· employment, without regard to their race, religion, sex, color, agreement providing for exclusive hiring hall referrals, the national origin, age or disability. Such action shall include: contractor is expected to observe the provisions of that employment, upgrading, demotion, or transfer: recruitment or agreement to the extent that the system meets the contractor's recruitment advertising; layoff or termination; rates of pay or compliance with EEO contract provisions. Where other forms of compensation; and selection for training, Implementation of such an agreement has the effect of including apprenticeship, pre-apprenticeship, and/or on-the­ discriminating against minorities or women, or obligates the job training." contractor to do the same, such implementation violates Federal nondiscrimination provisions. 2. EEO Officer: The contractor will designate and make known to the contracting officers an EEO Officer who will have c. The contractor will encourage its present employees to the responsibility for and must be capable of effectively refer minorities and women as applicants for employment. administering and promoting an active EEO program and who Information and procedures with regard to referring such must be assigned adequate authority and responsibility to do applicants will be discussed with employees. so. 5. Personnel Actions: Wages, working conditions, and 3. Dissemination of Policy: All members of the contractor's employee benefits shall be established and administered, and staff who are authorized to hire, supervise, promote, and personnel actions of every type, including hiring, upgrading, discharge employees, or who recommend such action, or who promotion, transfer, demotion, layoff, and termination, shall be are substantially involved in such action, will be made fully taken without regard to race, color, religion, sex, national cognizant of, and will implement, the contractor's EEO policy origin, age or disability. The following procedures shall be and contractual responsibilities to provide EEO in each grade followed: and classification of employment. To ensure that the above agreement will be met, the following actions will be taken as a a. The contractor will conduct periodic inspections of project minimum: sites to insure that working conditions and employee facilities do not indicate discriminatory treatment of project site a. Periodic meetings of supervisory and personnel office personnel. employees will be conducted before the start of work and then not less often than once every six months, at which time the b. The contractor will periodically evaluate the spread of contractor's EEO policy and its implementation will be wages paid within each classification to determine any reviewed and explained. The meetings will be conducted by evidence of discriminatory wage practices. the EEO Officer. c. The contractor will periodically review selected personnel b. All new supervisory or personnel office employees will be actions in depth to determine whether there Is evidence of given a thorough indoctrination by the EEO Officer, covering discrimination. Where evidence is found, t!'le contractor will all major aspects of the contractor's EEO obligations within promptly take corrective action. If the review Indicates that the thirty days following their reporting for duty with the contractor. discrimination may extend beyond the actions reviewed, such corrective action shall include all affected persons. c. All personnel who are engaged in direct recruitment for the project will be instructed by the EEO Officer in the d. The contractor will promptly investigate all complaints of contractor's procedures for locating and hiring minorities and alleged discrimination made to the contractor in connection women. with its obligations under this contract, will attempt to resolve such complaints, and will take appropriate corrective action d. Notices and posters setting forth the contractor's EEO within a reasonable time. If the investigation indicates that the policy will be placed in areas readily accessible to employees, discrimination may affect persons other than the complainant, applicants for employment and potential employees. such corrective action shall include such other persons. Upon completion of each investigation, the contractor will inform e. The contractor's EEO policy and the procedures to every complainant of all of their avenues of appeal. implement such policy will be brought to the attention of employees by means of meetings, employee handbooks, or 6. Training and Promotion: other appropriate means. a. The contractor will assist in locating, qualifying, and increasing the skills of minorities and women who are

2 applicants for employment or current employees. Such efforts with the requirements for and comply with the Americans with should be aimed at developing full journey level status Disabilities Act and all rules and regulations established there employees in the type of trade or job classification involved. under. Employers must provide reasonable accommodation in all employment activities unless to do so would cause an b. Consistent with the contractor's work force requirements undue hardship. and as pennissible under Federal and State regulations, the contractor shall make full use of training programs, i.e., 9. Selection of Subcontractors, Procurement of Materials apprenticeship, and on-the-job training programs for the and Leasing of Equipment: The contractor shall not geographical area of contract performance. In the event a discriminate on the grounds of race, color, religion, sex, special provision for training is provided under this contract, national origin, age or disability in the selection and retention this subparagraph will be superseded as indicated in the of subcontractors, including procurement of materials and special provision. The contracting agency may reserve leases of equipment. The contractor shall take all necessary training positions for persons who receive welfare assistance and reasonable steps to ensure nondiscrimination in the in accordance with 23 U.S.C. 140(a). administration of this contract.

c. The contractor will advise employees and applicants for a. The contractor shall notify all potential subcontractors and employment of available training programs and entrance suppliers and lessors of their EEO obligations under this requirements for each. contract.

d. The contractor will periodically review the training and b. The contractor will use good faith efforts to ensure promotion potential of employees who are minorities and subcontractor compliance with their EEO obligations. women and will encourage eligible employees to apply for such training and promotion. 10. Assurance Required by 49 CFR 26.13(b): 7. Unions: If the contractor relies in whole or in part upon unions as a source of employees, the contractor will use good a. The requirements of 49 CFR Part 26 and the State faith efforts to obtain the cooperation of such unions to DOT's U.S. DOT-approved DBE program are incorporated by increase opportunities for minorities and women. Actions by reference. the contractor, either directly or through a contractor's association acting as agent, will include the procedures set b. The contractor or subcontractor shall not discriminate on forth below: the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out a. The contractor will use good faith efforts to develop, in applicable requirements of 49 CFR Part 26 in the award and cooperation with the unions, joint training programs aimed administration of DOT-assisted contracts. Failure by the toward qualifying more minorities and women for membership contractor to carry out these requirements is a material breach in the unions and increasing the skills of minorities and women of this contract, which may result in the termination of this so that they may qualify for higher paying employment. contract or such other remedy as the contracting agency deems appropriate. b. The contractor will use good faith efforts to incorporate an EEO clause into each union agreement to the end that such 11. Records and Reports: The contractor shall keep such union will be contractually bound to refer applicants without records as necessary to document compliance with the EEO regard to their race, color, religion, sex, national origin, age or requirements. Such records shall be retained for a period of disability. three years following the date of the final payment to the contractor for all contract work and shall be available at c. The contractor is to obtain information as to the referral reasonable times and places for inspection by authorized practices and policies of the labor union except that to the representatives of the contracting agency and the FHW A. extent such information is within the exclusive possession of the labor union and such labor union refuses to furnish such a. The records kept by the contractor shall document the information to the contractor, the contractor shall so certify to following: the contracting agency and shall set forth what efforts have been made to obtain such information. (1) The number and work hours of minority and non­ minority group members and women employed in each work d. In the event the union is unable to provide the contractor classification on the project; with a reasonable flow of referrals within the time limit set forth in the collective bargaining agreement, the contractor will, (2) The progress and efforts being made in cooperation through independent recruitment efforts, fill the employment with unions, when applicable, to increase employment vacancies without regard to race, color, religion, sex, national opportunities for minorities and women; and origin, age or disability; making full efforts to obtain qualified and/or qualifiable minorities and women. The failure of a union (3) The progress and efforts being made in locating, hiring, to provide sufficient referrals (even though it is obligated to training, qualifying, and upgrading minorities and women; provide exclusive referrals under the terms of a collective bargaining agreement) does not relieve the contractor from the b. The contractors and subcontractors will submit an annual requirements of this paragraph. In the event the union referral report to the contracting agency each July for the duration of practice prevents the contractor from meeting the obligations the project, indicating the number of minority, women. and pursuant to Executive Order 11246, as amended, and these non-minority group employees currently engaged in each work special provisions, such contractor shall immediately notify the classification required by the contract work. This information is contracting agency. to be reported on Form FHWA-1391. The staffing data should represent the project work force on board in all or any part of 8. Reasonable Accommodation for Applicants I the last payroll period preceding the end of July. If on-the-job Employees with Disabilities: The contractor must be familiar training is being required by special provision, the contractor

3 will be required to collect and report training data. The of paragraph 1.d. of this section; also, regular contributions employment data should reflect the work force on board during made or costs incurred for more than a weekly period (but not all or any part of the last payroll period preceding the end of less often than quarterly) under plans, funds, or programs July. 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 Ill. NONSEGREGATED FACILITIES wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to This provision is applicable to all Federal-aid construction skill, except as provided in 29 CFR 5.5(a)(4). Laborers or contracts and to all related construction subcontracts of mechanics performing work in more than one classification $10,000 or more. may be compensated at the rate specified for each classification for the time actually worked therein: Provided, The contractor must ensure that facilities provided for That the employer's payroll records accurately set forth the employees are provided in such a manner that segregation on time spent in each classification in which work is performed. the basis of race, color, religion, sex, or national origin cannot The wage determination (including any additional classification result. The contractor may neither require such segregated and wage rates conformed under paragraph 1.b. of this use by written or oral policies nor tolerate such use by section) and the Davis-Bacon poster (WH-1321) shall be employee custom. The contractor's obligation extends further posted at all times by the contractor and its subcontractors at to ensure that its employees are not assigned to perform their the site of the work in a prominent and accessible place where services at any location, under the contractor's control, where it can be easily seen by the workers. the facilities are segregated. The term "facilities" includes waiting rooms, work areas, restaurants and other eating areas, b.(1) The contracting officer shall require that any class of time clocks, restrooms, washrooms, locker rooms, and other laborers or mechanics, including helpers, which is not listed in storage or dressing areas, parking lots, drinking fountains, the wage determination and which is to be employed under the recreation or entertainment areas, transportation, and housing contract shall be classified in conformance with the wage provided for employees. The contractor shall provide separate determination. The contracting officer shall approve an or single-user restrooms and necessary dressing or sleeping additional classification and wage rate and fringe benefits areas to assure privacy between sexes. therefore only when the following criteria have been met:

IV. DAVIS-BACON AND RELATED ACT PROVISIONS (i) The work to be performed by the classification requested is not performed by a classification in the wage determination; and This section is applicable to all Federal-aid construction projects exceeding $2,000 and to all related subcontracts and lower-tier subcontracts (regardless of subcontract size). The (ii) The classification is utilized in the area by the requirements apply to all projects located within the right-of­ construction industry; and 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. (iii) The proposed wage rate, including any bona fide Contracting agencies may elect to apply these requirements to fringe benefits, bears a reasonable relationship to the other projects. wage rates contained in the wage determination.

The following provisions are from the U.S. Department of (2) If the contractor and the laborers and mechanics to be Labor regulations in 29 CFR 5.5 "Contract provisions and employed in the classification (if known), or their related matters" with minor revisions to conform to the FHWA- representatives, and the contracting officer agree on the 1273 format and FHWA program requirements. 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 1. Minimum wages Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, DC 20210. The Administrator, or an authorized a. All laborers and mechanics employed or working upon representative, will approve, modify, or disapprove every the site of the work, will be paid unconditionally and not less additional classification action within 30 days of receipt and often than once a week, and without subsequent deduction or so advise the contracting officer or will notify the contracting rebate on any account (except such payroll deductions as are officer within the 30-day period that additional time is permitted by regulations Issued by the Secretary of Labor necessary. 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 (3) In the event the contractor, the laborers or mechanics than those contained in the wage determination of the to be employed in the classification or their representatives, Secretary of Labor which is attached hereto and made a part and the contracting officer do not agree on the proposed hereof, regardless of any contractual relationship which may classification and wage rate (including the amount be alleged to exist between the contractor and such laborers designated for fringe benefits, where appropriate), the and mechanics. 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 Contributions made or costs reasonably anticipated for bona .determination. The Wage and Hour Administrator, or an fide fringe benefits under section 1(b)(2) of the Davis-Bacon authorized representative, will issue a determination within Act on behalf of laborers or mechanics are considered wages 30 days of receipt and so advise the contracting officer or paid to such laborers or mechanics, subject to the provisions

4 will notify the contracting officer within the 30-day period that Bacon Act, the contractor shall maintain records which show additional time is necessary. 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 (4) The wage rate (including fringe benefits where laborers or mechanics affected, and records which show the appropriate) determined pursuant to paragraphs 1.b.(2) or costs anticipated or the actual cost incurred in providing such 1.b.(3) of this section, shall be paid to all workers performing benefits. Contractors employing apprentices or trainees under work in the classification under this contract from the first approved programs shall maintain written evidence of the day on which work is performed in the classification. registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and c. Whenever the minimum wage rate prescribed in the trainees, and the ratios and wage rates prescribed in the contract for a class of laborers or mechanics includes a fringe applicable programs. benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination b.(1) The contractor shall submit weekly for each week in or shall pay another bona fide fringe benefit or an hourly cash which any contract work is performed a copy of all payrolls to equivalent thereof. the contracting agency. The payrolls submitted shall set out accurately and completely all of the information required to be d. If the contractor does not make payments to a trustee or maintained under 29 CFR 5.5(a}(3)(1), except that full social other third person, the contractor may consider as part of the security numbers and home addresses shall not be included wages of any laborer or mechanic the amount of any costs on weekly transmittals. Instead the payrolls shall only need to reasonably anticipated in providing bona fide fringe benefits include an individually identifying number for each employee ( under a plan or program, Provided, That the Secretary of e.g. , the last four digits of the employee's social security Labor has found, upon the written request of the contractor, number). The required weekly payroll information may be that the applicable standards of the Davis-Bacon Act have submitted in any fonn desired. Optional Form WH-347 is been met. The Secretary of Labor may require the contractor available for this purpose from the Wage and Hour Division to set aside in a separate account assets for the meeting of Web site at http://www.dol.gov/esa/whd/forms/wh347instr.htm obligations under the plan or program. 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 2. Withholding security number and current address of each covered worker, and shall provide them upon request to the contracting agency The contracting agency shall upon its own action or upon for transmission to the State DOT, the FHWA or the Wage and written request of an authorized representative of the Hour Division of the Department of Labor for purposes of an Department of Labor, withhold or cause to be withheld from investigation or audit of compliance with prevailing wage the contractor under this contract, or any other Federal requirements. It is not a violation of this section for a prime contract with the same prime contractor, or any other federally­ contractor to require a subcontractor to provide addresses and assisted contract subject to Davis-Bacon prevailing wage social security numbers to the prime contractor for its own requirements, which is held by the same prime contractor, so records, without weekly submission to the contracting agency .. much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, (2) Each payroll submitted shall be accompanied by a including apprentices, trainees, and helpers, employed by the "Statement of Compliance," signed by the contractor or contractor or any subcontractor the full amount of wages subcontractor or his or her agent who pays or supervises the required by the contract. In the event of failure to pay any payment of the persons employed under the contract and shall laborer or mechanic, including any apprentice, trainee, or certify the following: 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 (i) That the payroll for the payroll period contains the may be necessary to cause the suspension of any further information required to be provided under §5.5 (a)(3)(ii) of payment, advance, or guarantee of funds until such violations Regulations, 29 CFR part 5, the appropriate information is have ceased. being maintained under §5.5 (a)(3)(i) of Regulations, 29 CFR part 5, and that such information is correct and complete; 3. Payrolls and basic records

(ii) That each laborer or mechanic (including each a. Payrolls and basic records relating thereto shall be helper, apprentice, and trainee) employed on the contract maintained by the contractor during the course of the work and during the payroll period has been paid the full weekly preserved for a period of three years thereafter for all laborers wages earned, without rebate, either directly or indirectly, and mechanics working at the site of the work. Such records and that no deductions have been made either directly or shall contain the name, address, and social security number of indirectly from the full wages earned, other than each such worker, his or her correct classification, hourly rates permissible deductions as set forth in Regulations, 29 CFR of wages paid (including rates of contributions or costs part 3; 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, (iii) That each laborer or mechanic has been paid not deductions made and actual wages paid. Whenever the less than the applicable wage rates and fringe benefits or Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that cash equivalents for the classification of work performed, the wages of any laborer or mechanic include the amount of as specified in the applicable wage detennination any costs reasonably anticipated in providing benefits under a incorporated into the contract. plan or program described in section 1(b)(2)(B) of the Davis-

5 (3) The weekly submission of a properly executed rate specified in the applicable wage determination. certification set forth on the reverse side of Optional Form Apprentices shall be paid fringe benefits in accordance with WH-347 shall satisfy the requirement for submission of the the provisions of the apprenticeship program. If the "Statement of Compliance" required by paragraph 3.b.(2) of apprenticeship program does not specify fringe benefits, this section. 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 (4) The falsification of any of the above certifications may practice prevails for the applicable apprentice classification, subject the contractor or subcontractor to civil or criminal fringes shall be paid in accordance with that determination. prosecution under section 1001 of title 18 and section 231 of title 31 of the United States Code. In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State Apprenticeship Agency c. The contractor or subcontractor shall make the records recognized by the Office, withdraws approval of an required under paragraph 3.a. of this section available for apprenticeship program, the contractor will no longer be Inspection, copying, or transcription by authorized permitted to utilize apprentices at less than the applicable representatives of the contracting agency, the State DOT, the predetermined rate for the work performed until an acceptable FHWA, or the Department of Labor, and shall permit such program is approved. 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, b. Trainees (programs of the USDOL). after written notice to the contractor, the contracting agency or the State DOT, take such action as may be necessary to Except as provided in 29 CFR 5.16, trainees will not be cause the suspension of any further payment, advance, or permitted to work at less than the predetermined rate for the guarantee of funds. Furthermore, failure to submit the required work performed unless they are employed pursuant to and records upon request or to make such records available may individually registered In a program which has received prior be grounds for debarment action pursuant to 29 CFR 5.12. approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training 4. Apprentices and trainees Administration.

a. Apprentices (programs of the USDOL). 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. 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 Every trainee must be paid at not less than the rate specified apprenticeship program registered with the U.S. Department of in the approved program for the trainee's level of progress, Labor, Employment and Training Administration, Office of expressed as a percentage of the journeyman hourly rate Apprenticeship Training, Employer and Labor Services, or with specified in the applicable wage determination. Trainees shall a State Apprenticeship Agency recognized by the Office, or if a be paid fringe benefits in accordance with the provisions of the person is employed in his or her first 90 days of probationary trainee program. If the trainee program does not mention employment as an apprentice in such an apprenticeship fringe benefits, trainees shall be paid the full amount of fringe program, who is not individually registered in the program, but benefits listed on the wage determination unless the who has been certified by the Office of Apprenticeship Administrator of the Wage and Hour Division determines that Training, Employer and Labor Services or a State there is an apprenticeship program associated with the Apprenticeship Agency (where appropriate) to be eligible for corresponding journeyman wage rate on the wage probationary employment as an apprentice. 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 The allowable ratio of apprentices to journeymen on the job approved by the Employment and Training Administration shall site In any craft classification shall not be greater than the ratio be paid not less than the applicable wage rate on the wage permitted to the contractor as to the entire work force under determination for the classification of work actually performed. the registered program. Any worker listed on a payroll at an In addition, any trainee performing work on the job site in apprentice wage rate, who is not registered or otherwise excess of the ratio permitted under the registered program employed as stated above, shall be paid not less than the shall be paid not less than the applicable wage rate on the applicable wage rate on the wage determination for the wage determination for the work actually performed. 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 In the event the Employment and Training Administration less than the applicable wage rate on the wage determination withdraws approval of a training program, the contractor will no for the work actually performed. Where a contractor is longer be permitted to utilize trainees at less than the performing construction on a project in a locality other than applicable predetermined rate for the work performed until an that in which its program is registered, the ratios and wage acceptable program Is approved. rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered c. Equal employment opportunity. The utilization of program shall be observed. apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity Every apprentice must be paid at not less than the rate requirements of Executive Order 11246, as amended, and 29 specified in the registered program for the apprentice's level of CFR part 30. progress, expressed as a percentage of the journeymen hourly

6 d. Apprentices and Trainees (programs of the U.S. DOT).

V. CONTRACT WORK HOURS AND SAFETY Apprentices and trainees working under apprenticeship and STANDARDS ACT 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 The following clauses apply to any Federal-aid construction subject to the requirements of paragraph 4 of this Section IV. contract in an amount in excess of $100,000 and subject to the "T:he straight time hourly wage rates for apprentices and overtime provisions of the Contract Work Hours and Safety trainees under such programs will be established by the Standards Act. These clauses shall be inserted in addition to particular programs. The ratio of apprentices and trainees to the clauses required by 29 CFR 5.S(a) or 29 CFR 4.6. As journeymen shall not be greater than permitted by the terms of used in this paragraph, the terms laborers and mechanics the particular program. include watchmen and guards.

5. Compliance with Copeland Act requirements. The 1. Overtime requirements. No contractor or subcontractor contractor shall comply with the requirements of 29 CFR part contracting for any part of the contract work which may require 3, which are incorporated by reference in this contract. 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 6. Subcontracts. The contractor or subcontractor shall insert work in excess of forty hours in such workweek unless such Form FHWA-1273 in any subcontracts and also require the laborer or mechanic receives compensation at a rate not less subcontractors to include Form FHWA-1273 in any lower tier than one and one-half times the basic rate of pay for all hours subcontracts. The prime contractor shall be responsible for the worked in excess of forty hours in such workweek. compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 5.5. 2. Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth 7. Contract termination: debarment. A breach of the in paragraph (1.) of this section, the contractor and any contract clauses in 29 CFR 5.5 may be grounds for termination subcontractor responsible therefor shall be liable for the of the contract, and for debarment as a contractor and a unpaid wages. In addition, such contractor and subcontractor subcontractor as provided in 29 CFR 5.12. 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 8. Compliance with Davis-Bacon and Related Act District or to such territory), for liquidated damages. Such requirements. All rulings and interpretations of the Davis­ liquidated damages shall be computed with respect to each Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 individual laborer or mechanic, including watchmen and are herein incorporated by reference in this contract. 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 9. Disputes concerning labor standards. Disputes arising permitted to work in excess of the standard workweek of forty out of the labor standards provisions of this contract shall not hours without payment of the overtime wages required by the be subject to the general disputes clause of this contract. Such clause set forth in paragraph (1.) of this section. 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 3. Withholding for unpaid wages and liquidated damages. between the contractor (or any of its subcontractors) and the The FHWA or the contacting agency shall upon its own action contracting agency, the U.S. Department of Labor, or the or upon written request of an authorized representative of the employees or their representatives. 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 10. Certification of eligibility. other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work a. By entering into this contract, the contractor certifies that Hours and Safety Standards Act, which is held by the same neither it (nor he or she) nor any person or firm who has an prime contractor, such sums as may be determined to be interest in the contractor's firm is a person or firm ineligible to necessary to satisfy any liabilities of such contractor or be awarded Government contracts by virtue of section 3(a) of subcontractor for unpaid wages and liquidated damages as the Davis-Bacon Act or 29 CFR 5.12(a)(1). provided in the clause set forth in paragraph (2.) of this section. b. No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue 4. Subcontracts. The contractor or subcontractor shall insert of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a}{1 ). 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 c. The penalty for making false statements is prescribed in the subcontracts. The prime contractor shall be responsible for U.S. Criminal Code, 18 U.S.C. 1001. compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1.) through (4.) of this section.

7 evidenced in writing and that it contains all pertinent provisions VI. SUBLETTING OR ASSIGNING THE CONTRACT and requirements of the prime contract.

This provision is applicable to all Federal-aid construction 5. The 30% self-performance requirement of paragraph (1) is contracts on the National Highway System. not applicable to design-build contracts; however, contracting agencies may establish their own self-performance 1. The contractor shall perform with its own organization requirements. 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 VII. SAFETY: ACCIDENT PREVENTION designated by the contracting agency. Specialty items may be performed by subcontract and the amount of any such T h i s p r o v i s i o n i s applicable to all Federal-aid specialty items performed may be deducted from the total construction contracts and to all related subcontracts. original contract price before computing the amount of work required to be performed by the contractor's own organization 1. In the performance of this contract the contractor shall (23 CFR 635.116). comply with all applicable Federal, State, and local laws governing safety, health, and sanitation (23 CFR 635). The a. The term "perform work with its own organization· refers contractor shall provide all safeguards, safety devices and to workers employed or leased by the prime contractor, and protective equipment and take any other needed actions as it equipment owned or rented by the prime contractor, with or determines, or as the contracting officer may determine, to be without operators. Such term does not include employees or reasonably necessary to protect the life and health of equipment of a subcontractor or lower tier subcontractor, employees on the job and the safety of the public and to agents of the prime contractor, or any other assignees. The protect property in connection with the performance of the term may include payments for the costs of hiring leased work covered by the contract. employees from an employee leasing firm meeting all relevant Federal and State regulatory requirements. Leased 2. It is a condition of this contract, and shall be made a employees may only be included in this term if the prime condition of each subcontract, which the contractor enters into contractor meets all of the following conditions: pursuant to this contract, that the contractor and any subcontractor shall not permit any employee, in performance (1) the prime contractor maintains control over the of the contract, to work in surroundings or under conditions supervision of the day-to-day activities of the leased which are unsanitary, hazardous or dangerous to his/her employees; health or safety, as determined under construction safety and (2) the prime contractor remains responsible for the quality health standards (29 CFR 1926) promulgated by the Secretary of the work of the leased employees; of Labor, in accordance with Section 107 of the Contract Work (3) the prime contractor retains all power to accept or Hours and Safety Standards Act (40 U.S.C. 3704). exclude individual employees from work on the project; and (4) the prime contractor remains ultimately responsible for 3. Pursuant to 29 CFR 1926.3, it is a condition of this contract the payment of predetermined minimum wages, the that the Secretary of Labor or authorized representative submission of payrolls, statements of compliance and all thereof, shall have right of entry to any site of contract other Federal regulatory requirements. performance to inspect or investigate the matter of compliance with the construction safety and health stand~rds and to carry b. "Specialty Items" shall be construed to be limited to work out the duties of the Secretary under Section 107 of the that requires highly specialized knowledge, abilities, or Contract Work Hours and Safety Standards Act (40 equipment not ordinarily available in the type of contracting U.S.C.3704). 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. VIII. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS 2. The contract amount upon which the requirements set forth in paragraph (1) of Section VI is computed includes the cost of T h i s p r o v i s i o n i s applicable to all Federal-aid material and manufactured products which are to be construction contracts and to all related subcontracts. purchased or produced by the contractor under the contract provisions. In order to assure high quality and durable construction in conformity with approved plans and specifications and a high 3. The contractor shall furnish (a) a competent superintendent degree of reliability on statements and representations made or supervisor who is employed by the firm, has full authority to by engineers, contractors, suppliers, and workers on Federal­ direct performance of the work in accordance with the contract aid highway projects, it is essential that all persons concerned requirements, and is in charge of all construction operations with the project perform their functions as carefully, thoroughly, (regardless of who performs the work) and (b) such other of its and honestly as possible. Willful falsification, distortion, or own organizational resources (supervision, management, and misrepresentation with respect to any facts related to the engineering services) as the contracting officer determines is project is a violation of Federal law. To prevent any necessary to assure the performance of the contract. misunderstanding regarding the seriousness of these and similar acts, Form FHWA-1022 shall be posted on each 4. No portion of the contract shall be sublet, assigned or Federal-aid highway project (23 CFR 635) in one or more otherwise disposed of except with the written consent of the places where it is readily available to all persons concerned contracting officer, or authorized representative, and such with the project: 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 18 U.S.C. 1020 reads as follows: contracting agency has assured that each subcontract is

8 'Whoever, being an officer, agent, or employee of the United covered transaction. The prospective first tier participant shall States, or of any State or Territory, or whoever, whether a submit an explanation of why it cannot provide the certification person, association, firm, or corporation, knowingly makes any set out below. The certification or explanation will be false statement, false representation, or false report as to the considered in connection with the department or agency's character, quality, quantity, or cost of the material used or to determination whether to enter into this transaction. However, be used, or the quantity or quality of the work performed or to failure of the prospective first tier participant to furnish a be performed, or the cost thereof in connection with the certification or an explanation shall disqualify such a person submission of plans, maps, specifications, contracts, or costs from participation in this transaction. of construction on any highway or related project submitted for approval to the Secretary of Transportation; or c. The certification in this clause is a material representation of fact upon which reliance was placed when the contracting Whoever knowingly makes .any false statement, false agency determined to enter into this transaction. If it is later representation, false report or false claim with respect to the determined that the prospective participant knowingly rendered character, quality, quantity, or cost of any work performed or to an erroneous certification, in addition to other remedies be performed, or materials furnished or to be furnished, in available to the Federal Government, the contracting agency connection with the construction of any highway or related may terminate this transaction for cause of default. project approved by the Secretary of Transportation; or d. The prospective first tier participant shall provide Whoever knowingly makes any false statement or false immediate written notice to the contracting agency to whom representation as to material fact in any statement, certificate, this proposal is submitted if any time the prospective first tier or report submitted pursuant to provisions of the Federal-aid participant learns that its certification was erroneous when Roads Act approved July 1, 1916, (39 Stat. 355), as amended submitted or has become erroneous by reason of changed and supplemented; circumstances.

Shall be fined under this title or Imprisoned not more than 5 e. The terms "covered transaction," "debarred," years or both." "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 IX. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL Transactions" refers to any covered transaction between a WATER POLLUTION CONTROL ACT grantee or subgrantee of Federal funds and a participant (such as the prime or general contract). "Lower Tier Covered This provision is applicable to all Federal-aid construction Transactions" refers to any covered transaction under a First contracts and to all related subcontracts. Tier Covered Transaction (such as subcontracts). "First Tier Participant" refers to the participant who has entered into a By submission of this bid/proposal or the execution of this covered transaction with a grantee or subgrantee of Federal contract, or subcontract, as appropriate, the bidder, proposer, funds (such as the prime or general contractor). "Lower Tier Federal-aid construction contractor, or subcontractor, as Participanr refers any participant who has entered into a appropriate, will be deemed to have stipulated as follows: covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers). 1. That any person who is or will be utilized In the performance of this contract is not prohibited from receiving an f. The prospective first tier participant agrees by submitting award due to a violation of Section 508 of the.Clean Water Act this proposal that, should the proposed covered transaction be or Section 306 of the Clean Air Act. entered into, it shall not knowingly enter into any lower tier 2. That the contractor agrees to include or cause to be covered transaction with a person who is debarred, included the requirements of paragraph (1) of this Section X in suspended, declared ineligible, or voluntarily excluded from every subcontract, and further agrees to take such action as participation in this covered transaction, unless authorized by the contracting agency may direct as a means of enforcing the department or agency entering into this transaction. such requirements. g. The prospective first tier participant further agrees by submitting this proposal that it will include the clause titled X. CERTIFICATION REGARDING DEBARMENT, "Certification Regarding Debarment, Suspension, Ineligibility SUSPENSION, INELIGIBILITY AND VOLUNTARY and Voluntary Exclusion-Lower Tier Covered Transactions," EXCLUSION provided by the department or contracting agency, entering into this covered transaction, without modification, in all lower This provision is applicable to all Federal-aid construction tier covered transactions and in all solicitations for lower tier contracts, design-build contracts, subcontracts, lower-tier covered transactions exceeding the $25,000 threshold. subcontracts, purchase orders, lease agreements, consultant contracts or any other covered transaction requiring FHWA h. A participant in a covered transaction may rely upon a approval or that is estimated to cost $25,000 or more - as certification of a prospective participant in a lower tier covered defined in 2 CFR Parts 180 and 1200. 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, 1. Instructions for Certification - First Tier Participants: debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as a. By signing and submitting this proposal, the prospective the eligibility of any lower tier prospective participants, each first tier participant is providing the certification set out below. participant may, but is not required to, check the Excluded Parties List System website (https://www.epls.gov/), which is b. The inability of a person to provide the certification set out compiled by the General Services Administration. below will not necessarily result in denial of participation in this

9 i. Nothing contained in the foregoing shall be construed to this transaction originated may pursue available remedies, require the establishment of a system of records in order to including suspension and/or debarment. render in good faith the certification required by this clause. The knowledge and information of the prospective participant c. The prospective lower tier participant shall provide is not required to exceed that which is normally possessed by immediate written notice to the person to which this proposal is a prudent person in the ordinary course of business dealings. submitted if at any time the prospective lower tier participant learns that its certification was erroneous by reason of j. Except for transactions authorized under paragraph (f) of changed circumstances. these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a d. The terms "covered transaction," "debarred," person who is suspended, debarred, ineligible, or voluntarily "suspended," "ineligible," "participant," "person," "principal," excluded from participation in this transaction, in addition to and "voluntarily excluded," as used in this clause, are defined other remedies available to the Federal Government, the in 2 CFR Parts 180 and 1200. You may contact the person to department or agency may terminate this transaction for cause which this proposal is submitted for assistance in obtaining a or default. 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" 2. Certification Regarding Debarment, Suspension, refers to any covered transaction under a First Tier Covered Ineligibility and Voluntary Exclusion - First Tier Transaction (such as subcontracts). "First Tier Participant" Participants: refers to the participant who has entered into a covered transaction with a grantee or subgrantee of Federal funds a. The prospective first tier participant certifies to the best of (such as the prime or general contractor). "Lower Tier its knowledge and belief, that it and its principals: Participant" refers any participant who has entered into a covered transaction with a First Tier Participant or other· Lower (1) Are not presently debarred, suspended, proposed for Tier Participants (such as subcontractors and suppliers). debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal e. The prospective lower tier participant agrees by department or agency; submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into (2) Have not within a three-year period preceding this any lower tier covered transaction with a person who is proposal been convicted of or had a civil judgment rendered debarred, suspended, declared ineligible, or voluntarily against them for commission of fraud or a criminal offense in excluded from participation in this covered transaction, unless connection with obtaining, attempting to obtain, or performing authorized by the department or agency with which this a public (Federal, State or local) transaction or contract under transaction originated. a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, f. The prospective lower tier participant further agrees by bribery, falsification or destruction of records, making false submitting this proposal that it will include this clause titled statements, or receiving stolen property; "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transaction," (3) Are not presently indicted for or otherwise criminally or without modification, in all lower tier covered transactions and civilly charged by a governmental entity (Federal, State or in all solicitations for lower tier covered transactions exceeding local) with commission of any of the offenses enumerated in the $25,000 threshold. paragraph (a)(2) of this certification; and g. A participant in a covered transaction may rely upon a (4) Have not within a three-year period preceding this certification of a prospective participant in a lower tier covered application/proposal had one or more public transactions transaction that is not debarred, suspended, ineligible, or (Federal, State or local) terminated for cause or default. voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant is b. Where the prospective participant is unable to certify to responsible for ensuring that its principals are not suspended, any of the statements in this certification, such prospective debarred, or otherwise ineligible to participate in covered participant shall attach an explanation to this proposal. transactions. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each 2. Instructions for Certification - Lower Tier Participants: participant may, but is not required to, check the Excluded Parties List System website (https://www.epls.gov/), which is (Applicable to all subcontracts, purchase orders and other compiled by the General Services Administration. lower tier transactions requiring prior FHWA approval or estimated to cost $25,000 or more - 2 CFR Parts 180 and h. Nothing contained in the foregoing shall be construed to 1200) require establishment of a system of records in order to render in good faith the certification required by this clause. The a. By signing and submitting this proposal, the prospective knowledge and information of participant is not required to lower tier is providing the certification set out below. exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. b. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction i. Except for transactions authorized under paragraph e of was entered into. If it is later determined that the prospective these instructions, if a participant in a covered transaction lower tier participant knowingly rendered an erroneous knowingly enters into a lower tier covered transaction with a certification, in addition to other remedies available to the person who is suspended, debarred, ineligible, or voluntarily Federal Government, the department, or agency with which excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the

10 department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment.

Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Excluslon--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 PREDETERMINED WAGE RATE IA 13 -1.0

General Decision Number: IA130001 01104/13 IAl

Superseded General Decision Number: IA20120001

State: Iowa

Construction Types: Heavy and Highway

Counties: Adair, Adams, Allamakee, Appanoose, Audubon, Benton, Black Hawk, Boone, Bremer, Buchanan, Buena Vista, Butler, Calhoun, Carroll, Cass, Cedar, Cerro Gordo, Cherokee, Chickasaw, Clarke, Clay, Clayton, Clinton, Crawford, Dallas, Davis, Decatur, Delaware, Des Moines, Dickinson, Dubuque, Emmet, Fayette, Floyd, Franklin, Fremont, Greene, Grundy, Guthrie, Hamilton, Hancock, Hardin, Harrison, Henry, Howard, Humboldt, Ida, Iowa, Jackson, Jasper, Jefferson, Johnson, Jones, Keokuk, Kossuth, Lee, Linn, Louisa, Lucas, Lyon, Madison, Mahaska, Marion, Marshall, Mills, Mitchell, Monona, Monroe, Montgomery, Muscatine, O'Brien, Osceola, Page, Palo Alto, Plymouth, Pocahontas, Polk, Pottawattamie, Poweshiek, Ringgold, Sac, Shelby, Sioux, Story, Tama, Taylor, Union, Van Buren, Wapello, Warren, Washington, Wayne, Webster, Winnebago, Winneshiek, Woodbury, Worth and Wright Counties in Iowa.

STATEWIDE EXCEPT SCOTT COUNTY HEAVY CONSTRUCTION PROJECTS (Does not include work on or pertaining to the Mississippi or Missouri Rivers or on Water and Sewage Treatment Plants), AND HIGHWAY PROJECTS (does not include building structures in rest areas)

Modification Number Publication Date 0 01/04/2013

SUIA2002-003 02/28/2012

CARPENTERS AND PILEDRIVERMEN: Rates Fringes ZONE 1 23.92 9.28 ZONE2 21.83 9.28 ZONE3 21.83 9.28 ZONE4 20.80 7.50 ZONE5** 20.25 6.10

CONCRETE FINISHER: ZONE I 21.77 6.50 ZONE2 21.77 6.50 ZONE3 21.77 6.50 ZONE4 19.55 4.95 ZONES 17.95 5.50

IA130001 - 1 PREDETERMINED WAGE RATE IA 13 -1.0

ELECTRICIANS: (STREET AND HIGHWAY LIGHTING AND TRAFFIC SIGNALS) ZONE I, ZONE 2, AND ZONE 3 20.55 5.20 ZONE4 19.25 5.20 ZONE5 17.00 5.20

IRONWORKERS: (SETTING OF STRUCTURAL STEEL) ZONES 1 AND2 25.05 7.45 ZONE3 24.75 7.75 ZONE4 20.65 6.60 ZONE5** 20.25 6.10

LABORERS: Rates Fringes ZONE 1 AND ZONE 2 GROUP AA 20.56 7.60 GROUP A 19.76 7.60 GROUPB 17.88 7.60 GROUPC 14.65 7.60 ZONE3 GROUP AA 20.56 7.60 GROUP A 19.76 7.60 GROUPB 17.88 7.60 GROUPC 14.65 7.60 ZONE4 GROUP A 16.90 7.60 GROUPB 15.58 7.60 GROUPC 12.70 7.60 ZONES GROUP A 17.55 5.90 GROUPB 14.80 5.90 GROUPC 14.20 5.90

POWER EQUIPMENT OPERATORS: ZONE I GROUP A 26.30 12.90 GROUPB 24.70 12.90 GROUPC 22.20 12.90 GROUPD 22.20 12.90 ZONE2. GROUP A 25.55 12.90 GROUPB 23.95 12.90 GROUPC 21.40 12.90 GROUPD 21.40 12.90 ZONE3 GROUP A 26.70 14.20 GROUPB 24.90 14.20 GROUPC 23.90 14.20 GROUPD 23.90 14.20

IA130001 - 2 PREDETERMINED WAGE RATE IA 13 -1.0

ZONE4 GROUP A 25.50 7.85 GROUPB 24.36 7.85 GROUPC 22.28 7.85 GROUPD 22.28 7.85 ZONES GROUP A 22.07 6.20 GROUPB 21.03 6.20 GROUPC 19.70 6.20 GROUPD 18.70 6.20

TRUCK ORNER (AND PAVEMENT MARKING DRIVER/SWITCHPERSON) ZONE 1 19.25 9.50 ZONE 2 19.25 9.50 ZONE 3 19.25 9.50 ZONE 4 19.30 5.20 ZONE 5 17.35 5.20

ZONE DEFINITIONS

ZONE 1 The Counties of Polk, Warren and Dallas for all Crafts, and Linn County Carpenters only.

ZONE2 The Counties of Dubuque for all Crafts and Linn County for all Crafts except Carpenters.

ZONE3 The Cities of Burlington, Clinton, Fort Madison, Keokuk, and Muscatine (and abutting municipalities of any such cities).

ZONE4 Story, Black Hawk, Cedar, Jasper, Jones, Jackson, Louisa, Madison, and Marion Counties; Clinton County (except the City of Clinton), Johnson County, Muscatine County (except the City of Muscatine), the City of Council Bluffs, Lee County and Des Moines County.

ZONES All areas of the state not listed above.

LABORER CLASSIFICATIONS -ALL ZONES

GROUP AA- Skilled pipelayer (sewer, water and conduits) and tunnel laborers (zones 1, 2 and 3).

GROUP A - Carpenter tender on bridges and box culverts; curb machine (without a seat); deck hand; diamond & core drills; drill operator on air tracs, wagon drills and similar drills; form setter/stringman on paving work; gunnite nozzleman; joint sealer kettleman; laser operator; pipelayer (sewer, water, and conduits) Zone 4 & 5; powderman tender; powdennan/blaster; saw operator; tunnel laborer (zones 4 and 5).

IA130001 - 3 PREDETERMINED WAGE RATE IA 13 -1.0

GROUP B -Air, gas, electric tool operator; barco hammer; carpenter tender; caulker; chain sawman; compressor (under 400 cfm); concrete finisher tender; concrete processing materials and monitors; cutting torch on demolition; drill tender; dumpmen; electric drills; fence erectors; form line expansion joint assembler; form tamper; general laborer; grade checker; handling and placing metal mesh, dowel bars, reinforcing bars and chairs; hot asphalt laborer; installing temporary traffic control devices; jackhammerman; mechanical grouter; painter (all except stripers); paving breaker; planting trees, shrubs and flowers; power broom (not self-propelled); power buggyman; rakers; rodman (tying reinforcing steel); sandblaster; seeding and mulching; sewer utility topman/bottom man; spaders; stressor or stretcherman on pre or post tensioned concrete; stringman on re/surfacing/no grade control; swinging stage, tagline, or block and tackle; tampers; timberman; tool room men and check.ers; tree climber; tree groundman; underpinning and shoring caissons over twelve feet deep; vibrators; walk behind trencher; walk behind paint stripers; walk behind vibrating compactor; water pumps (under three inch); work from bosun chair.

GROUP C - Scale weigh person; traffic control/flagger, surveillance or monitor; water carrier.

POWER EQUIPMENT OPERATOR CLASSIFICATIONS -ALL ZONES

GROUP A - All terrain (off road) forklift, Asphalt breakdown roller (vibratory); Asphalt laydown machine; asphalt plant; Asphalt screed; bulldozer (finish); central mix plant; concrete pump; crane; crawler tractor pulling scraper; directional drill (60,000 (lbs) pullback and above); dragline and power shovel; dredge engineer; excavator (over Yz cu. yd.); front end loader (4 cy and over); horizontal boring machine; master mechanic; milling machine (over 350 hp); motor grader (finish); push cat; rubber tired backhoe (over Yz cu. yd.); scraper (12 cu. yd. and over or finish); Self-propelled rotary mixer/road reclaimer; sidebroom tractor; slipform portland concrete paver; tow or push boat; trenching machine (Cleveland 80 or similar).

GROUP B - Articulated off road hauler, asphalt heater/planer; asphalt material transfer vehicle; Asphalt roller; belt loader or similar loader; bulldozer (rough); churn or rotary drill; concrete curb machine; crawler tractor pulling ripper, disk or roller; deck hand/oiler; directional drill (less than 60,000 (lbs) pullback); distributor; excavator (1/2 cu. yd. and under); form riding concrete paver; front end loader (2 to less than 4 cu. yd.); group equipment greaser; mechanic; milling machine (350 hp. and less); paving breaker; portland concrete dry batch plant; rubber tired backhoe (112 cu. yd. and under); scraper (under 12 cu. yd.); screening, washing and crushing plant (mobile, portable or stationary); shoulder machine; skid loader (1 cu. yd. and over); subgrader or trimmer; trenching machine; water wagon on compaction.

GROUP C - Boom & winch truck; concrete spreader/belt placer; deep wells for dewatering; farm type tractor (over 75 hp.) pulling disc or roller; forklift; front end loader (under 2 cu. yd.); motor grader (rough); pile hammer power unit; pump (greater than three inch diameter); pumps on well points; safety boat; self-propelled roller (other than asphalt); self-propelled sand blaster or shot blaster, water blaster or striping grinder/remover; skid loader (under 1 cu. yd.); truck mounted post driver.

IA130001 -4 PREDETERMINED WAGE RATE IA 13 -1.0

GROUP D - Boiler; compressor; cure and texture machine; dow box; farm type or utility tractor (under 75 hp.) pulling disk, roller or other attachments; group greaser tender; light plants; mechanic tender; mechanical broom; mechanical heaters; oiler; pumps (under three inch diameter); tree chipping machine; truck crane driver/oiler.

**CARPENTERS AND PILEDRIVERMEN, or IRONWORKERS (ZONE 5)

Setting of structural steel; any welding incidental to bridge or culvert construction; setting concrete beams.

WELDERS: Receive rate prescribed for craft performing operation to which welding is incidental.

Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29 CFR 5.5 (a) (1) (ii)).

In the listing above, the "SU" designation means that rates listed und~r that identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing.

WAGE DETERMINATION APPEALS PROCESS

1.) Has there been an initial decision in the matter? This can be:

* an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed.

With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to:

Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210

IA130001 - 5 PREDETERMINED WAGE RATE IA 13 -1.0

2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:

Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue.

3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to:

Administrative Review Board U. S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210

4.) All decisions by the Administrative Review Board are final.

END OF GENERAL DECISION

IA130001 - 6