Loading...
HomeMy WebLinkAbout24B209 - Matich CorporationCONTRACT ABSTRACT Contract/Amendment Name of Contract: Company Name: Company Contact: Email: Summary of Services: Contract Price: Contract Term: Public Integrity/ Business Disclosure Forms: Contract Administration Lead Department: Contract Administrator/ Ext: Contract Approvals Council/City Manager Approval Date: Agreement Number: Amendment Number: Contract Compliance Exhibits: Insurance: Routed By: Bonds: Business License: Sole Source Co-Op CoOp Agmt #: Sole Source Documents: CoOp Name: CoOp Pricing: By: Submitted on: Contract Abstract Form Rev 8.16.23 Authorized Signers: Name, Email (Corporations require 2 signatures) Agreement (Construction Contract) Matich Corporation Jake Reade jreade@matichcorp.com Airport Taxiway Rehabilitation, City Project 21-27 $6,983,625.72 (including this CCO#4 for ($644,215.59) 04/11/2025 On file Jake Reade, jreade@matichcorp.com Engineering Services Joel Montalvo / Andrew Crider X8738 July 9, 2024, Item 1D 24B209 Contract Change Order No. 4 - 06/11/2025, Item 1L Yes Yes Yes Department Yes No Contract Change Order No. 4 is attached. N/A 06/12/2025 Vonda Teed Docusign Envelope ID: 75C98041-CD01-4587-9482-EA5EAE3E928D CITY OF PALM SPRINGS CONTRACT CHANGE ORDER NO. 4 CP 21-27 Airport Taxiway Rehabilitation Project Contractor: Matich Corporation Date: June 11, 2025 CONTRACT CHANGE ORDER SUMMARY This lump sum Contract Change Order No. 4 is for the Airport Taxiway Rehabilitation Project. It reflects the increase in the extra work done on Taxiway Golf and Taxiway Lami. AECOM and RS&H have both reviewed and approved the proposed change order. During construction, several line items were not used or billed to completion. This balancing order will also address those line items. CONTRACT CHANGE ORDER COST ID Description Qty Unit Cost 01 Itemized Project Extra Work 1 LS $11,713.84 02 Credit for line items not performed 1 LS ($655,929.43) Total Lump Sum Change Order Amount: ($644,215.59) CHANGES TO CONTRACT TIME The contractor is requesting no working days to be added to the contract time. SUMMARY OF COSTS Original Contract Amount: $7,281,225.00 Construction Start Date: 08/27/2024 Previous Change Orders: $346,616.31 Previous Agreed Completion Date: 04/15/2025 This Change Order Amount: ($644,215.59) Working Days Added: 0 Revised Contract Amount: $6,983,625.72 Revised Completion: 04/15/2025 I have received a copy of this Change Order, and the above AGREED PRICES are acceptable. Matich Corporation Jake Reade, Vice President Date City of Palm Springs Approved By: Harry Barrett Jr., Executive Director of Aviation Date Attest By: Brenda Pree, City Clerk Date Docusign Envelope ID: 75C98041-CD01-4587-9482-EA5EAE3E928D 6/12/2025 6/12/2025 6/12/2025 Docusign Envelope ID: 75C98041-CD01-4587-9482-EA5EAE3E928D Docusign Envelope ID: 75C98041-CD01-4587-9482-EA5EAE3E928D Docusign Envelope ID: 75C98041-CD01-4587-9482-EA5EAE3E928D Docusign Envelope ID: 75C98041-CD01-4587-9482-EA5EAE3E928D Docusign Envelope ID: 75C98041-CD01-4587-9482-EA5EAE3E928D Docusign Envelope ID: 75C98041-CD01-4587-9482-EA5EAE3E928D Docusign Envelope ID: 75C98041-CD01-4587-9482-EA5EAE3E928D Docusign Envelope ID: 75C98041-CD01-4587-9482-EA5EAE3E928D Docusign Envelope ID: 75C98041-CD01-4587-9482-EA5EAE3E928D CONTRACT ABSTRACT Contract/Amendment Name of Contract: Company Name: Company Contact: Email: Summary of Services: Contract Price: Contract Term: Public Integrity/ Business Disclosure Forms: Contract Administration Lead Department: Contract Administrator/ Ext: Contract Approvals Council/City Manager Approval Date: Agreement Number: Amendment Number: Contract Compliance Exhibits: Insurance: Routed By: Bonds: Business License: Sole Source Co-Op CoOp Agmt #: Sole Source Documents: CoOp Name: CoOp Pricing: By: Submitted on: Contract Abstract Form Rev 8.16.23 Authorized Signers: Name, Email (Corporations require 2 signatures) Agreement (Construction Contract) Matich Corporation Jake Reade jreade@matichcorp.com Airport Taxiway Rehabilitation, City Project 21-27 $7,627,841.31 (including this CCO#3 for $6,128.15) 04/11/2025 On file Jake Reade, jreade@matichcorp.com Engineering Services Joel Montalvo / Andrew Crider X8738 July 9, 2024, Item 1D 24B209 Contract Change Order No. 3 - TBD Yes Yes Yes Department Yes No Contract Change Order No. 3 is attached. N/A 05/15/2025 Vonda Teed Docusign Envelope ID: 02A4DF7F-E724-490F-AA35-86C2D38C3850 Page 1 of 2 CITY OF PALM SPRINGS CONTRACT CHANGE ORDER NO. 3 CP 21-27 Airport Taxiway Rehabilitation Project Contractor: Matich Corporation Date: May 15, 2025 CONTRACT CHANGE ORDER SUMMARY This lump sum Contract Change Order No. 3 is for Taxiway H signage compliance. This change order reflects the increase to the actual area of work performed on Contract Change Order No. 2. AECOM and RS&H have both reviewed and approved the proposed change order. CONTRACT CHANGE ORDER COST ID Description Qty Unit Cost 01 Taxiway H Signage Relocation 1 LS $6,128.15 Total Lump Sum Change Order Amount: $6,128.15 CHANGES TO CONTRACT TIME The contractor is requesting no working days to be added to the contract time. SOURCE OF FUNDS Sufficient funds are available in the Airport Capital Improvement Projects Fund. SUMMARY OF COSTS Original Contract Amount: $7,281,225.00 Construction Start Date: 08/27/2024 Previous Change Orders: $340,488.16 Previous Agreed Completion Date: 04/15/2025 This Change Order Amount: $6,128.15 Working Days Added: 0 Revised Contract Amount: $7,627,841.31 Revised Completion: 04/15/2025 Docusign Envelope ID: 02A4DF7F-E724-490F-AA35-86C2D38C3850 Page 2 of 2 I have received a copy of this Change Order, and the above AGREED PRICES are acceptable. Matich Corporation Jake Reade, Vice President Date City of Palm Springs Approved By: Harry Barrett Jr., Executive Director PSP Date Attest By: Brenda Pree, City Clerk Date Docusign Envelope ID: 02A4DF7F-E724-490F-AA35-86C2D38C3850 5/20/2025 5/20/2025 5/20/2025 CONTRACT ABSTRACT Contract/Amendment Name of Contract: Company Name: Company Contact: Email: Summary of Services: Contract Price: Contract Term: Public Integrity/ Business Disclosure Forms: Contract Administration Lead Department: Contract Administrator/ Ext: Contract Approvals Council/City Manager Approval Date: Agreement Number: Amendment Number: Contract Compliance Exhibits: Insurance: Routed By: Bonds: Business License: Sole Source Co-Op CoOp Agmt #: Sole Source Documents: CoOp Name: CoOp Pricing: By: Submitted on: Contract Abstract Form Rev 8.16.23 Authorized Signers: Name, Email (Corporations require 2 signatures) Agreement (Construction Contract) Matich Corporation Jake Reade jreade@matichcorp.com Airport Taxiway Rehabilitation, City Project 21-27 $7,621,713.16 (including this CCO#2 for $119,095.60) 04/11/2025 On file Jake Reade, jreade@matichcorp.com Engineering Services Joel Montalvo / Andrew Crider X8738 July 9, 2024, Item 1D 24B209 Contract Change Order No. 2 - 01/23/2025, Item 1H Yes Yes Yes Department Yes No Contract Change Order No. 2 is attached. N/A 01/27/2025 Vonda Teed Docusign Envelope ID: 4B0AA63B-2FB0-45D1-9E54-D20E76880FF0 Page 1 of 2 CITY OF PALM SPRINGS CONTRACT CHANGE ORDER NO. 2 CP 21-27 Airport Taxiway Rehabilitation Project Contractor: Matich Corporation Date: January 23, 2025 CONTRACT CHANGE ORDER SUMMARY This lump sum Contract Change Order No. 2 is for the Taxiway H signage compliance. This change order will address the cost to relocate the signage and remove and replace ground markings on Taxiway H. RS&H prepared plans and specifications which display the limits of the signage relocation and new location of runway holding position line markings. With a meeting onsite, Matich was able to provide a proposal (attached) for the relocation work. AECOM and RS&H have both reviewed and approved the proposed change order. CONTRACT CHANGE ORDER COST ID Description Qty Unit Cost 02 Taxiway H Signage Relocation 1 LS $119,095.60 Total Lump Sum Change Order Amount: $119,095.60 CHANGES TO CONTRACT TIME The contractor is requesting five (5) working days to be added to the contract time. SOURCE OF FUNDS Sufficient funds are available in the Airport Capital Improvement Projects Fund. SUMMARY OF COSTS Original Contract Amount: $7,281,225.00 Construction Start Date: 08/27/2024 Previous Change Orders: $221,392.56 Previous Agreed Completion Date: 04/07/2025 This Change Order Amount: $119,095.60 Working Days Added: 5 Revised Contract Amount: $7,621,713.16 Revised Completion: 04/11/2025 Docusign Envelope ID: 4B0AA63B-2FB0-45D1-9E54-D20E76880FF0 Page 2 of 2 I have received a copy of this Change Order, and the above AGREED PRICES are acceptable. Matich Corporation Jake Reade, Vice President Date City of Palm Springs Recommended By: Harry Barrett Jr., Executive Director PSP Date Approved By: Scott C. Stiles, City Manager Date Attest By: Brenda Pree, City Clerk Date Docusign Envelope ID: 4B0AA63B-2FB0-45D1-9E54-D20E76880FF0 2/3/2025 2/3/2025 2/3/2025 2/3/2025 P.O. Box 10 Highland, CA 92346 • Phone (909)382-7400 • Fax (909)382-0113 Email: jreade@matichcorp.com December 6, 2024 City of Palm Springs 3200 East Tahquitz Canyon Way Palm Springs, CA. 92262 Attn: Andrew Crider, PE Re: Palm Springs International Airport – Taxiway Rehabilitation Project 21-27 Change Order Request Number 002 Dear Andrew: Matich Corporation respectfully submits this correspondence as a change order request to perform the relocation of taxiway H signage and markings. The location and type of work are per emails received from the City of Palm Springs containing plans and specifications prepared by RS&H. If the City would like to proceed, please prepare a contract change order per the schedule above. Matich Corporation also requests an additional three working days for this change. Please do not hesitate to contact me with any questions or if you would like to discuss this further. Docusign Envelope ID: 4B0AA63B-2FB0-45D1-9E54-D20E76880FF0 P.O. Box 10 Highland, CA 92346 • Phone (909)382-7400 • Fax (909)382-0113 Email: jreade@matichcorp.com Respectfully, Matich Corporation by Jake Reade, Vice President - Operations Copy: File Bcc: Attachments: Docusign Envelope ID: 4B0AA63B-2FB0-45D1-9E54-D20E76880FF0 CITY COUNCIL STAFF REPORT DATE: JANUARY 23, 2025 CONSENT CALENDAR SUBJECT: APPROVE CONTRACT CHANGE ORDER NO. 2 WITH MATICH CORPORATION IN THE AMOUNT OF $119,095.60 FOR THE AIRPORT TAXIWAY REHABILITATION, CITY PROJECT NO. 21-27 FROM: Scott C. Stiles, City Manager BY: Department of Aviation Engineering Services Department SUMMARY: This is a request to approve Contract Change Order No. 2 in the amount of $119,095.60 for the relocation of the existing guidance sign and painted markings for Taxiway H. This change order addresses the cost to relocate one existing guidance sign, remove a portion of the existing Runway Holding Position Line markings, and reapply new markings at Taxiway H. The Airport’s design and construction management teams have reviewed and recommended approval of this Contract Change Order No.2. RECOMMENDATION: 1. Approve Contract Change Order No. 2 in the amount of $119,095.60 to Agreement 24B209 with Matich Corporation for the Airport Taxiway Rehabilitation, City Project No. 21-27 (Project); and 2. Appropriate $119,095.60 from the Airport Capital Improvement Project Fund 416 to Account 4168065-80000; and 3. Authorize the City Manager to execute all necessary documents. BUSINESS PRINCIPAL DISCLOSURE: Public Integrity Disclosure Form from Matich Corporation is included as Attachment A. BACKGROUND: On February 29, 2024, the City Council approved the plans, specifications, and estimates (PS&E) for the proposed taxiway rehabilitation project. The limits of the Project area are shown in Figure 1, which shows the locations of the taxiways scheduled for rehabilitation. Item 1H - Page 1 Docusign Envelope ID: 4B0AA63B-2FB0-45D1-9E54-D20E76880FF0 City Council Staff Report January 23, 2025 -- Page 2 Approve CCO No 2 CP 21-27 Figure 1 On July 9, 2024, the City Council awarded a construction contract to Matich Corporation in the amount of $7,281,255 for the Airport Taxiway Rehabilitation Project, which consists of a 4”-5” mill and pavement overlay. Since then, there has been one contract change order approved for the following reason: • Contract Change Order No. 1 in the amount of $221,392.56 addressed the additional cost to repair asphalt rutting on Taxiway A. STAFF ANALYSIS: On a routine inspection of the runway and taxiway markings, the FAA informed the Airport that the existing Runway Holding Position Line from Taxiway Hotel to Taxiway Charlie is not in compliance with FAA requirements. To comply with the finding, the Airport requested a quote from Matich Corporation to relocate the existing sign, remove the runway hold position line, and reapply the runway position line at its new proposed location. Staff reviewed the proposed change order and coordinated with the design team and construction management team to ensure proper quality and cost. Staff is recommending approval of Contract Change Order No. 2. A copy of the change order is included as Attachment B. ENVIRONMENTAL ASSESSMENT: In accordance with the California Environmental Quality Act (“CEQA”) Guidelines Section 15301 “Existing Facilities”, Class 1 projects consist of the operation, repair, maintenance, permitting, leasing, licensing, or minor alteration of existing public structures, facilities, Item 1H - Page 2 Docusign Envelope ID: 4B0AA63B-2FB0-45D1-9E54-D20E76880FF0 City Council Staff Report January 23, 2025 -- Page 3 Approve CCO No 2 CP 21-27 mechanical equipment or topographical features involving negligible or no expansion of existing or former use. Therefore, Staff has determined that the Airport Taxiway Rehabilitation, City Project No. 21-27, is considered categorically exempt from CEQA. ALIGNMENT WITH STRATEGIC PLANNING: This Project aligns with City Council Priority 2A – Prioritize deferred maintenance. FISCAL IMPACT: The Taxiway Rehabilitation Project No. 21-27 is funded 90.66% by the Federal Aviation Administration under Grant Number 3-06-0181-068-2024, with the remaining 9.34% funded through airport funds. The additional services will be funded using local airport funds in Fiscal Year 2024-2025 through the Airport Capital Projects Account 4167065- 80000. This request appropriates $119,095.60 from the Fund 416 balance. REVIEWED BY: City Engineer: Joel Montalvo Aviation Executive Director: Harry Barrett Jr. Deputy City Manager: Flinn Fagg City Manager: Scott Stiles ATTACHMENTS: A. Public Integrity Disclosure Form – Matich Corporation B. Contract Change Order No. 2 Item 1H - Page 3 Docusign Envelope ID: 4B0AA63B-2FB0-45D1-9E54-D20E76880FF0 Attachment A Item 1H - Page 4 Docusign Envelope ID: 4B0AA63B-2FB0-45D1-9E54-D20E76880FF0 Item 1H - Page 5 PUBLIC INTEGRITY DISCLOSURE APPLICANT DISCLOSURE FORM 1. Name of Entity Matich Corporation 2. Address of Entity (Principle Place of Business) 1596 Harry Sheppard Blvd, San Bernardino, CA 92408 3 . Local or California Address (if different than #2) 13984 Apache Trail, Cabazon , CA 92230 4 . State where Entity is Registered with Secretary of State C alifornia If other than California, is the Entity also registered in California ? • Yes • No 5 . Type of Entity M Corporation • Limited Liability Company • Partnership • Trust • Other (please soecifv) 6. Officers, Directors, Members, Managers, Trustees, Other Fiduciaries (please specify) Note: If any response is not a natural p erson, please identify all officers, directors, members, managers and otherfiduciaries for the member, manager, trust or other entity Robert M . Matich rs( Officer D Director • Member D Manager President • General Partner • Limited Partner D Other Randall S . Valadez ~Officer • Director • Member • Ma nager Vice President, Treasurer, & Corporate Secretary • General Partner • Limited Partner • Other J acob 0 . Reade isl Officer • Director • Member • Manager Vice President -Construction Operations • General Partner • Limited Partner D Other CITY OF PALM SPRIN GS -PUBLI C INTE GRI TY DI SCLOSURE APPLI CA NT DI SC LO SUR E FORM A IRPORT TAXIWAY RE HABILITATION C ITY PROJECT N O. 2 1-27 FEBRUARY 2024 Pa ge 1 o f 2 Docusign Envelope ID: 4B0AA63B-2FB0-45D1-9E54-D20E76880FF0 Item 1H - Page 6 PUBLIC INTEGRITY DISCLOSURE APPLICANT DISCLOSURE FORM 1. Name of Entity Matich Corporation 2 . Address of Entity (Principle Place of Business) 1596 Harry Sheppard Blvd , San Bernardino, CA 92408 3. Local or California Address (if different than #2) 13984 Apache Trail , Cabazon , CA 92230 4. State where Entity is Registered with Secretary of State California If other than California, is the Entity also registered in California? • Yes • No 5. Type of Entity M Corporation • Limited Liability Company • Partnership • Trust • Other (please specify) 6 . Officers, Directors, Members, Managers, Trustees , Other Fiduciaries (please specify) Note: If any response is not a natural person, please identify all officers, directors, members, managers and otherfiduciaries for the member, manager, trust or other entity Jason G . Jones ~Officer • Director • Member • Manager Vice Pre side nt -Estimating • General Partner • Limited Partner • Other • Officer • Dire ctor • Member • Manager • General Partner • Lim ited Partner • Other • Officer • Director • Member • Manager • General Partner • Limited Partner • Other CITY OF PALM SPRINGS-PUBLI C INTE GRITY DISCLOSU RE AP PLIC ANT DI SC LOSUR E FORM A IRPORT TAXIWAY RE HABILITATIO N CITY PROJECT NO. 21 -27 FEBRUARY 2024 Page 1 of 2 Docusign Envelope ID: 4B0AA63B-2FB0-45D1-9E54-D20E76880FF0 Item 1H - Page 7 Corporate Resolution At a meeting of the Board of Directors of MATICH CORPORATION, a Califo rni a corporation d uly called and he ld on the 15th day of October 2021, a quorum being present the following RES OLUTION was adopted: Reso lved, the Corporate Officers for Matich Corporat ion are: PRES IDENT VICE PRES IDENT & TREASURER VICE PRES IDENT & CORPORATE SECRETEARY VICE PRESIDENT-ESTIMATING VICE PRESIDENT -CONSTRUCTION OPERATIONS ROBERT M. MATICH RANDALL S. VALADEZ RANDA LL S. VALADEZ JASON G. JONES JACOB 0. READE FURTHER RESOLVED, that the above listed Corporate Officers are duly authorized to sign document (bids, contracts, etc.) as may be necessary on behalf of MATICH CORPORATION. I, Randall S. Valadez, Secretary of MATICH CORPORATION have compared the foregoing RESOLUTION with original t h ereof, as it appears in the records of the Board of Directors of said company, and do so certify that the same is true and correct transcript there from, and of the whole said original RESOLUTION. I further certify that said RESOLUTION has not been amended or revoked and is still in full force and effect. IN WITNESS THEREOF, I hereunto set my hand as such Secretary thi th day of October 2021. 1596 HARRY SHEPPARD BLVD, SAN BERNARDINO 92408 • TELEPHONE (909) 382-7400 • FAX (909) 382·0191 www.matichcorp.com Docusign Envelope ID: 4B0AA63B-2FB0-45D1-9E54-D20E76880FF0 Item 1H - Page 8 7. Owners/Investors with a 5% beneficial interest in the Applicant Entity or a related entity EXAMPLE: Jane Doe 50%, ABC Company, Inc. [name of owner/investor) [percentage of beneficial interest in entity and name of entitvl A. Robert M. Matich 100% [name of owner/investor] [percentage of beneficial interest in entity and name of entitvl B. [name of owner/investor] [percentage of beneficial interest in entity and name of entitvl C. [name of owner/investor] [percentage of beneficial interest in entity and name of entitvl D. [name of owner/investor) [percentage of beneficial interest in entity and name of entitvl E. [name of owner/investor] [percentage of beneficial interest in entity and name of entitvl I DECLARE UNDER PENALTY OF PERJURY UNDER THE LAWS OF THE STATE OF CALIFORNIA THAT THE FOREGOING IS TRUE AND CORRECT. Date April 8, 2024 s , Vice President -Estimatin PENALTIES Falsification of information or failure to report information required to be reported may subject you to administrative action by the City. CITY OF PALM SPRINGS -PUBLIC INTEGRITY DISCLOSURE APPLICANT DISCLOSURE FORM A IRPORT TAXIWAY REHABILITATION CITY PROJECT NO. 21 -27 FEBRUARY 2024 Page 2 of 2 Docusign Envelope ID: 4B0AA63B-2FB0-45D1-9E54-D20E76880FF0 Attachment B Item 1H - Page 9 Docusign Envelope ID: 4B0AA63B-2FB0-45D1-9E54-D20E76880FF0 Page 1 of 2 CITY OF PALM SPRINGS CONTRACT CHANGE ORDER NO. 1 CP 21-27 Airport Taxiway Rehabilitation Project Contractor: Matich Corporation Date: January 9, 2025 CONTRACT CHANGE ORDER SUMMARY This lump sum Contract Change Order No. 2 is for the Taxiway H Signage and Marking. This change order will address the cost to relocate the signage and remove and replace ground markings on Taxiway H. RS&H prepared plans and specifications which display the limits of the signage relocation and new location of runway holding position line markings. With a meeting onsite, Matich was able to provide a proposal (attached) for the relocation work. AECOM and RS&H have both reviewed and approved the proposed change order. CONTRACT CHANGE ORDER COST ID Description Qty Unit Cost 02 Taxiway H Signage and Marking 1 LS $119,095.60 Total Lump Sum Change Order Amount: $119,095.60 CHANGES TO CONTRACT TIME The contractor is requesting five (5) working days to be added to the contract time. SOURCE OF FUNDS Sufficient funds are available in the Airport Capital Improvement Projects Fund. SUMMARY OF COSTS Original Contract Amount: $7,281,225.00 Construction Start Date: 08/27/2024 Previous Change Orders: $221,392.56 Previous Agreed Completion Date: 04/07/2025 This Change Order Amount: $119,095.60 Working Days Added: 5 Revised Contract Amount: $7,621,713.16 Revised Completion: 04/11/2025 Item 1H - Page 10 I I I I I Docusign Envelope ID: 4B0AA63B-2FB0-45D1-9E54-D20E76880FF0 Page 2 of 2 I have received a copy of this Change Order, and the above AGREED PRICES are acceptable to the Contractor. Matich Corporation Jake Reade, Vice President Date City of Palm Springs Recommended By: Harry Barrett Jr., Executive Director PSP Date Approved By: Scott C. Stiles, City Manager Date Attest By: Brenda Pree, City Clerk Date Item 1H - Page 11 Docusign Envelope ID: 4B0AA63B-2FB0-45D1-9E54-D20E76880FF0 CONTRACT ABSTRACT Contract/Amendment Name of Contract: Company Name: Company Contact: Email: Summary of Services: Contract Price: Contract Term: Public Integrity/ Business Disclosure Forms: Contract Administration Lead Department: Contract Administrator/ Ext: Contract Approvals Council/City Manager Approval Date: Agreement Number: Amendment Number: Contract Compliance Exhibits: Insurance: Routed By: Bonds: Business License: Sole Source Co-Op CoOp Agmt #: Sole Source Documents: CoOp Name: CoOp Pricing: By: Submitted on: Contract Abstract Form Rev 8.16.23 Authorized Signers: Name, Email (Corporations require 2 signatures) Agreement (Construction Contract) Matich Corporation Jake Reade jreade@matichcorp.com Airport Taxiway Rehabilitation, City Project 21-27 $7,502,617.56 (including this CCO#1 for $221,392.56) 04/07/2025 On file Jake Reade, jreade@matichcorp.com Engineering Services Joel Montalvo / Andrew Crider X8738 July 9, 2024, Item 1D 24B209 Contract Change Order No. 1 - 11/21/2024, Item 1LL Yes Yes Yes Department Yes No Contract Change Order No. 1 is attached. N/A 11/25/2024 Vonda Teed Docusign Envelope ID: BB810160-6671-4CCB-8ADA-5215D6409D80 Page 1 of 2 CITY OF PALM SPRINGS CONTRACT CHANGE ORDER NO. 1 CP 21-27 Airport Taxiway Rehabilitation Project Contractor: Matich Corporation Date: November 21, 2024 CONTRACT CHANGE ORDER SUMMARY This lump sum Contract Change Order No. 1 is for the Taxiway A rutting repairs. This change order will address the cost to repair the rutting on Taxiway A. RS&H prepared plans and specifications which display the limits of the rutting. With a meeting onsite, Matich was able to provide a proposal (attached) for the repair work. AECOM and RS&H have both reviewed and approved the proposed change order. CONTRACT CHANGE ORDER COST ID Description Qty Unit Cost 01 Taxiway A Rutting Repair 1 LS $221,392.56 Total Lump Sum Change Order Amount: $221,392.56 CHANGES TO CONTRACT TIME The contractor is requesting three (3) working days to be added to the contract time. SOURCE OF FUNDS Sufficient funds are available in the Airport Capital Improvement Projects Fund. SUMMARY OF COSTS Original Contract Amount: $7,281,225.00 Construction Start Date: 08/27/2024 Previous Change Orders: $0 Previous Agreed Completion Date: 04/03/2025 This Change Order Amount: $221,392.56 Working Days Added: 3 Revised Contract Amount: $7,502.617.56 Revised Completion: 04/07/2025 Docusign Envelope ID: BB810160-6671-4CCB-8ADA-5215D6409D80 Page 2 of 2 I have received a copy of this Change Order, and the above AGREED PRICES are acceptable to the Contractor. Matich Corporation Jake Reade, Vice President Date City of Palm Springs Recommended By: Harry Barrett Jr., Executive Director PSP Date Approved By: Scott C. Stiles, City Manager Date Attest By: Brenda Pree, City Clerk Date Docusign Envelope ID: BB810160-6671-4CCB-8ADA-5215D6409D80 12/2/2024 12/2/2024 12/2/2024 12/3/2024 P.O. Box 10 Highland, CA 92346  Phone (909)382-7400  Fax (909)382-0113 Email: jreade@matichcorp.com September 10, 2024 City of Palm Springs 3200 East Tahquitz Canyon Way Palm Springs, CA. 92262 Attn: Andrew Crider, PE Re: Palm Springs International Airport – Taxiway Rehabilitation Project 21-27 Change Order Request Number 001 Dear Andrew: Matich Corporation respectfully submits this correspondence as a change order request to perform repair of rutting pavement on Taxiway A. The location and type of work are per emails received from the City of Palm Springs containing plans and specifications prepared by RS&H. Docusign Envelope ID: BB810160-6671-4CCB-8ADA-5215D6409D80 P.O. Box 10 Highland, CA 92346  Phone (909)382-7400  Fax (909)382-0113 Email: jreade@matichcorp.com If the City would like to proceed, please prepare a contract change order per the schedule above. Matich Corporation also requests an additional three working days for this change. Please do not hesitate to contact me with any questions or if you would like to discuss this further. Respectfully, Matich Corporation by Jake Reade, Vice President - Operations Copy: File Bcc: Attachments: Docusign Envelope ID: BB810160-6671-4CCB-8ADA-5215D6409D80 CONTRACT ABSTRACT Contract/Amendment Name of Contract: Company Name: Company Contact: Email: Summary of Services: Contract Price: Contract Term: Public Integrity/ Business Disclosure Forms: Contract Administration Lead Department: Contract Administrator/ Ext: Contract Approvals Council/City Manager Approval Date: Agreement Number: Amendment Number: Contract Compliance Exhibits: Insurance: 5RXWHG%\: Bonds: Business License: Sole Source Co-Op CoOp Agmt #:Sole Source Documents:CoOp Name: CoOp Pricing: By:Submitted on: Contract Abstract Form Rev  $XWKRUL]HG6LJQHUV 1DPH(PDLO &&RUSRUDWLRQVUHTXLUHVLJQDWXUHV Agreement (Construction Contract) Matich Corporation Jake Reade jreade@matichcorp.com Airport Taxiway Rehabilitation, City Project 21-27 $7,281,225 To be determined by the Notice to Proceed On file Jason Jones, jjones@matichcorp.com Jacob Reade, jreade@matichcorp.com Engineering Services Joel Montalvo / Andrew Crider X8738 July 9, 2024, Item 1D 24B209 N/A Yes Yes Yes Department Yes No Agreement, Bonds, and Insurance are attached. N/A Vonda Teed 08/26/2024 Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 AGREEMENT 24B209 (CONSTRUCTION CONTRACT) THIS AGREEMENT made this 9th day of July , 2024, by and between the City of Palm Springs, a charter city, organized and existing in the County of Riverside, under and by virtue of the laws of the State of California, hereinafter designated as the City, and Matich Corporation, a California corporation, hereinafter designated as the Contractor. The City and the Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1 -- THE WORK For and in consideration of the payments and agreements to be made and performed by City, Contractor agrees to furnish all materials and perform all work required to complete the Work as specified in the Contract Documents, and as generally indicated under the Bid Schedule(s) for the Project entitled: AIRPORT TAXIWAY REHABILITATION CITY PROJECT 21-27 The Work comprises a 4”-5” mill and overlay pavement rehabilitation for Taxiway W and Taxiway A1 at Palm Springs International Airport. ARTICLE 2 -- COMMENCEMENT AND COMPLETION The Work to be performed under this Contract shall commence on the date specified in the Notice to Proceed by the City, and the Work shall be fully completed within the time specified in the Notice to Proceed. The City and the Contractor recognize that time is of the essence of this Agreement, and that the City will suffer financial loss if the Work is not completed within the time specified in Article 2, herein, plus any extensions thereof allowed in accordance with applicable provisions of the Standard Specifications, as modified herein. The parties also recognize the delays, expense, and difficulties involved in proving in a legal proceeding the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, the City and the Contractor agree that as liquidated damages or delay (but not as a penalty), the Contractor shall pay the City the sum specified in Section 6-9 of the Special Provisions for each calendar day that expires after the time specified in Article 2, herein. In executing the Agreement, the Contractor acknowledges it has reviewed the provisions of the Standard Specifications, as modified herein, related to liquidated damages, and has made itself aware of the actual loss incurred by the City due to the inability to complete the Work within the time specified in the Notice to Proceed. This Section does not exclude recovery of other damages specified in the Contract Documents. Liquidated damages may be deducted from progress payments due Contractor, Project retention or may be collected directly from Contractor, or from Contractor's surety. These provisions for liquidated damages shall not prevent the City, in case of Contractor's default, from terminating the Contractor. Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 SIGNATURE PAGE TO AGREEMENT BY AND BETWEEN THE CITY OF PALM SPRINGS AND MA TICH CORPORATION IN WITNESS WHEREOF, the Parties have executed this Agreement as of the dates stated below. CONTRACTOR: Matich Corporation By:--.\,---..,_._�------By: -LLliJ.����=----- Jason G. Jones Jacob 0. Reade nd signature required for Corporations) Date: ffelwn �3. 2,o?.J-{ CITY OF PALM SPRINGS: APPROVED BY CITY COUNCIL: Date: 07/09/2024 Item No. 1D APPROVED AS TO FORM: ATTEST: By:-----------City Attorney By: ____________ _ City Clerk APPROVED: By:_____________ Date:. _________ _ City Manager -over $50,000 Deputy/Assistant City Manager -up to $50,000 Director -up to $25,000 Manager -up to $5,000 7 Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 8/26/2024 Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 EXHIBIT C MANDATORY FEDERAL CONTRACT PROVISIONS TAXIWAY W AND TAXIWAY A1 REHABILITATION CITY PROJECT NO. 21-27 FEBRUARY 2024 EXHIBIT “C” MANDTORY FEDERAL CONTRACT PROVISIONS These required federal contract provisions supersede any conflicting direction in the bidding and contract documents. Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 EXHIBIT C MANDATORY FEDERAL CONTRACT PROVISIONS TAXIWAY W AND TAXIWAY A1 REHABILITATION CITY PROJECT NO. 21-27 FEBRUARY 2024 ACCESS TO RECORDS AND REPORTS 2 CFR § 200.334; 2 CFR § 200.337; FAA Order 5100.38 The Contractor must maintain an acceptable cost accounting system. The Contractor agrees to provide the Owner, the Federal Aviation Administration and the Comptroller General of the United States or any of their duly authorized representatives access to any books, documents, papers and records of the Contractor which are directly pertinent to the specific contract for the purpose of making audit, examination, excerpts and transcriptions. The Contractor agrees to maintain all books, records and reports required under this contract for a period of not less than three years after final payment is made and all pending matters are closed. Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 EXHIBIT C MANDATORY FEDERAL CONTRACT PROVISIONS TAXIWAY W AND TAXIWAY A1 REHABILITATION CITY PROJECT NO. 21-27 FEBRUARY 2024 NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY (41 CFR Part 60-4; Executive Order 11246) 1. The Offeror’s or Bidder’s attention is called to the “Equal Opportunity Clause” and the “Standard Federal Equal Employment Opportunity Construction Contract Specifications” set forth herein. 2. The goals and timetables for minority and female participation, expressed in percentage terms for the Contractor’s aggregate workforce in each trade on all construction work in the covered area, are as follows: Timetables Goals for minority participation for each trade: 19.0% Goals for female participation in each trade: 6.9% These goals are applicable to all of the Contractor’s construction work (whether or not it is Federal or federally assisted) performed in the covered area. If the Contractor performs construction work in a geographical area located outside of the covered area, it shall apply the goals established for such geographical area where the work is actually performed. With regard to this second area, the Contractor also is subject to the goals for both its federally involved and nonfederally involved construction. The Contractor’s compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60-4.3(a) and its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, and in each trade, and the Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor’s goals shall be a violation of the contract, the Executive Order and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed. 3. The Contractor shall provide written notification to the Director of the Office of Federal Contract Compliance Programs (OFCCP) within 10 working days of award of any construction subcontract in excess of $10,000 at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address, and telephone number of the subcontractor; employer identification number of the subcontractor; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the subcontract is to be performed. 4. As used in this notice and in the contract resulting from this solicitation, the “covered area” is Palm Springs, California, Riverside County. Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 EXHIBIT C MANDATORY FEDERAL CONTRACT PROVISIONS TAXIWAY W AND TAXIWAY A1 REHABILITATION CITY PROJECT NO. 21-27 FEBRUARY 2024 BREACH OF CONTRACT TERMS 2 CFR Part 200, Appendix II(A) Any violation or breach of terms of this contract on the part of the Contractor or its subcontractors may result in the suspension or termination of this contract or such other action that may be necessary to enforce the rights of the parties of this agreement. Owner will provide Contractor written notice that describes the nature of the breach and corrective actions the Contractor must undertake in order to avoid termination of the contract. Owner reserves the right to withhold payments to Contractor until such time the Contractor corrects the breach or the Owner elects to terminate the contract. The Owner’s notice will identify a specific date by which the Contractor must correct the breach. Owner may proceed with termination of the contract if the Contractor fails to correct the breach by the deadline indicated in the Owner’s notice. The duties and obligations imposed by the Contract Documents and the rights and remedies available thereunder are in addition to, and not a limitation of, any duties, obligations, rights and remedies otherwise imposed or available by law. Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 EXHIBIT C MANDATORY FEDERAL CONTRACT PROVISIONS TAXIWAY W AND TAXIWAY A1 REHABILITATION CITY PROJECT NO. 21-27 FEBRUARY 2024 FAA BUY AMERICAN PREFERENCE Title 49 USC § 50101 Executive Order 14005, Ensuring the Future is Made in All of America by All of America’s Workers Bipartisan Infrastructure Law (Pub. L. No. 117-58), Build America, Buy America (BABA) The Contractor certifies that its bid/offer is in compliance with 49 USC § 50101, BABA and other related Made in America Laws,1 U.S. statutes, guidance, and FAA policies, which provide that Federal funds may not be obligated unless all iron, steel and manufactured goods used in AIP funded projects are produced in the United States, unless the Federal Aviation Administration has issued a waiver for the product; the product is listed as an Excepted Article, Material Or Supply in Federal Acquisition Regulation subpart 25.108; or is included in the FAA Nationwide Buy American Waivers Issued list. The bidder or offeror must complete and submit the certification of compliance with FAA’s Buy American Preference, BABA and Made in America laws included herein with their bid or offer. The Airport Sponsor/Owner will reject as nonresponsive any bid or offer that does not include a completed certification of compliance with FAA’s Buy American Preference and BABA. The bidder or offeror certifies that all constructions materials, defined to mean an article, material, or supply other than an item of primarily iron or steel; a manufactured product; cement and cementitious materials; aggregates such as stone, sand, or gravel; or aggregate binding agents or additives that are or consist primarily of: non-ferrous metals; plastic and polymer-based products (including polyvinylchloride, composite building materials, and polymers used in fiber optic cables); glass (including optic glass); lumber; or drywall used in the project are manufactured in the U.S. 1 Per Executive Order 14005 “Made in America Laws” means all statutes, regulations, rules, and Executive Orders relating to federal financial assistance awards or federal procurement, including those that refer to “Buy America” or “Buy American,” that require, or provide a preference for, the purchase or acquisition of goods, products, or materials produced in the United States, including iron, steel, and manufactured products offered in the United States. Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 EXHIBIT C MANDATORY FEDERAL CONTRACT PROVISIONS TAXIWAY W AND TAXIWAY A1 REHABILITATION CITY PROJECT NO. 21-27 FEBRUARY 2024 GENERAL CIVIL RIGHTS PROVISIONS 49 USC § 47123 In all its activities within the scope of its airport program, the Contractor agrees to comply with pertinent statutes, Executive Orders, and such rules as identified in Title VI List of Pertinent Nondiscrimination Acts and Authorities to ensure that no person shall, on the grounds of race, color, national origin (including limited English proficiency), creed, sex (including sexual orientation and gender identity), age, or disability be excluded from participating in any activity conducted with or benefiting from Federal assistance. This provision is in addition to that required by Title VI of the Civil Rights Act of 1964. The above provision binds the Contractor and subcontractors from the bid solicitation period through the completion of the contract. Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 EXHIBIT C MANDATORY FEDERAL CONTRACT PROVISIONS TAXIWAY W AND TAXIWAY A1 REHABILITATION CITY PROJECT NO. 21-27 FEBRUARY 2024 Title VI Solicitation Notice: 49 USC § 47123; FAA Order 1400.11 The City of Palm Springs, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 USC §§ 2000d to 2000d-4) and the Regulations, hereby notifies all bidders or offerors that it will affirmatively ensure that for any contract entered into pursuant to this advertisement, [select businesses, or disadvantaged business enterprises or airport concession disadvantaged business enterprises] will be afforded full and fair opportunity to submit bids in response to this invitation and no businesses will be discriminated against on the grounds of race, color, national origin (including limited English proficiency), creed, sex (including sexual orientation and gender identity), age, or disability in consideration for an award. Compliance with Nondiscrimination Requirements: During the performance of this contract, the Contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the “Contractor”), agrees as follows: 1. Compliance with Regulations: The Contractor (hereinafter includes consultants) will comply with the Title VI List of Pertinent Nondiscrimination Acts and Authorities, as they may be amended from time to time, which are herein incorporated by reference and made a part of this contract. 2. Nondiscrimination: The Contractor, with regard to the work performed by it during the contract, will not discriminate on the grounds of race, color, national origin (including limited English proficiency), creed, sex (including sexual orientation and gender identity), age, or disability in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The Contractor will not participate directly or indirectly in the discrimination prohibited by the Nondiscrimination Acts and Authorities, including employment practices when the contract covers any activity, project, or program set forth in Appendix B of 49 CFR part 21. 3. Solicitations for Subcontracts, including Procurements of Materials and Equipment: In all solicitations, either by competitive bidding or negotiation made by the Contractor for work to be performed under a subcontract, including procurements of materials, or leases of equipment, each potential subcontractor or supplier will be notified by the Contractor of the contractor’s obligations under this contract and the Nondiscrimination Acts and Authorities on the grounds of race, color, or national origin. 4. Information and Reports: The Contractor will provide all information and reports required by the Acts, the Regulations, and directives issued pursuant thereto and will permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the Sponsor or the Federal Aviation Administration to be pertinent to ascertain compliance with such Nondiscrimination Acts and Authorities and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish the information, the Contractor will so certify to the Sponsor or the Federal Aviation Administration, as appropriate, and will set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance: In the event of a Contractor’s noncompliance with the non- discrimination provisions of this contract, the Sponsor will impose such contract sanctions as it or the Federal Aviation Administration may determine to be appropriate, including, but not limited to: a. Withholding payments to the Contractor under the contract until the Contractor complies; and/or Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 EXHIBIT C MANDATORY FEDERAL CONTRACT PROVISIONS TAXIWAY W AND TAXIWAY A1 REHABILITATION CITY PROJECT NO. 21-27 FEBRUARY 2024 b. Cancelling, terminating, or suspending a contract, in whole or in part. 6. Incorporation of Provisions: The Contractor will include the provisions of paragraphs one through six in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Acts, the Regulations, and directives issued pursuant thereto. The Contractor will take action with respect to any subcontract or procurement as the Sponsor or the Federal Aviation Administration may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, that if the Contractor becomes involved in, or is threatened with litigation by a subcontractor, or supplier because of such direction, the Contractor may request the Sponsor to enter into any litigation to protect the interests of the Sponsor. In addition, the Contractor may request the United States to enter into the litigation to protect the interests of the United States. Title VI List of Pertinent Nondiscrimination Acts and Authorities During the performance of this contract, the Contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the “Contractor”) agrees to comply with the following non- discrimination statutes and authorities; including but not limited to:  Title VI of the Civil Rights Act of 1964 (42 USC § 2000d et seq., 78 stat. 252) (prohibits discrimination on the basis of race, color, national origin);  49 CFR part 21 (Non-discrimination in Federally-Assisted programs of the Department of Transportation—Effectuation of Title VI of the Civil Rights Act of 1964);  The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 USC § 4601) (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal-aid programs and projects);  Section 504 of the Rehabilitation Act of 1973 (29 USC § 794 et seq.), as amended (prohibits discrimination on the basis of disability); and 49 CFR part 27 (Nondiscrimination on the Basis of Disability in Programs or Activities Receiving Federal Financial Assistance);  The Age Discrimination Act of 1975, as amended (42 USC § 6101 et seq.) (prohibits discrimination on the basis of age);  Airport and Airway Improvement Act of 1982 (49 USC § 47123), as amended (prohibits discrimination based on race, creed, color, national origin, or sex);  The Civil Rights Restoration Act of 1987 (PL 100-259) (broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, the Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms “programs or activities” to include all of the programs or activities of the Federal-aid recipients, sub- recipients and contractors, whether such programs or activities are Federally funded or not);  Titles II and III of the Americans with Disabilities Act of 1990 (42 USC § 12101, et seq) (prohibit discrimination on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities) as implemented by U.S. Department of Transportation regulations at 49 CFR parts 37 and 38;  The Federal Aviation Administration’s Nondiscrimination statute (49 USC § 47123) (prohibits discrimination on the basis of race, color, national origin, and sex);  Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low-Income Populations (ensures nondiscrimination against minority populations by discouraging programs, policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations); Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 EXHIBIT C MANDATORY FEDERAL CONTRACT PROVISIONS TAXIWAY W AND TAXIWAY A1 REHABILITATION CITY PROJECT NO. 21-27 FEBRUARY 2024  Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes discrimination because of limited English proficiency (LEP). To ensure compliance with Title VI, you must take reasonable steps to ensure that LEP persons have meaningful access to your programs [70 Fed. Reg. 74087 (2005)];  Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating because of sex in education programs or activities (20 USC § 1681, et seq). Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 EXHIBIT C MANDATORY FEDERAL CONTRACT PROVISIONS TAXIWAY W AND TAXIWAY A1 REHABILITATION CITY PROJECT NO. 21-27 FEBRUARY 2024 CLEAN AIR AND WATER POLLUTION CONTROL 2 CFR Part 200, Appendix II(G); 42 USC § 7401, et seq; 33 USC § 1251, et seq Contractor agrees to comply with all applicable standards, orders, and regulations issued pursuant to the Clean Air Act (42 USC §§ 7401-7671q) and the Federal Water Pollution Control Act as amended (33 USC §§ 1251-1387). The Contractor agrees to report any violation to the Owner immediately upon discovery. The Owner assumes responsibility for notifying the Environmental Protection Agency (EPA) and the Federal Aviation Administration. Contractor must include this requirement in all subcontracts that exceed $150,000. Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 EXHIBIT C MANDATORY FEDERAL CONTRACT PROVISIONS TAXIWAY W AND TAXIWAY A1 REHABILITATION CITY PROJECT NO. 21-27 FEBRUARY 2024 CONTRACT WORKHOURS AND SAFETY STANDARDS ACT REQUIREMENTS 2 CFR Part 200, Appendix II(E); 2 CFR § 5.5(b); 40 USC § 3702; 40 USC § 3704 1. Overtime Requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic, including watchmen and guards, in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. 2. Violation; Liability for Unpaid Wages; Liquidated Damages. In the event of any violation of the clause set forth in paragraph (1) of this clause, the Contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1) of this clause, in the sum of $29 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1) of this clause. 3. Withholding for Unpaid Wages and Liquidated Damages. The Federal Aviation Administration (FAA) or the Owner shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally- assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) of this clause. 4. Subcontractors. The Contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraphs (1) through (4) and also a clause requiring the subcontractor to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1) through (4) of this clause. Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 EXHIBIT C MANDATORY FEDERAL CONTRACT PROVISIONS TAXIWAY W AND TAXIWAY A1 REHABILITATION CITY PROJECT NO. 21-27 FEBRUARY 2024 COPELAND “ANTI-KICKBACK” ACT 2 CFR Part 200, Appendix II(D); 29 CFR Parts 3 and 5 Contractor must comply with the requirements of the Copeland “Anti-Kickback” Act (18 USC 874 and 40 USC 3145), as supplemented by Department of Labor regulation 29 CFR part 3. Contractor and subcontractors are prohibited from inducing, by any means, any person employed on the project to give up any part of the compensation to which the employee is entitled. The Contractor and each Subcontractor must submit to the Owner, a weekly statement on the wages paid to each employee performing on covered work during the prior week. Owner must report any violations of the Act to the Federal Aviation Administration. Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 EXHIBIT C MANDATORY FEDERAL CONTRACT PROVISIONS TAXIWAY W AND TAXIWAY A1 REHABILITATION CITY PROJECT NO. 21-27 FEBRUARY 2024 DAVIS-BACON REQUIREMENTS 2 CFR Part 200, Appendix II(D); 29 CFR Part 5; 49 USC § 47112(b) 40 USC §§ 3141-3144, 3146, and 3147 1. Minimum Wages. (i) All laborers and mechanics employed or working upon the site of the work will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by the Secretary of Labor under the Copeland Act (29 CFR Part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalent thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the Contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph (1)(iv) of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR § 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, that the employer’s payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under (1)(ii) of this section) and the Davis-Bacon poster (WH-1321) shall be posted at all times by the Contractor and its subcontractors at the site of the work in a prominent and accessible place where it can easily be seen by the workers. (ii)(A) The contracting officer shall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (1) The work to be performed by the classification requested is not performed by a classification in the wage determination; (2) The classification is utilized in the area by the construction industry; and (3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (B) If the Contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, U.S. Department of Labor, Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 EXHIBIT C MANDATORY FEDERAL CONTRACT PROVISIONS TAXIWAY W AND TAXIWAY A1 REHABILITATION CITY PROJECT NO. 21-27 FEBRUARY 2024 Washington, DC 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (C) In the event the Contractor, the laborers, or mechanics to be employed in the classification, or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Administrator for determination. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (D) The wage rate (including fringe benefits where appropriate) determined pursuant to subparagraphs (1)(ii) (B) or (C) of this paragraph, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. (iii) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. (iv) If the Contractor does not make payments to a trustee or other third person, the Contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, that the Secretary of Labor has found, upon the written request of the Contractor, that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the Contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. 2. Withholding. The Federal Aviation Administration or the Sponsor shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the Contractor under this contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to Davis-Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the Contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the wages required by the contract, the Federal Aviation Administration may, after written notice to the Contractor, Sponsor, Applicant, or Owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. 3. Payrolls and Basic Records. (i) Payrolls and basic records relating thereto shall be maintained by the Contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker; his or her correct classification; hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 EXHIBIT C MANDATORY FEDERAL CONTRACT PROVISIONS TAXIWAY W AND TAXIWAY A1 REHABILITATION CITY PROJECT NO. 21-27 FEBRUARY 2024 described in 1(b)(2)(B) of the Davis-Bacon Act); daily and weekly number of hours worked; deductions made; and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis-Bacon Act, the Contractor shall maintain records that show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual costs incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. (ii)(A) The Contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to the Federal Aviation Administration if the agency is a party to the contract, but if the agency is not such a party, the Contractor will submit the payrolls to the applicant, Sponsor, or Owner, as the case may be, for transmission to the Federal Aviation Administration. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR § 5.5(a)(3)(i), except that full social security numbers and home addresses shall not be included on weekly transmittals. Instead the payrolls shall only need to include an individually identifying number for each employee (e.g., the last four digits of the employee’s social security number). The required weekly payroll information may be submitted in any form desired. Optional Form WH–347 is available for this purpose from the Wage and Hour Division Web site at https://www.dol.gov/agencies/whd/government-contracts/construction/payroll-certification or its successor site. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. Contractors and subcontractors shall maintain the full social security number and current address of each covered worker and shall provide them upon request to the Federal Aviation Administration if the agency is a party to the contract, but if the agency is not such a party, the Contractor will submit them to the applicant, Sponsor, or Owner, as the case may be, for transmission to the Federal Aviation Administration, the Contractor, or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a violation of this section for a prime contractor to require a subcontractor to provide addresses and social security numbers to the prime contractor for its own records, without weekly submission to the sponsoring government agency (or the applicant, Sponsor, or Owner). (B) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the Contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (1) That the payroll for the payroll period contains the information required to be provided under 29 CFR § 5.5(a)(3)(ii), the appropriate information is being maintained under 29 CFR § 5.5 (a)(3)(i), and that such information is correct and complete; (2) That each laborer and mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations, 29 CFR Part 3; Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 EXHIBIT C MANDATORY FEDERAL CONTRACT PROVISIONS TAXIWAY W AND TAXIWAY A1 REHABILITATION CITY PROJECT NO. 21-27 FEBRUARY 2024 (3) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (C) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the “Statement of Compliance” required by paragraph (3)(ii)(B) of this section. (D) The falsification of any of the above certifications may subject the Contractor or subcontractor to civil or criminal prosecution under Section 1001 of Title 18 and Section 231 of Title 31 of the United States Code. (iii) The Contractor or subcontractor shall make the records required under paragraph (3)(i) of this section available for inspection, copying, or transcription by authorized representatives of the Sponsor, the Federal Aviation Administration, or the Department of Labor and shall permit such representatives to interview employees during working hours on the job. If the Contractor or subcontractor fails to submit the required records or to make them available, the Federal agency may, after written notice to the Contractor, Sponsor, applicant, or Owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR § 5.12. 4. Apprentices and Trainees. (i) Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Office of Apprenticeship Training, Employer and Labor Services, or with a State Apprenticeship Agency recognized by the Office, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Office of Apprenticeship Training, Employer and Labor Services or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman’s hourly rate) specified in the Contractor’s or subcontractor’s registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice’s level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 EXHIBIT C MANDATORY FEDERAL CONTRACT PROVISIONS TAXIWAY W AND TAXIWAY A1 REHABILITATION CITY PROJECT NO. 21-27 FEBRUARY 2024 applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State Apprenticeship Agency recognized by the Office, withdraws approval of an apprenticeship program, the Contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (ii) Trainees. Except as provided in 29 CFR § 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee’s level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination that provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate that is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the Contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (iii) Equal Employment Opportunity. The utilization of apprentices, trainees, and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR Part 30. 5. Compliance with Copeland Act Requirements. The Contractor shall comply with the requirements of 29 CFR Part 3, which are incorporated by reference in this contract. 6. Subcontracts. The Contractor or subcontractor shall insert in any subcontracts the clauses contained in 29 CFR §§ 5.5(a)(1) through (10) and such other clauses as the Federal Aviation Administration may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR § 5.5. 7. Contract Termination: Debarment. Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 EXHIBIT C MANDATORY FEDERAL CONTRACT PROVISIONS TAXIWAY W AND TAXIWAY A1 REHABILITATION CITY PROJECT NO. 21-27 FEBRUARY 2024 A breach of the contract clauses in paragraph 1 through 10 of this section may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR § 5.12. 8. Compliance with Davis-Bacon and Related Act Requirements. All rulings and interpretations of the Davis-Bacon and Related Acts contained in 29 CFR Parts 1, 3, and 5 are herein incorporated by reference in this contract. 9. Disputes Concerning Labor Standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR Parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the Contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives. 10. Certification of Eligibility. (i) By entering into this contract, the Contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the Contractor’s firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR § 5.12(a)(1). (ii) No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR § 5.12(a)(1). (iii) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 USC § 1001. Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 EXHIBIT C MANDATORY FEDERAL CONTRACT PROVISIONS TAXIWAY W AND TAXIWAY A1 REHABILITATION CITY PROJECT NO. 21-27 FEBRUARY 2024 CERTIFICATION OF OFFEROR/BIDDER REGARDING DEBARMENT 2 CFR Part 180 (Subpart B); 2 CFR Part 200, Appendix II(H); 2 CFR Part 1200 DOT Order 4200.5; Executive Orders 12549 and 12689 By submitting a bid/proposal under this solicitation, the bidder or offeror certifies that neither it nor its principals are presently debarred or suspended by any Federal department or agency from participation in this transaction. CERTIFICATION OF LOWER TIER CONTRACTORS REGARDING DEBARMENT The successful bidder, by administering each lower tier subcontract that exceeds $25,000 as a “covered transaction”, must confirm each lower tier participant of a “covered transaction” under the project is not presently debarred or otherwise disqualified from participation in this federally-assisted project. The successful bidder will accomplish this by: 1. Checking the System for Award Management at website: http://www.sam.gov. 2. Collecting a certification statement similar to the Certification of Offeror /Bidder Regarding Debarment, above. 3. Inserting a clause or condition in the covered transaction with the lower tier contract. If the Federal Aviation Administration later determines that a lower tier participant failed to disclose to a higher tier participant that it was excluded or disqualified at the time it entered the covered transaction, the FAA may pursue any available remedies, including suspension and debarment of the non-compliant participant. Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 EXHIBIT C MANDATORY FEDERAL CONTRACT PROVISIONS TAXIWAY W AND TAXIWAY A1 REHABILITATION CITY PROJECT NO. 21-27 FEBRUARY 2024 DISADVANTAGED BUSINESS ENTERPRISES 49 CFR Part 26 The Owner’s award of this contract is conditioned upon Bidder or Offeror satisfying the good faith effort requirements of 49 CFR § 26.53. As a condition of responsiveness, the Bidder or Offeror must submit the following information with its proposal on the forms provided herein: 1) The names and addresses of Disadvantaged Business Enterprise (DBE) firms that will participate in the contract; 2) A description of the work that each DBE firm will perform; 3) The dollar amount of the participation of each DBE firm listed under (1); 4) Written statement from Bidder or Offeror that attests their commitment to use the DBE firm(s) listed under (1) to meet the Owner’s project goal 5) Written confirmation from each listed DBE firm that it is participating in the contract in the kind and amount of work provided in the prime contractor's commitment; and 6) If Bidder or Offeror cannot meet the advertised project DBE goal, evidence of good faith efforts undertaken by the Bidder or Offeror as described in appendix A to 49 CFR part 26. The documentation of good faith efforts must include copies of each DBE and non-DBE subcontractor quote submitted to the bidder when a non-DBE subcontractor was selected over a DBE for work on the contract. Contract Assurance (49 CFR § 26.13) The Contractor, subrecipient or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The Contractor shall carry out applicable requirements of 49 CFR part 26 in the award and administration of DOT-assisted contracts. Failure by the Contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the recipient deems appropriate, which may include, but is not limited to: 1) Withholding monthly progress payments; 2) Assessing sanctions; 3) Liquidated damages; and/or 4) Disqualifying the Contractor from future bidding as non-responsible. Prompt Payment (49 CFR § 26.29) The prime contractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract no later than [specify number of days, not to exceed 30] days from the receipt of each payment the prime contractor receives from [Name of recipient]. The prime contractor agrees further to return retainage payments to each subcontractor within [specify number of days, not to exceed 30] days after the subcontractor’s work is satisfactorily completed. Any delay or postponement Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 EXHIBIT C MANDATORY FEDERAL CONTRACT PROVISIONS TAXIWAY W AND TAXIWAY A1 REHABILITATION CITY PROJECT NO. 21-27 FEBRUARY 2024 of payment from the above referenced time frame may occur only for good cause following written approval of the [Name of Recipient]. This clause applies to both DBE and non-DBE subcontractors. Termination of DBE Subcontracts (49 CFR § 26.53(f)) The prime contractor must not terminate a DBE subcontractor listed in response to [include Solicitation paragraph number where paragraph 12.3.1, Solicitation Language appears] (or an approved substitute DBE firm) without prior written consent of [Name of Recipient]. This includes, but is not limited to, instances in which the prime contractor seeks to perform work originally designated for a DBE subcontractor with its own forces or those of an affiliate, a non-DBE firm, or with another DBE firm. The prime contractor shall utilize the specific DBEs listed to perform the work and supply the materials for which each is listed unless the contractor obtains written consent [Name of Recipient]. Unless [Name of Recipient] consent is provided, the prime contractor shall not be entitled to any payment for work or material unless it is performed or supplied by the listed DBE. [Name of Recipient] may provide such written consent only if [Name of Recipient] agrees, for reasons stated in the concurrence document, that the prime contractor has good cause to terminate the DBE firm. For purposes of this paragraph, good cause includes the circumstances listed in 49 CFR §26.53. Before transmitting to [Name of Recipient] its request to terminate and/or substitute a DBE subcontractor, the prime contractor must give notice in writing to the DBE subcontractor, with a copy to [Name of Recipient], of its intent to request to terminate and/or substitute, and the reason for the request. The prime contractor must give the DBE five days to respond to the prime contractor's notice and advise [Name of Recipient] and the contractor of the reasons, if any, why it objects to the proposed termination of its subcontract and why [Name of Recipient] should not approve the prime contractor's action. If required in a particular case as a matter of public necessity (e.g., safety), [Name of Recipient] may provide a response period shorter than five days. In addition to post-award terminations, the provisions of this section apply to preaward deletions of or substitutions for DBE firms put forward by offerors in negotiated procurements. The requirements of 49 CFR part 26 apply to this contract. It is the policy of the City of Palm Springs to practice nondiscrimination based on race, color, sex, or national origin in the award or performance of this contract. The Owner encourages participation by all firms qualifying under this solicitation regardless of business size or ownership. Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 EXHIBIT C MANDATORY FEDERAL CONTRACT PROVISIONS TAXIWAY W AND TAXIWAY A1 REHABILITATION CITY PROJECT NO. 21-27 FEBRUARY 2024 TEXTING WHEN DRIVING Executive Order 13513; DOT Order 3902.10 In accordance with Executive Order 13513, “Federal Leadership on Reducing Text Messaging While Driving”, (10/1/2009) and DOT Order 3902.10, “Text Messaging While Driving”, (12/30/2009), the Federal Aviation Administration encourages recipients of Federal grant funds to adopt and enforce safety policies that decrease crashes by distracted drivers, including policies to ban text messaging while driving when performing work related to a grant or subgrant. In support of this initiative, the Owner encourages the Contractor to promote policies and initiatives for its employees and other work personnel that decrease crashes by distracted drivers, including policies that ban text messaging while driving motor vehicles while performing work activities associated with the project. The Contractor must include the substance of this clause in all sub-tier contracts exceeding $10,000 that involve driving a motor vehicle in performance of work activities associated with the project. Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 EXHIBIT C MANDATORY FEDERAL CONTRACT PROVISIONS TAXIWAY W AND TAXIWAY A1 REHABILITATION CITY PROJECT NO. 21-27 FEBRUARY 2024 PROHIBITION ON CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT 2 CFR § 200, Appendix II(K); 2 CFR § 200.216 Contractor and Subcontractor agree to comply with mandatory standards and policies relating to use and procurement of certain telecommunications and video surveillance services or equipment in compliance with the National Defense Authorization Act [Public Law 115-232 § 889(f)(1)]. Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 EXHIBIT C MANDATORY FEDERAL CONTRACT PROVISIONS TAXIWAY W AND TAXIWAY A1 REHABILITATION CITY PROJECT NO. 21-27 FEBRUARY 2024 EQUAL OPPORTUNITY CLAUSE 2 CFR Part 200, Appendix II(C); 41 CFR § 60-1.4 ;41 CFR § 60-4.3; Executive Order 11246 During the performance of this contract, the Contractor agrees as follows: (1) The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, sexual orientation, gender identify, or national origin. Such action shall include, but not be limited to, the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff, or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. (2) The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. (3) The contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the contractor's legal duty to furnish information. (4) The Contractor will send to each labor union or representative of workers with which it has a collective bargaining agreement or other contract or understanding, a notice to be provided by the agency contracting officer, advising the labor union or workers’ representative of the Contractor’s commitments under this section 202 of Executive Order 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (5) The Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. (6) The Contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by the rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (7) In the event of the Contractor’s noncompliance with the nondiscrimination clauses of this contract or with any such rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 EXHIBIT C MANDATORY FEDERAL CONTRACT PROVISIONS TAXIWAY W AND TAXIWAY A1 REHABILITATION CITY PROJECT NO. 21-27 FEBRUARY 2024 September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (8) The Contractor will include the provisions of paragraphs (1) through (8) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as may be directed by the Secretary of Labor as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, that in the event the contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction, the Contractor may request the United States to enter into such litigation to protect the interests of the United States. STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION CONTRACT SPECIFICATIONS 1. As used in these specifications: a. “Covered area” means the geographical area described in the solicitation from which this contract resulted; b. “Director” means Director, Office of Federal Contract Compliance Programs (OFCCP), U.S. Department of Labor, or any person to whom the Director delegates authority; c. “Employer identification number” means the Federal social security number used on the Employer’s Quarterly Federal Tax Return, U.S. Treasury Department Form 941; d. “Minority” includes: (1) Black (all persons having origins in any of the Black African racial groups not of Hispanic origin); (2) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South American, or other Spanish culture or origin, regardless of race); (3) Asian and Pacific Islander (all persons having origins in any of the original peoples of the Far East, Southeast Asia, the Indian Subcontinent, or the Pacific Islands); and (4) American Indian or Alaskan native (all persons having origins in any of the original peoples of North America and maintaining identifiable tribal affiliations through membership and participation or community identification). 2. Whenever the Contractor, or any subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted. 3. If the Contractor is participating (pursuant to 41 CFR part 60-4.5) in a Hometown Plan approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 EXHIBIT C MANDATORY FEDERAL CONTRACT PROVISIONS TAXIWAY W AND TAXIWAY A1 REHABILITATION CITY PROJECT NO. 21-27 FEBRUARY 2024 Plan. Each contractor or subcontractor participating in an approved plan is individually required to comply with its obligations under the EEO clause and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other contractors or subcontractors toward a goal in an approved Plan does not excuse any covered contractor’s or subcontractor’s failure to take good faith efforts to achieve the Plan goals and timetables. 4. The Contractor shall implement the specific affirmative action standards provided in paragraphs 7a through 7p of these specifications. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered construction contractors performing construction work in a geographical areas where they do not have a Federal or federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed. Goals are published periodically in the Federal Register in notice form, and such notices may be obtained from any Office of Federal Contract Compliance Programs office or from Federal procurement contracting officers. The Contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified. 5. Neither the provisions of any collective bargaining agreement, nor the failure by a union with whom the Contractor has a collective bargaining agreement, to refer either minorities or women shall excuse the Contractor’s obligations under these specifications, Executive Order 11246, or the regulations promulgated pursuant thereto. 6. In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees must be employed by the Contractor during the training period, and the Contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees must be trained pursuant to training programs approved by the U.S. Department of Labor. 7. The Contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the Contractor’s compliance with these specifications shall be based upon its effort to achieve maximum results from its actions. The Contractor shall document these efforts fully, and shall implement affirmative action steps at least as extensive as the following: a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the Contractor’s employees are assigned to work. The Contractor, where possible, will assign two or more women to each construction project. The Contractor shall specifically ensure that all foremen, superintendents, and other onsite supervisory personnel are aware of and carry out the Contractor’s obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities. b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the Contractor or its unions have employment opportunities available, and maintain a record of the organizations’ responses. c. Maintain a current file of the names, addresses, and telephone numbers of each minority and female off-the-street applicant and minority or female referral from a union, a recruitment source, or Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 EXHIBIT C MANDATORY FEDERAL CONTRACT PROVISIONS TAXIWAY W AND TAXIWAY A1 REHABILITATION CITY PROJECT NO. 21-27 FEBRUARY 2024 community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the Contractor by the union or, if referred, not employed by the Contractor, this shall be documented in the file with the reason therefor, along with whatever additional actions the Contractor may have taken. d. Provide immediate written notification to the Director when the union or unions with which the Contractor has a collective bargaining agreement has not referred to the Contractor a minority person or woman sent by the Contractor, or when the Contractor has other information that the union referral process has impeded the Contractor’s efforts to meet its obligations. e. Develop on-the-job training opportunities and/or participate in training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the Contractor’s employment needs, especially those programs funded or approved by the Department of Labor. The Contractor shall provide notice of these programs to the sources compiled under 7b above. f. Disseminate the Contractor’s EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. g. Review, at least annually, the company’s EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination, or other employment decisions including specific review of these items with onsite supervisory personnel such superintendents, general foremen, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. h. Disseminate the Contractor’s EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the Contractor’s EEO policy with other contractors and subcontractors with whom the Contractor does or anticipates doing business. i. Direct its recruitment efforts, both oral and written, to minority, female, and community organizations, to schools with minority and female students and to minority and female recruitment and training organizations serving the Contractor’s recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the Contractor shall send written notification to organizations such as the above, describing the openings, screening procedures, and tests to be used in the selection process. j. Encourage present minority and female employees to recruit other minority persons and women and, where reasonable, provide after school, summer, and vacation employment to minority and female youth both on the site and in other areas of a contractor’s work force. Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 EXHIBIT C MANDATORY FEDERAL CONTRACT PROVISIONS TAXIWAY W AND TAXIWAY A1 REHABILITATION CITY PROJECT NO. 21-27 FEBRUARY 2024 k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR part 60-3. l. Conduct, at least annually, an inventory and evaluation at least of all minority and female personnel, for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. m. Ensure that seniority practices, job classifications, work assignments, and other personnel practices do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the Contractor’s obligations under these specifications are being carried out. n. Ensure that all facilities and company activities are nonsegregated except that separate or single- user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. p. Conduct a review, at least annually, of all supervisor’s adherence to and performance under the Contractor’s EEO policies and affirmative action obligations. 8. Contractors are encouraged to participate in voluntary associations, which assist in fulfilling one or more of their affirmative action obligations (7a through 7p). The efforts of a contractor association, joint contractor-union, contractor-community, or other similar group of which the Contractor is a member and participant may be asserted as fulfilling any one or more of its obligations under 7a through 7p of these specifications provided that the Contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensures that the concrete benefits of the program are reflected in the Contractor’s minority and female workforce participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrates the effectiveness of actions taken on behalf of the Contractor. The obligation to comply, however, is the Contractor’s and failure of such a group to fulfill an obligation shall not be a defense for the Contractor’s noncompliance. 9. A single goal for minorities and a separate single goal for women have been established. The Contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non-minority. Consequently, the Contractor may be in violation of the Executive Order if a particular group is employed in a substantially disparate manner (for example, even though the Contractor has achieved its goals for women generally, the Contractor may be in violation of the Executive Order if a specific minority group of women is underutilized). 10. The Contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, sexual orientation, gender identity, or national origin. 11. The Contractor shall not enter into any subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 EXHIBIT C MANDATORY FEDERAL CONTRACT PROVISIONS TAXIWAY W AND TAXIWAY A1 REHABILITATION CITY PROJECT NO. 21-27 FEBRUARY 2024 12. The Contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspension, termination, and cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations, by the Office of Federal Contract Compliance Programs. Any contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. 13. The Contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 7 of these specifications, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the Contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR part 60-4.8. 14. The Contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the Government, and to keep records. Records shall at least include for each employee, the name, address, telephone numbers, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, contractors shall not be required to maintain separate records. 15. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g. those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 EXHIBIT C MANDATORY FEDERAL CONTRACT PROVISIONS TAXIWAY W AND TAXIWAY A1 REHABILITATION CITY PROJECT NO. 21-27 FEBRUARY 2024 FEDERAL FAIR LABOR STANDARDS ACT (FEDERAL MINIMUM WAGE) 29 USC § 201, et seq; 2 CFR § 200.430 All contracts and subcontracts that result from this solicitation incorporate by reference the provisions of 29 CFR part 201, et seq, the Federal Fair Labor Standards Act (FLSA), with the same force and effect as if given in full text. The FLSA sets minimum wage, overtime pay, recordkeeping, and child labor standards for full and part-time workers. The Contractor has full responsibility to monitor compliance to the referenced statute or regulation. The Contractor must address any claims or disputes that arise from this requirement directly with the U.S. Department of Labor – Wage and Hour Division. Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 EXHIBIT C MANDATORY FEDERAL CONTRACT PROVISIONS TAXIWAY W AND TAXIWAY A1 REHABILITATION CITY PROJECT NO. 21-27 FEBRUARY 2024 CERTIFICATION REGARDING LOBBYING 31 USC § 1352 – Byrd Anti-Lobbying Amendment; 2 CFR Part 200, Appendix II(I) 49 CFR Part 20, Appendix A The Bidder or Offeror certifies by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the Bidder or Offeror, to any person for influencing or attempting to influence an officer or employee of an 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. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any 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. (3) The undersigned shall require that the language of this certification be included in the award documents for all sub-awards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all sub-recipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 EXHIBIT C MANDATORY FEDERAL CONTRACT PROVISIONS TAXIWAY W AND TAXIWAY A1 REHABILITATION CITY PROJECT NO. 21-27 FEBRUARY 2024 PROHIBITION OF SEGREGATED FACILITIES 2 CFR Part 200, Appendix II(C); 41 CFR Part 60-1 (a) The Contractor agrees that it does not and will not maintain or provide for its employees any segregated facilities at any of its establishments, and that it does not and will not permit its employees to perform their services at any location under its control where segregated facilities are maintained. The Contractor agrees that a breach of this clause is a violation of the Equal Employment Opportunity clause in this contract. (b) “Segregated facilities,” as used in this clause, means any waiting rooms, work areas, rest rooms and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees that are segregated by explicit directive or are in fact segregated on the basis of race, color, religion, sex, sexual orientation, gender identity, or national origin because of written or oral policies or employee custom. The term does not include separate or single-user rest rooms or necessary dressing or sleeping areas provided to assure privacy between the sexes. (c) The Contractor shall include this clause in every subcontract and purchase order that is subject to the Equal Employment Opportunity clause of this contract. Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 EXHIBIT C MANDATORY FEDERAL CONTRACT PROVISIONS TAXIWAY W AND TAXIWAY A1 REHABILITATION CITY PROJECT NO. 21-27 FEBRUARY 2024 OCCUPATIONAL SAFETY AND HEALTH ACT OF 1970 29 CFR Part 1910 All contracts and subcontracts that result from this solicitation incorporate by reference the requirements of 29 CFR Part 1910 with the same force and effect as if given in full text. The employer must provide a work environment that is free from recognized hazards that may cause death or serious physical harm to the employee. The employer retains full responsibility to monitor its compliance and their subcontractor’s compliance with the applicable requirements of the Occupational Safety and Health Act of 1970 (29 CFR Part 1910). The employer must address any claims or disputes that pertain to a referenced requirement directly with the U.S. Department of Labor – Occupational Safety and Health Administration. Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 EXHIBIT C MANDATORY FEDERAL CONTRACT PROVISIONS TAXIWAY W AND TAXIWAY A1 REHABILITATION CITY PROJECT NO. 21-27 FEBRUARY 2024 PROCUREMENT OF RECOVERED MATERIALS 2 CFR § 200.323; 2 CFR Part 200, Appendix II(J); 40 CFR Part 247 42 USC § 6901, et seq (Resource Conservation and Recovery Act (RCRA)) Contractor and subcontractor agree to comply with Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act, and the regulatory provisions of 40 CFR Part 247. In the performance of this contract and to the extent practicable, the Contractor and subcontractors are to use products containing the highest percentage of recovered materials for items designated by the Environmental Protection Agency (EPA) under 40 CFR Part 247 whenever: The contract requires procurement of $10,000 or more of a designated item during the fiscal year; or The contractor has procured $10,000 or more of a designated item using Federal funding during the previous fiscal year. The list of EPA-designated items is available at www.epa.gov/smm/comprehensive-procurement- guidelines-construction-products. Section 6002(c) establishes exceptions to the preference for recovery of EPA-designated products if the contractor can demonstrate the item is: a) Not reasonably available within a timeframe providing for compliance with the contract performance schedule; b) Fails to meet reasonable contract performance requirements; or c) Is only available at an unreasonable price. Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 EXHIBIT C MANDATORY FEDERAL CONTRACT PROVISIONS TAXIWAY W AND TAXIWAY A1 REHABILITATION CITY PROJECT NO. 21-27 FEBRUARY 2024 TERMINATION OF CONTRACT 2 CFR Part 200, Appendix II(B); FAA Advisory Circular 150/5370-10, Section 80-09 TERMINATION FOR CONVENIENCE (CONSTRUCTION & EQUIPMENT CONTRACTS) The Owner may terminate this contract in whole or in part at any time by providing written notice to the Contractor. Such action may be without cause and without prejudice to any other right or remedy of Owner. Upon receipt of a written notice of termination, except as explicitly directed by the Owner, the Contractor shall immediately proceed with the following obligations regardless of any delay in determining or adjusting amounts due under this clause: 1. Contractor must immediately discontinue work as specified in the written notice. 2. Terminate all subcontracts to the extent they relate to the work terminated under the notice. 3. Discontinue orders for materials and services except as directed by the written notice. 4. Deliver to the Owner all fabricated and partially fabricated parts, completed and partially completed work, supplies, equipment and materials acquired prior to termination of the work, and as directed in the written notice. 5. Complete performance of the work not terminated by the notice. 6. Take action as directed by the Owner to protect and preserve property and work related to this contract that Owner will take possession. Owner agrees to pay Contractor for: 1. Completed and acceptable work executed in accordance with the contract documents prior to the effective date of termination; 2. Documented expenses sustained prior to the effective date of termination in performing work and furnishing labor, materials, or equipment as required by the contract documents in connection with uncompleted work; 3. Reasonable and substantiated claims, costs, and damages incurred in settlement of terminated contracts with Subcontractors and Suppliers; and 4. Reasonable and substantiated expenses to the Contractor directly attributable to Owner’s termination action. Owner will not pay Contractor for loss of anticipated profits or revenue or other economic loss arising out of or resulting from the Owner’s termination action. The rights and remedies this clause provides are in addition to any other rights and remedies provided by law or under this contract. TERMINATION FOR CONVENIENCE (PROFESSIONAL SERVICES) The Owner may, by written notice to the Consultant, terminate this Agreement for its convenience and without cause or default on the part of Consultant. Upon receipt of the notice of termination, except as explicitly directed by the Owner, the Contractor must immediately discontinue all services affected. Upon termination of the Agreement, the Consultant must deliver to the Owner all data, surveys, models, drawings, specifications, reports, maps, photographs, estimates, summaries, and other documents and materials prepared by the Engineer under this contract, whether complete or partially complete. Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 EXHIBIT C MANDATORY FEDERAL CONTRACT PROVISIONS TAXIWAY W AND TAXIWAY A1 REHABILITATION CITY PROJECT NO. 21-27 FEBRUARY 2024 Owner agrees to make just and equitable compensation to the Consultant for satisfactory work completed up through the date the Consultant receives the termination notice. Compensation will not include anticipated profit on non-performed services. Owner further agrees to hold Consultant harmless for errors or omissions in documents that are incomplete as a result of the termination action under this clause. TERMINATION FOR CAUSE (CONSTRUCTION) Section 80-09 of FAA Advisory Circular 150/5370-10 establishes standard language for conditions, rights, and remedies associated with Owner termination of this contract for cause due to default of the Contractor. Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 EXHIBIT C MANDATORY FEDERAL CONTRACT PROVISIONS TAXIWAY W AND TAXIWAY A1 REHABILITATION CITY PROJECT NO. 21-27 FEBRUARY 2024 TRADE RESTRICTION CERTIFICATION 49 USC § 50104; 49 CFR Part 30 By submission of an offer, the Offeror certifies that with respect to this solicitation and any resultant contract, the Offeror – 1) is not owned or controlled by one or more citizens of a foreign country included in the list of countries that discriminate against U.S. firms as published by the Office of the United States Trade Representative (USTR); 2) has not knowingly entered into any contract or subcontract for this project with a person that is a citizen or national of a foreign country included on the list of countries that discriminate against U.S. firms as published by the USTR; and 3) has not entered into any subcontract for any product to be used on the Federal project that is produced in a foreign country included on the list of countries that discriminate against U.S. firms published by the USTR. This certification concerns a matter within the jurisdiction of an agency of the United States of America and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18 USC § 1001. The Offeror/Contractor must provide immediate written notice to the Owner if the Offeror/Contractor learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. The Contractor must require subcontractors provide immediate written notice to the Contractor if at any time it learns that its certification was erroneous by reason of changed circumstances. Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR § 30.17, no contract shall be awarded to an Offeror or subcontractor: 1) who is owned or controlled by one or more citizens or nationals of a foreign country included on the list of countries that discriminate against U.S. firms published by the USTR; or 2) whose subcontractors are owned or controlled by one or more citizens or nationals of a foreign country on such USTR list; or 3) who incorporates in the public works project any product of a foreign country on such USTR list. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by this provision. The knowledge and information of a contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. The Offeror agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in all lower tier subcontracts. The Contractor may rely on the certification of a prospective subcontractor that it is not a firm from a foreign country included on the list of countries that discriminate against U.S. firms as published by USTR, unless the Offeror has knowledge that the certification is erroneous. This certification is a material representation of fact upon which reliance was placed when making an award. If it is later determined that the Contractor or subcontractor knowingly rendered an erroneous Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 EXHIBIT C MANDATORY FEDERAL CONTRACT PROVISIONS TAXIWAY W AND TAXIWAY A1 REHABILITATION CITY PROJECT NO. 21-27 FEBRUARY 2024 certification, the Federal Aviation Administration (FAA) may direct through the Owner cancellation of the contract or subcontract for default at no cost to the Owner or the FAA. Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 EXHIBIT C MANDATORY FEDERAL CONTRACT PROVISIONS TAXIWAY W AND TAXIWAY A1 REHABILITATION CITY PROJECT NO. 21-27 FEBRUARY 2024 VETERAN’S PREFERENCE 49 USC § 47112(c) In the employment of labor (excluding executive, administrative, and supervisory positions), the Contractor and all sub-tier contractors must give preference to covered veterans as defined within Title 49 United States Code Section 47112. Covered veterans include Vietnam-era veterans, Persian Gulf veterans, Afghanistan-Iraq war veterans, disabled veterans, and small business concerns (as defined by 15 USC § 632) owned and controlled by disabled veterans. This preference only applies when there are covered veterans readily available and qualified to perform the work to which the employment relates. Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 EXHIBIT C MANDATORY FEDERAL CONTRACT PROVISIONS TAXIWAY W AND TAXIWAY A1 REHABILITATION CITY PROJECT NO. 21-27 FEBRUARY 2024 CERTIFICATION REGARDING DOMESTIC PREFERENCES FOR PROCUREMENTS 2 CFR § 200.322; 2 CFR Part 200, Appendix II(L) The Bidder or Offeror certifies by signing and submitting this bid or proposal that, to the greatest extent practicable, the Bidder or Offeror has provided a preference for the purchase, acquisition, or use of goods, products, or materials produced in the United States (including, but not limited to, iron, aluminum, steel, cement, and other manufactured products) in compliance with 2 CFR § 200.322. Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 AIRPORT TAXIWAY REHABILITATION CITY PROJECT NO. 21-27 FEBRUARY 2024 PART VI – AGREEMENT EXHIBIT “D” – FORM FHWA 1273 – PAGE 1 EXHIBIT “D” FORM FHWA 1273 FEMALE AND MINORITY GOALS TITLE VI ASSURANCES AND DAVIS BACON WAGE DETERMINATIONS FOLLOWS THIS PAGE Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 AIRPORT TAXIWAY REHABILITATION CITY PROJECT NO. 21-27 FEBRUARY 2024 PART VI – AGREEMENT EXHIBIT “D” – FORM FHWA 1273 – PAGE 2 FHWA-1273 – Revised October 23, 2023 REQUIRED CONTRACT PROVISIONS FEDERAL-AID CONSTRUCTION CONTRACTS I. General II. Nondiscrimination III. Non-segregated Facilities IV. Davis-Bacon and Related Act Provisions V. Contract Work Hours and Safety Standards Act Provisions VI. Subletting or Assigning the Contract VII. Safety: Accident Prevention VIII. False Statements Concerning Highway Projects IX. Implementation of Clean Air Act and Federal Water Pollution Control Act X. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion XI. Certification Regarding Use of Contract Funds for Lobbying XII. Use of United States-Flag Vessels: ATTACHMENTS A. Employment and Materials Preference for Appalachian Development Highway System or Appalachian Local Access Road Contracts (included in Appalachian contracts only) I. GENERAL 1. Form FHWA-1273 must be physically incorporated in each construction contract funded under title 23, United States Code, as required in 23 CFR 633.102(b) (excluding emergency contracts solely intended for debris removal). The contractor (or subcontractor) must insert this form in each subcontract and further require its inclusion in all lower tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services). 23 CFR 633.102(e). The applicable requirements of Form FHWA-1273 are incorporated by reference for work done under any purchase order, rental agreement or agreement for other services. The prime contractor shall be responsible for compliance by any subcontractor, lower-tier subcontractor or service provider. 23 CFR 633.102(e). Form FHWA-1273 must be included in all Federal-aid design- build contracts, in all subcontracts and in lower tier subcontracts (excluding subcontracts for design services, purchase orders, rental agreements and other agreements for supplies or services) in accordance with 23 CFR 633.102. The design-builder shall be responsible for compliance by any subcontractor, lower-tier subcontractor or service provider. Contracting agencies may reference Form FHWA-1273 in solicitation-for-bids or request-for-proposals documents, however, the Form FHWA-1273 must be physically incorporated (not referenced) in all contracts, subcontracts and lower-tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services related to a construction contract). 23 CFR 633.102(b). 2. Subject to the applicability criteria noted in the following sections, these contract provisions shall apply to all work performed on the contract by the contractor's own organization and with the assistance of workers under the contractor's immediate superintendence and to all work performed on the contract by piecework, station work, or by subcontract. 23 CFR 633.102(d). 3. A breach of any of the stipulations contained in these Required Contract Provisions may be sufficient grounds for withholding of progress payments, withholding of final payment, termination of the contract, suspension / debarment or any other action determined to be appropriate by the contracting agency and FHWA. 4. Selection of Labor: During the performance of this contract, the contractor shall not use convict labor for any purpose within the limits of a construction project on a Federal-aid highway unless it is labor performed by convicts who are on parole, supervised release, or probation. 23 U.S.C. 114(b). The term Federal-aid highway does not include roadways functionally classified as local roads or rural minor collectors. 23 U.S.C. 101(a). II. NONDISCRIMINATION (23 CFR 230.107(a); 23 CFR Part 230, Subpart A, Appendix A; EO 11246) The provisions of this section related to 23 CFR Part 230, Subpart A, Appendix A are applicable to all Federal-aid construction contracts and to all related construction subcontracts of $10,000 or more. The provisions of 23 CFR Part 230 are not applicable to material supply, engineering, or architectural service contracts. In addition, the contractor and all subcontractors must comply with the following policies: Executive Order 11246, 41 CFR Part 60, 29 CFR Parts 1625-1627, 23 U.S.C. 140, Section 504 of the Rehabilitation Act of 1973, as amended (29 U.S.C. 794), Title VI of the Civil Rights Act of 1964, as amended (42 U.S.C. 2000d et seq.), and related regulations including 49 CFR Parts 21, 26, and 27; and 23 CFR Parts 200, 230, and 633. The contractor and all subcontractors must comply with: the requirements of the Equal Opportunity Clause in 41 CFR 60- 1.4(b) and, for all construction contracts exceeding $10,000, the Standard Federal Equal Employment Opportunity Construction Contract Specifications in 41 CFR 60-4.3. Note: The U.S. Department of Labor has exclusive authority to determine compliance with Executive Order 11246 and the policies of the Secretary of Labor including 41 CFR Part 60, and 29 CFR Parts 1625-1627. The contracting agency and the FHWA have the authority and the responsibility to ensure compliance with 23 U.S.C. 140, Section 504 of the Rehabilitation Act of 1973, as amended (29 U.S.C. 794), and Title VI of the Civil Rights Act of 1964, as amended (42 U.S.C. 2000d et seq.), and related regulations including 49 CFR Parts 21, 26, and 27; and 23 CFR Parts 200, 230, and 633. The following provision is adopted from 23 CFR Part 230, Subpart A, Appendix A, with appropriate revisions to conform to the U.S. Department of Labor (US DOL) and FHWA requirements. 1. Equal Employment Opportunity: Equal Employment Opportunity (EEO) requirements not to discriminate and to take affirmative action to assure equal opportunity as set forth under laws, executive orders, rules, regulations (see 28 CFR Part 35, 29 CFR Part 1630, 29 CFR Parts 1625-1627, 41 CFR Part 60 and 49 CFR Part 27) and orders of the Secretary of Labor as modified by the provisions prescribed herein, and imposed pursuant to 23 U.S.C. 140, shall constitute the EEO and specific affirmative action standards for the contractor's project activities under this contract. The provisions of the Americans with Disabilities Act of 1990 (42 U.S.C. 12101 et seq.) set forth under 28 CFR Part 35 and 29 CFR Part 1630 are incorporated by Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 AIRPORT TAXIWAY REHABILITATION CITY PROJECT NO. 21-27 FEBRUARY 2024 PART VI – AGREEMENT EXHIBIT “D” – FORM FHWA 1273 – PAGE 3 reference in this contract. In the execution of this contract, the contractor agrees to comply with the following minimum specific requirement activities of EEO: a. The contractor will work with the contracting agency and the Federal Government to ensure that it has made every good faith effort to provide equal opportunity with respect to all of its terms and conditions of employment and in their review of activities under the contract. 23 CFR 230.409 (g)(4) & (5). b. The contractor will accept as its operating policy the following statement: "It is the policy of this Company to assure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, sex, sexual orientation, gender identity, color, national origin, age or disability. Such action shall include: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship, pre-apprenticeship, and/or on-the-job training." 2. EEO Officer: The contractor will designate and make known to the contracting officers an EEO Officer who will have the responsibility for and must be capable of effectively administering and promoting an active EEO program and who must be assigned adequate authority and responsibility to do so. 3. Dissemination of Policy: All members of the contractor's staff who are authorized to hire, supervise, promote, and discharge employees, or who recommend such action or are substantially involved in such action, will be made fully cognizant of and will implement the contractor's EEO policy and contractual responsibilities to provide EEO in each grade and classification of employment. To ensure that the above agreement will be met, the following actions will be taken as a minimum: a. Periodic meetings of supervisory and personnel office employees will be conducted before the start of work and then not less often than once every six months, at which time the contractor's EEO policy and its implementation will be reviewed and explained. The meetings will be conducted by the EEO Officer or other knowledgeable company official. b. All new supervisory or personnel office employees will be given a thorough indoctrination by the EEO Officer, covering all major aspects of the contractor's EEO obligations within thirty days following their reporting for duty with the contractor. c. All personnel who are engaged in direct recruitment for the project will be instructed by the EEO Officer in the contractor's procedures for locating and hiring minorities and women. d. Notices and posters setting forth the contractor's EEO policy will be placed in areas readily accessible to employees, applicants for employment and potential employees. e. The contractor's EEO policy and the procedures to implement such policy will be brought to the attention of employees by means of meetings, employee handbooks, or other appropriate means. 4. Recruitment: When advertising for employees, the contractor will include in all advertisements for employees the notation: "An Equal Opportunity Employer." All such advertisements will be placed in publications having a large circulation among minorities and women in the area from which the project work force would normally be derived. a. The contractor will, unless precluded by a valid bargaining agreement, conduct systematic and direct recruitment through public and private employee referral sources likely to yield qualified minorities and women. To meet this requirement, the contractor will identify sources of potential minority group employees and establish with such identified sources procedures whereby minority and women applicants may be referred to the contractor for employment consideration. b. In the event the contractor has a valid bargaining agreement providing for exclusive hiring hall referrals, the contractor is expected to observe the provisions of that agreement to the extent that the system meets the contractor's compliance with EEO contract provisions. Where implementation of such an agreement has the effect of discriminating against minorities or women, or obligates the contractor to do the same, such implementation violates Federal nondiscrimination provisions. c. The contractor will encourage its present employees to refer minorities and women as applicants for employment. Information and procedures with regard to referring such applicants will be discussed with employees. 5. Personnel Actions: Wages, working conditions, and employee benefits shall be established and administered, and personnel actions of every type, including hiring, upgrading, promotion, transfer, demotion, layoff, and termination, shall be taken without regard to race, color, religion, sex, sexual orientation, gender identity, national origin, age or disability. The following procedures shall be followed: a. The contractor will conduct periodic inspections of project sites to ensure that working conditions and employee facilities do not indicate discriminatory treatment of project site personnel. b. The contractor will periodically evaluate the spread of wages paid within each classification to determine any evidence of discriminatory wage practices. c. The contractor will periodically review selected personnel actions in depth to determine whether there is evidence of discrimination. Where evidence is found, the contractor will promptly take corrective action. If the review indicates that the discrimination may extend beyond the actions reviewed, such corrective action shall include all affected persons. d. The contractor will promptly investigate all complaints of alleged discrimination made to the contractor in connection with its obligations under this contract, will attempt to resolve such complaints, and will take appropriate corrective action within a reasonable time. If the investigation indicates that the discrimination may affect persons other than the complainant, such corrective action shall include such other persons. Upon completion of each investigation, the contractor will inform every complainant of all of their avenues of appeal. 6. Training and Promotion: a. The contractor will assist in locating, qualifying, and increasing the skills of minorities and women who are applicants for employment or current employees. Such efforts should be aimed at developing full journey level status employees in the type of trade or job classification involved. b. Consistent with the contractor's work force requirements and as permissible under Federal and State regulations, the contractor shall make full use of training programs (i.e., apprenticeship and on-the-job training programs for the geographical area of contract performance). In the event a special provision for training is provided under this contract, this subparagraph will be superseded as indicated in the special provision. The contracting agency may Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 AIRPORT TAXIWAY REHABILITATION CITY PROJECT NO. 21-27 FEBRUARY 2024 PART VI – AGREEMENT EXHIBIT “D” – FORM FHWA 1273 – PAGE 4 reserve training positions for persons who receive welfare assistance in accordance with 23 U.S.C. 140(a). c. The contractor will advise employees and applicants for employment of available training programs and entrance requirements for each. d. The contractor will periodically review the training and promotion potential of employees who are minorities and women and will encourage eligible employees to apply for such training and promotion. 7. Unions: If the contractor relies in whole or in part upon unions as a source of employees, the contractor will use good faith efforts to obtain the cooperation of such unions to increase opportunities for minorities and women. 23 CFR 230.409. Actions by the contractor, either directly or through a contractor's association acting as agent, will include the procedures set forth below: a. The contractor will use good faith efforts to develop, in cooperation with the unions, joint training programs aimed toward qualifying more minorities and women for membership in the unions and increasing the skills of minorities and women so that they may qualify for higher paying employment. b. The contractor will use good faith efforts to incorporate an EEO clause into each union agreement to the end that such union will be contractually bound to refer applicants without regard to their race, color, religion, sex, sexual orientation, gender identity, national origin, age, or disability. c. The contractor is to obtain information as to the referral practices and policies of the labor union except that to the extent such information is within the exclusive possession of the labor union and such labor union refuses to furnish such information to the contractor, the contractor shall so certify to the contracting agency and shall set forth what efforts have been made to obtain such information. d. In the event the union is unable to provide the contractor with a reasonable flow of referrals within the time limit set forth in the collective bargaining agreement, the contractor will, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex, sexual orientation, gender identity, national origin, age, or disability; making full efforts to obtain qualified and/or qualifiable minorities and women. The failure of a union to provide sufficient referrals (even though it is obligated to provide exclusive referrals under the terms of a collective bargaining agreement) does not relieve the contractor from the requirements of this paragraph. In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246, as amended, and these special provisions, such contractor shall immediately notify the contracting agency. 8. Reasonable Accommodation for Applicants / Employees with Disabilities: The contractor must be familiar with the requirements for and comply with the Americans with Disabilities Act and all rules and regulations established thereunder. Employers must provide reasonable accommodation in all employment activities unless to do so would cause an undue hardship. 9. Selection of Subcontractors, Procurement of Materials and Leasing of Equipment: The contractor shall not discriminate on the grounds of race, color, religion, sex, sexual orientation, gender identity, national origin, age, or disability in the selection and retention of subcontractors, including procurement of materials and leases of equipment. The contractor shall take all necessary and reasonable steps to ensure nondiscrimination in the administration of this contract. a. The contractor shall notify all potential subcontractors, suppliers, and lessors of their EEO obligations under this contract. b. The contractor will use good faith efforts to ensure subcontractor compliance with their EEO obligations. 10. Assurances Required: a. The requirements of 49 CFR Part 26 and the State DOT’s FHWA-approved Disadvantaged Business Enterprise (DBE) program are incorporated by reference. b. The contractor, subrecipient or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR part 26 in the award and administration of DOT-assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the recipient deems appropriate, which may include, but is not limited to: (1) Withholding monthly progress payments; (2) Assessing sanctions; (3) Liquidated damages; and/or (4) Disqualifying the contractor from future bidding as non- responsible. c. The Title VI and nondiscrimination provisions of U.S. DOT Order 1050.2A at Appendixes A and E are incorporated by reference. 49 CFR Part 21. 11. Records and Reports: The contractor shall keep such records as necessary to document compliance with the EEO requirements. Such records shall be retained for a period of three years following the date of the final payment to the contractor for all contract work and shall be available at reasonable times and places for inspection by authorized representatives of the contracting agency and the FHWA. a. The records kept by the contractor shall document the following: (1) The number and work hours of minority and non- minority group members and women employed in each work classification on the project; (2) The progress and efforts being made in cooperation with unions, when applicable, to increase employment opportunities for minorities and women; and (3) The progress and efforts being made in locating, hiring, training, qualifying, and upgrading minorities and women. b. The contractors and subcontractors will submit an annual report to the contracting agency each July for the duration of the project indicating the number of minority, women, and non- minority group employees currently engaged in each work classification required by the contract work. This information is to be reported on Form FHWA-1391. The staffing data should represent the project work force on board in all or any part of the last payroll period preceding the end of July. If on-the-job training is being required by special provision, the contractor will be required to collect and report training data. The employment data should reflect the work force on board during all or any part of the last payroll period preceding the end of July. III. NONSEGREGATED FACILITIES This provision is applicable to all Federal-aid construction contracts and to all related construction subcontracts of more than $10,000. 41 CFR 60-1.5. Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 AIRPORT TAXIWAY REHABILITATION CITY PROJECT NO. 21-27 FEBRUARY 2024 PART VI – AGREEMENT EXHIBIT “D” – FORM FHWA 1273 – PAGE 5 As prescribed by 41 CFR 60-1.8, the contractor must ensure that facilities provided for employees are provided in such a manner that segregation on the basis of race, color, religion, sex, sexual orientation, gender identity, or national origin cannot result. The contractor may neither require such segregated use by written or oral policies nor tolerate such use by employee custom. The contractor's obligation extends further to ensure that its employees are not assigned to perform their services at any location under the contractor's control where the facilities are segregated. The term "facilities" includes waiting rooms, work areas, restaurants and other eating areas, time clocks, restrooms, washrooms, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing provided for employees. The contractor shall provide separate or single-user restrooms and necessary dressing or sleeping areas to assure privacy between sexes. IV. DAVIS-BACON AND RELATED ACT PROVISIONS This section is applicable to all Federal-aid construction projects exceeding $2,000 and to all related subcontracts and lower-tier subcontracts (regardless of subcontract size), in accordance with 29 CFR 5.5. The requirements apply to all projects located within the right-of-way of a roadway that is functionally classified as Federal-aid highway. 23 U.S.C. 113. This excludes roadways functionally classified as local roads or rural minor collectors, which are exempt. 23 U.S.C. 101. Where applicable law requires that projects be treated as a project on a Federal-aid highway, the provisions of this subpart will apply regardless of the location of the project. Examples include: Surface Transportation Block Grant Program projects funded under 23 U.S.C. 133 [excluding recreational trails projects], the Nationally Significant Freight and Highway Projects funded under 23 U.S.C. 117, and National Highway Freight Program projects funded under 23 U.S.C. 167. The following provisions are from the U.S. Department of Labor regulations in 29 CFR 5.5 “Contract provisions and related matters” with minor revisions to conform to the FHWA- 1273 format and FHWA program requirements. 1. Minimum wages (29 CFR 5.5) a. Wage rates and fringe benefits. All laborers and mechanics employed or working upon the site of the work (or otherwise working in construction or development of the project under a development statute), will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR part 3)), the full amount of basic hourly wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. As provided in paragraphs (d) and (e) of 29 CFR 5.5, the appropriate wage determinations are effective by operation of law even if they have not been attached to the contract. Contributions made or costs reasonably anticipated for bona fide fringe benefits under the Davis-Bacon Act (40 U.S.C. 3141(2)(B)) on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph 1.e. of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics must be paid the appropriate wage rate and fringe benefits on the wage determination for the classification(s) of work actually performed, without regard to skill, except as provided in paragraph 4. of this section. Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, That the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classifications and wage rates conformed under paragraph 1.c. of this section) and the Davis-Bacon poster (WH– 1321) must be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. b. Frequently recurring classifications. (1) In addition to wage and fringe benefit rates that have been determined to be prevailing under the procedures set forth in 29 CFR part 1, a wage determination may contain, pursuant to § 1.3(f), wage and fringe benefit rates for classifications of laborers and mechanics for which conformance requests are regularly submitted pursuant to paragraph 1.c. of this section, provided that: (i) The work performed by the classification is not performed by a classification in the wage determination for which a prevailing wage rate has been determined; (ii) The classification is used in the area by the construction industry; and (iii) The wage rate for the classification bears a reasonable relationship to the prevailing wage rates contained in the wage determination. (2) The Administrator will establish wage rates for such classifications in accordance with paragraph 1.c.(1)(iii) of this section. Work performed in such a classification must be paid at no less than the wage and fringe benefit rate listed on the wage determination for such classification. c. (i) The work to be performed by the classification requested is not performed by a classification in the wage determination; and (ii) The classification is used in the area by the construction industry; and (iii) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (2) The conformance process may not be used to split, subdivide, or otherwise avoid application of classifications listed in the wage determination. (3) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken will be sent by the contracting officer by email to DBAconformance@dol.gov. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30–day period that additional time is necessary. (4) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer will, by email to DBAconformance@dol.gov, refer the questions, including the Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 AIRPORT TAXIWAY REHABILITATION CITY PROJECT NO. 21-27 FEBRUARY 2024 PART VI – AGREEMENT EXHIBIT “D” – FORM FHWA 1273 – PAGE 6 views of all interested parties and the recommendation of the contracting officer, to the Administrator for determination. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30–day period that additional time is necessary. (5) The contracting officer must promptly notify the contractor of the action taken by the Wage and Hour Division under paragraphs 1.c.(3) and (4) of this section. The contractor must furnish a written copy of such determination to each affected worker or it must be posted as a part of the wage determination. The wage rate (including fringe benefits where appropriate) determined pursuant to paragraph 1.c.(3) or (4) of this section must be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. d. Fringe benefits not expressed as an hourly rate. Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor may either pay the benefit as stated in the wage determination or may pay another bona fide fringe benefit or an hourly cash equivalent thereof. e. Unfunded plans. If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor, in accordance with the criteria set forth in § 5.28, that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. f. Interest. In the event of a failure to pay all or part of the wages required by the contract, the contractor will be required to pay interest on any underpayment of wages. 2. Withholding (29 CFR 5.5) a. Withholding requirements. The contracting agency may, upon its own action, or must, upon written request of an authorized representative of the Department of Labor, withhold or cause to be withheld from the contractor so much of the accrued payments or advances as may be considered necessary to satisfy the liabilities of the prime contractor or any subcontractor for the full amount of wages and monetary relief, including interest, required by the clauses set forth in this section for violations of this contract, or to satisfy any such liabilities required by any other Federal contract, or federally assisted contract subject to Davis- Bacon labor standards, that is held by the same prime contractor (as defined in § 5.2). The necessary funds may be withheld from the contractor under this contract, any other Federal contract with the same prime contractor, or any other federally assisted contract that is subject to Davis-Bacon labor standards requirements and is held by the same prime contractor, regardless of whether the other contract was awarded or assisted by the same agency, and such funds may be used to satisfy the contractor liability for which the funds were withheld. In the event of a contractor's failure to pay any laborer or mechanic, including any apprentice or helper working on the site of the work all or part of the wages required by the contract, or upon the contractor's failure to submit the required records as discussed in paragraph 3.d. of this section, the contracting agency may on its own initiative and after written notice to the contractor, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. b. Priority to withheld funds. The Department has priority to funds withheld or to be withheld in accordance with paragraph 2.a. of this section or Section V, paragraph 3.a., or both, over claims to those funds by: (1) A contractor's surety(ies), including without limitation performance bond sureties and payment bond sureties; (2) A contracting agency for its reprocurement costs; (3) A trustee(s) (either a court-appointed trustee or a U.S. trustee, or both) in bankruptcy of a contractor, or a contractor's bankruptcy estate; (4) A contractor's assignee(s); (5) A contractor's successor(s); or (6) A claim asserted under the Prompt Payment Act, 31 U.S.C. 3901–3907. Records and certified payrolls (29 CFR 5.5) a. Basic record requirements (1) Length of record retention. All regular payrolls and other basic records must be maintained by the contractor and any subcontractor during the course of the work and preserved for all laborers and mechanics working at the site of the work (or otherwise working in construction or development of the project under a development statute) for a period of at least 3 years after all the work on the prime contract is completed. (2) Information required. Such records must contain the name; Social Security number; last known address, telephone number, and email address of each such worker; each worker's correct classification(s) of work actually performed; hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in 40 U.S.C. 3141(2)(B) of the Davis-Bacon Act); daily and weekly number of hours actually worked in total and on each covered contract; deductions made; and actual wages paid. (3) Additional records relating to fringe benefits. Whenever the Secretary of Labor has found under paragraph 1.e. of this section that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in 40 U.S.C. 3141(2)(B) of the Davis-Bacon Act, the contractor must maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. (4) Additional records relating to apprenticeship. Contractors with apprentices working under approved programs must maintain written evidence of the registration of apprenticeship programs, the registration of the apprentices, and the ratios and wage rates prescribed in the applicable programs. b. Certified payroll requirements (1) Frequency and method of submission. The contractor or subcontractor must submit weekly, for each week in which any DBA- or Related Acts- covered work is performed, certified payrolls to the contracting agency. The prime contractor is responsible for the submission of all certified payrolls by all subcontractors. A contracting agency or prime contractor may permit or require contractors to submit certified payrolls through an electronic system, as long as the electronic system requires a legally valid electronic signature; the system allows the contractor, the contracting agency, and the Department of Labor to access the certified payrolls upon request for at least 3 years after Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 AIRPORT TAXIWAY REHABILITATION CITY PROJECT NO. 21-27 FEBRUARY 2024 PART VI – AGREEMENT EXHIBIT “D” – FORM FHWA 1273 – PAGE 7 the work on the prime contract has been completed; and the contracting agency or prime contractor permits other methods of submission in situations where the contractor is unable or limited in its ability to use or access the electronic system. (2) Information required. The certified payrolls submitted must set out accurately and completely all of the information required to be maintained under paragraph 3.a.(2) of this section, except that full Social Security numbers and last known addresses, telephone numbers, and email addresses must not be included on weekly transmittals. Instead, the certified payrolls need only include an individually identifying number for each worker ( e.g., the last four digits of the worker's Social Security number). The required weekly certified payroll information may be submitted using Optional Form WH–347 or in any other format desired. Optional Form WH–347 is available for this purpose from the Wage and Hour Division website at https://www.dol.gov/sites/dolgov/ files/WHD/ legacy/files/wh347/.pdf or its successor website. It is not a violation of this section for a prime contractor to require a subcontractor to provide full Social Security numbers and last known addresses, telephone numbers, and email addresses to the prime contractor for its own records, without weekly submission by the subcontractor to the contracting agency. (3) Statement of Compliance. Each certified payroll submitted must be accompanied by a “Statement of Compliance,” signed by the contractor or subcontractor, or the contractor's or subcontractor's agent who pays or supervises the payment of the persons working on the contract, and must certify the following: (i) That the certified payroll for the payroll period contains the information required to be provided under paragraph 3.b. of this section, the appropriate information and basic records are being maintained under paragraph 3.a. of this section, and such information and records are correct and complete; (ii) That each laborer or mechanic (including each helper and apprentice) working on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in 29 CFR part 3; and (iii) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification(s) of work actually performed, as specified in the applicable wage determination incorporated into the contract. (4) Use of Optional Form WH–347. The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH–347 will satisfy the requirement for submission of the “Statement of Compliance” required by paragraph 3.b.(3) of this section. (5) Signature. The signature by the contractor, subcontractor, or the contractor's or subcontractor's agent must be an original handwritten signature or a legally valid electronic signature. (6) Falsification. The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under 18 U.S.C. 1001 and 31 U.S.C. 3729. (7) Length of certified payroll retention. The contractor or subcontractor must preserve all certified payrolls during the course of the work and for a period of 3 years after all the work on the prime contract is completed. c. Contracts, subcontracts, and related documents. The contractor or subcontractor must maintain this contract or subcontract and related documents including, without limitation, bids, proposals, amendments, modifications, and extensions. The contractor or subcontractor must preserve these contracts, subcontracts, and related documents during the course of the work and for a period of 3 years after all the work on the prime contract is completed. d. Required disclosures and access (1) Required record disclosures and access to workers. The contractor or subcontractor must make the records required under paragraphs 3.a. through 3.c. of this section, and any other documents that the contracting agency, the State DOT, the FHWA, or the Department of Labor deems necessary to determine compliance with the labor standards provisions of any of the applicable statutes referenced by § 5.1, available for inspection, copying, or transcription by authorized representatives of the contracting agency, the State DOT, the FHWA, or the Department of Labor, and must permit such representatives to interview workers during working hours on the job. (2) Sanctions for non-compliance with records and worker access requirements. If the contractor or subcontractor fails to submit the required records or to make them available, or refuses to permit worker interviews during working hours on the job, the Federal agency may, after written notice to the contractor, sponsor, applicant, owner, or other entity, as the case may be, that maintains such records or that employs such workers, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available, or to permit worker interviews during working hours on the job, may be grounds for debarment action pursuant to § 5.12. In addition, any contractor or other person that fails to submit the required records or make those records available to WHD within the time WHD requests that the records be produced will be precluded from introducing as evidence in an administrative proceeding under 29 CFR part 6 any of the required records that were not provided or made available to WHD. WHD will take into consideration a reasonable request from the contractor or person for an extension of the time for submission of records. WHD will determine the reasonableness of the request and may consider, among other things, the location of the records and the volume of production. (3) Required information disclosures. Contractors and subcontractors must maintain the full Social Security number and last known address, telephone number, and email address of each covered worker, and must provide them upon request to the contracting agency, the State DOT, the FHWA, the contractor, or the Wage and Hour Division of the Department of Labor for purposes of an investigation or other compliance action. 4. Apprentices and equal employment opportunity (29 CFR 5.5) a. Apprentices (1) Rate of pay. Apprentices will be permitted to work at less than the predetermined rate for the work they perform when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Office of Apprenticeship (OA), or with a State Apprenticeship Agency recognized by the OA. A person who is not individually registered in the program, but who has been certified by the OA or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice, will be permitted to work at less than the predetermined rate for the work they perform in the first 90 days of probationary employment as an apprentice in such a program. In the event the OA or a State Apprenticeship Agency recognized by the OA withdraws approval of an apprenticeship program, the contractor will no longer be permitted to use apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 AIRPORT TAXIWAY REHABILITATION CITY PROJECT NO. 21-27 FEBRUARY 2024 PART VI – AGREEMENT EXHIBIT “D” – FORM FHWA 1273 – PAGE 8 (2) Fringe benefits. Apprentices must be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringe benefits must be paid in accordance with that determination. (3) Apprenticeship ratio. The allowable ratio of apprentices to journeyworkers on the job site in any craft classification must not be greater than the ratio permitted to the contractor as to the entire work force under the registered program or the ratio applicable to the locality of the project pursuant to paragraph 4.a.(4) of this section. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated in paragraph 4.a.(1) of this section, must be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under this section must be paid not less than the applicable wage rate on the wage determination for the work actually performed. (4) Reciprocity of ratios and wage rates. Where a contractor is performing construction on a project in a locality other than the locality in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyworker's hourly rate) applicable within the locality in which the construction is being performed must be observed. If there is no applicable ratio or wage rate for the locality of the project, the ratio and wage rate specified in the contractor's registered program must be observed. b. Equal employment opportunity. The use of apprentices and journeyworkers under this part must be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR part 30. c. Apprentices and Trainees (programs of the U.S. DOT). Apprentices and trainees working under apprenticeship and skill training programs which have been certified by the Secretary of Transportation as promoting EEO in connection with Federal-aid highway construction programs are not subject to the requirements of paragraph 4 of this Section IV. 23 CFR 230.111(e)(2). The straight time hourly wage rates for apprentices and trainees under such programs will be established by the particular programs. The ratio of apprentices and trainees to journeyworkers shall not be greater than permitted by the terms of the particular program. 5. Compliance with Copeland Act requirements. The contractor shall comply with the requirements of 29 CFR part 3, which are incorporated by reference in this contract as provided in 29 CFR 5.5. 6. Subcontracts. The contractor or subcontractor must insert FHWA-1273 in any subcontracts, along with the applicable wage determination(s) and such other clauses or contract modifications as the contracting agency may by appropriate instructions require, and a clause requiring the subcontractors to include these clauses and wage determination(s) in any lower tier subcontracts. The prime contractor is responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in this section. In the event of any violations of these clauses, the prime contractor and any subcontractor(s) responsible will be liable for any unpaid wages and monetary relief, including interest from the date of the underpayment or loss, due to any workers of lower-tier subcontractors, and may be subject to debarment, as appropriate. 29 CFR 5.5. 7. Contract termination: debarment. A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. 8. Compliance with Davis-Bacon and Related Act requirements. All rulings and interpretations of the Davis- Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are herein incorporated by reference in this contract as provided in 29 CFR 5.5. 9. Disputes concerning labor standards. As provided in 29 CFR 5.5, disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives. 10. Certification of eligibility. a. By entering into this contract, the contractor certifies that neither it nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of 40 U.S.C. 3144(b) or § 5.12(a). b. No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of 40 U.S.C. 3144(b) or § 5.12(a). c. The penalty for making false statements is prescribed in the U.S. Code, Title 18 Crimes and Criminal Procedure, 18 U.S.C. 1001. 11. Anti-retaliation. It is unlawful for any person to discharge, demote, intimidate, threaten, restrain, coerce, blacklist, harass, or in any other manner discriminate against, or to cause any person to discharge, demote, intimidate, threaten, restrain, coerce, blacklist, harass, or in any other manner discriminate against, any worker or job applicant for: a. Notifying any contractor of any conduct which the worker reasonably believes constitutes a violation of the DBA, Related Acts, this part, or 29 CFR part 1 or 3; b. Filing any complaint, initiating or causing to be initiated any proceeding, or otherwise asserting or seeking to assert on behalf of themselves or others any right or protection under the DBA, Related Acts, this part, or 29 CFR part 1 or 3; c. Cooperating in any investigation or other compliance action, or testifying in any proceeding under the DBA, Related Acts, this part, or 29 CFR part 1 or 3; or d. Informing any other person about their rights under the DBA, Related Acts, this part, or 29 CFR part 1 or 3. V. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT Pursuant to 29 CFR 5.5(b), the following clauses apply to any Federal-aid construction contract in an amount in excess of $100,000 and subject to the overtime provisions of the Contract Work Hours and Safety Standards Act. These clauses shall be inserted in addition to the clauses required by 29 CFR 5.5(a) or 29 Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 AIRPORT TAXIWAY REHABILITATION CITY PROJECT NO. 21-27 FEBRUARY 2024 PART VI – AGREEMENT EXHIBIT “D” – FORM FHWA 1273 – PAGE 9 CFR 4.6. As used in this paragraph, the terms laborers and mechanics include watchpersons and guards. 1. Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. 29 CFR 5.5. 2. Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph 1. of this section the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages and interest from the date of the underpayment. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchpersons and guards, employed in violation of the clause set forth in paragraph 1. of this section, in the sum currently provided in 29 CFR 5.5(b)(2)* for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph 1. of this section. * $31 as of January 15, 2023 (See 88 FR 88 FR 2210) as may be adjusted annually by the Department of Labor, pursuant to the Federal Civil Penalties Inflation Adjustment Act of 1990. 3. Withholding for unpaid wages and liquidated damages a. Withholding process. The FHWA or the contracting agency may, upon its own action, or must, upon written request of an authorized representative of the Department of Labor, withhold or cause to be withheld from the contractor so much of the accrued payments or advances as may be considered necessary to satisfy the liabilities of the prime contractor or any subcontractor for any unpaid wages; monetary relief, including interest; and liquidated damages required by the clauses set forth in this section on this contract, any other Federal contract with the same prime contractor, or any other federally assisted contract subject to the Contract Work Hours and Safety Standards Act that is held by the same prime contractor (as defined in § 5.2). The necessary funds may be withheld from the contractor under this contract, any other Federal contract with the same prime contractor, or any other federally assisted contract that is subject to the Contract Work Hours and Safety Standards Act and is held by the same prime contractor, regardless of whether the other contract was awarded or assisted by the same agency, and such funds may be used to satisfy the contractor liability for which the funds were withheld. b. Priority to withheld funds. The Department has priority to funds withheld or to be withheld in accordance with Section IV paragraph 2.a. or paragraph 3.a. of this section, or both, over claims to those funds by: (1) A contractor's surety(ies), including without limitation performance bond sureties and payment bond sureties; (2) A contracting agency for its reprocurement costs; (3) A trustee(s) (either a court-appointed trustee or a U.S. trustee, or both) in bankruptcy of a contractor, or a contractor's bankruptcy estate; (4) A contractor's assignee(s); (5) A contractor's successor(s); or (6) A claim asserted under the Prompt Payment Act, 31 U.S.C. 3901–3907. 4. Subcontracts. The contractor or subcontractor must insert in any subcontracts the clauses set forth in paragraphs 1. through 5. of this section and a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor is responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs 1. through 5. In the event of any violations of these clauses, the prime contractor and any subcontractor(s) responsible will be liable for any unpaid wages and monetary relief, including interest from the date of the underpayment or loss, due to any workers of lower- tier subcontractors, and associated liquidated damages and may be subject to debarment, as appropriate. 5. Anti-retaliation. It is unlawful for any person to discharge, demote, intimidate, threaten, restrain, coerce, blacklist, harass, or in any other manner discriminate against, or to cause any person to discharge, demote, intimidate, threaten, restrain, coerce, blacklist, harass, or in any other manner discriminate against, any worker or job applicant for: a. Notifying any contractor of any conduct which the worker reasonably believes constitutes a violation of the Contract Work Hours and Safety Standards Act (CWHSSA) or its implementing regulations in this part; b. Filing any complaint, initiating or causing to be initiated any proceeding, or otherwise asserting or seeking to assert on behalf of themselves or others any right or protection under CWHSSA or this part; c. Cooperating in any investigation or other compliance action, or testifying in any proceeding under CWHSSA or this part; or d. Informing any other person about their rights under CWHSSA or this part. VI. SUBLETTING OR ASSIGNING THE CONTRACT This provision is applicable to all Federal-aid construction contracts on the National Highway System pursuant to 23 CFR 635.116. 1. The contractor shall perform with its own organization contract work amounting to not less than 30 percent (or a greater percentage if specified elsewhere in the contract) of the total original contract price, excluding any specialty items designated by the contracting agency. Specialty items may be performed by subcontract and the amount of any such specialty items performed may be deducted from the total original contract price before computing the amount of work required to be performed by the contractor's own organization (23 CFR 635.116). a. The term “perform work with its own organization” in paragraph 1 of Section VI refers to workers employed or leased by the prime contractor, and equipment owned or rented by the prime contractor, with or without operators. Such term does not include employees or equipment of a subcontractor or lower tier subcontractor, agents of the prime contractor, or any other assignees. The term may include payments for the costs of hiring leased employees from an employee leasing firm meeting all relevant Federal and State regulatory requirements. Leased employees may only be included in this term if the prime contractor meets all of the following conditions: (based on longstanding Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 AIRPORT TAXIWAY REHABILITATION CITY PROJECT NO. 21-27 FEBRUARY 2024 PART VI – AGREEMENT EXHIBIT “D” – FORM FHWA 1273 – PAGE 10 interpretation) (1) the prime contractor maintains control over the supervision of the day-to-day activities of the leased employees; (2) the prime contractor remains responsible for the quality of the work of the leased employees; (3) the prime contractor retains all power to accept or exclude individual employees from work on the project; and (4) the prime contractor remains ultimately responsible for the payment of predetermined minimum wages, the submission of payrolls, statements of compliance and all other Federal regulatory requirements. b. "Specialty Items" shall be construed to be limited to work that requires highly specialized knowledge, abilities, or equipment not ordinarily available in the type of contracting organizations qualified and expected to bid or propose on the contract as a whole and in general are to be limited to minor components of the overall contract. 23 CFR 635.102. 2. Pursuant to 23 CFR 635.116(a), the contract amount upon which the requirements set forth in paragraph (1) of Section VI is computed includes the cost of material and manufactured products which are to be purchased or produced by the contractor under the contract provisions. 3. Pursuant to 23 CFR 635.116(c), the contractor shall furnish (a) a competent superintendent or supervisor who is employed by the firm, has full authority to direct performance of the work in accordance with the contract requirements, and is in charge of all construction operations (regardless of who performs the work) and (b) such other of its own organizational resources (supervision, management, and engineering services) as the contracting officer determines is necessary to assure the performance of the contract. 4. No portion of the contract shall be sublet, assigned or otherwise disposed of except with the written consent of the contracting officer, or authorized representative, and such consent when given shall not be construed to relieve the contractor of any responsibility for the fulfillment of the contract. Written consent will be given only after the contracting agency has assured that each subcontract is evidenced in writing and that it contains all pertinent provisions and requirements of the prime contract. (based on long- standing interpretation of 23 CFR 635.116). 5. The 30-percent self-performance requirement of paragraph (1) is not applicable to design-build contracts; however, contracting agencies may establish their own self-performance requirements. 23 CFR 635.116(d). VII. SAFETY: ACCIDENT PREVENTION This provision is applicable to all Federal-aid construction contracts and to all related subcontracts. 1. In the performance of this contract the contractor shall comply with all applicable Federal, State, and local laws governing safety, health, and sanitation (23 CFR Part 635). The contractor shall provide all safeguards, safety devices and protective equipment and take any other needed actions as it determines, or as the contracting officer may determine, to be reasonably necessary to protect the life and health of employees on the job and the safety of the public and to protect property in connection with the performance of the work covered by the contract. 23 CFR 635.108. 2. It is a condition of this contract, and shall be made a condition of each subcontract, which the contractor enters into pursuant to this contract, that the contractor and any subcontractor shall not permit any employee, in performance of the contract, to work in surroundings or under conditions which are unsanitary, hazardous or dangerous to his/her health or safety, as determined under construction safety and health standards (29 CFR Part 1926) promulgated by the Secretary of Labor, in accordance with Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 3704). 29 CFR 1926.10. 3. Pursuant to 29 CFR 1926.3, it is a condition of this contract that the Secretary of Labor or authorized representative thereof, shall have right of entry to any site of contract performance to inspect or investigate the matter of compliance with the construction safety and health standards and to carry out the duties of the Secretary under Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 3704). VIII. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS This provision is applicable to all Federal-aid construction contracts and to all related subcontracts. In order to assure high quality and durable construction in conformity with approved plans and specifications and a high degree of reliability on statements and representations made by engineers, contractors, suppliers, and workers on Federal- aid highway projects, it is essential that all persons concerned with the project perform their functions as carefully, thoroughly, and honestly as possible. Willful falsification, distortion, or misrepresentation with respect to any facts related to the project is a violation of Federal law. To prevent any misunderstanding regarding the seriousness of these and similar acts, Form FHWA- 1022 shall be posted on each Federal-aid highway project (23 CFR Part 635) in one or more places where it is readily available to all persons concerned with the project: 18 U.S.C. 1020 reads as follows: "Whoever, being an officer, agent, or employee of the United States, or of any State or Territory, or whoever, whether a person, association, firm, or corporation, knowingly makes any false statement, false representation, or false report as to the character, quality, quantity, or cost of the material used or to be used, or the quantity or quality of the work performed or to be performed, or the cost thereof in connection with the submission of plans, maps, specifications, contracts, or costs of construction on any highway or related project submitted for approval to the Secretary of Transportation; or Whoever knowingly makes any false statement, false representation, false report or false claim with respect to the character, quality, quantity, or cost of any work performed or to be performed, or materials furnished or to be furnished, in connection with the construction of any highway or related project approved by the Secretary of Transportation; or Whoever knowingly makes any false statement or false representation as to material fact in any statement, certificate, or report submitted pursuant to provisions of the Federal-aid Roads Act approved July 11, 1916, (39 Stat. 355), as amended and supplemented; Shall be fined under this title or imprisoned not more than 5 years or both." IX. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT (42 U.S.C. 7606; 2 CFR 200.88; EO 11738) This provision is applicable to all Federal-aid construction contracts in excess of $150,000 and to all related subcontracts. 48 CFR 2.101; 2 CFR 200.327. Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 AIRPORT TAXIWAY REHABILITATION CITY PROJECT NO. 21-27 FEBRUARY 2024 PART VI – AGREEMENT EXHIBIT “D” – FORM FHWA 1273 – PAGE 11 By submission of this bid/proposal or the execution of this contract or subcontract, as appropriate, the bidder, proposer, Federal-aid construction contractor, subcontractor, supplier, or vendor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401- 7671q) and the Federal Water Pollution Control Act, as amended (33 U.S.C. 1251-1387). Violations must be reported to the Federal Highway Administration and the Regional Office of the Environmental Protection Agency. 2 CFR Part 200, Appendix II. The contractor agrees to include or cause to be included the requirements of this Section in every subcontract, and further agrees to take such action as the contracting agency may direct as a means of enforcing such requirements. 2 CFR 200.327. X. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION This provision is applicable to all Federal-aid construction contracts, design-build contracts, subcontracts, lower-tier subcontracts, purchase orders, lease agreements, consultant contracts or any other covered transaction requiring FHWA approval or that is estimated to cost $25,000 or more – as defined in 2 CFR Parts 180 and 1200. 2 CFR 180.220 and 1200.220. 1. Instructions for Certification – First Tier Participants: a. By signing and submitting this proposal, the prospective first tier participant is providing the certification set out below. b. The inability of a person to provide the certification set out below will not necessarily result in denial of participation in this covered transaction. The prospective first tier participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction. However, failure of the prospective first tier participant to furnish a certification or an explanation shall disqualify such a person from participation in this transaction. 2 CFR 180.320. c. The certification in this clause is a material representation of fact upon which reliance was placed when the contracting agency determined to enter into this transaction. If it is later determined that the prospective participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the contracting agency may terminate this transaction for cause of default. 2 CFR 180.325. d. The prospective first tier participant shall provide immediate written notice to the contracting agency to whom this proposal is submitted if any time the prospective first tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 2 CFR 180.345 and 180.350. e. The terms "covered transaction," "debarred," "suspended," "ineligible," "participant," "person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180, Subpart I, 180.900-180.1020, and 1200. “First Tier Covered Transactions” refers to any covered transaction between a recipient or subrecipient of Federal funds and a participant (such as the prime or general contract). “Lower Tier Covered Transactions” refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). “First Tier Participant” refers to the participant who has entered into a covered transaction with a recipient or subrecipient of Federal funds (such as the prime or general contractor). “Lower Tier Participant” refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers). f. The prospective first tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency entering into this transaction. 2 CFR 180.330. g. The prospective first tier participant further agrees by submitting this proposal that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transactions," provided by the department or contracting agency, entering into this covered transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold. 2 CFR 180.220 and 180.300. h. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. 2 CFR 180.300; 180.320, and 180.325. A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. 2 CFR 180.335. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the System for Award Management website (https://www.sam.gov/). 2 CFR 180.300, 180.320, and 180.325. i. Nothing contained in the foregoing shall be construed to require the establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of the prospective participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. j. Except for transactions authorized under paragraph (f) of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default. 2 CFR 180.325. * * * * * 2. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion – First Tier Participants: a. The prospective first tier participant certifies to the best of its knowledge and belief, that it and its principals: (1) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency, 2 CFR 180.335;. (2) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property, 2 CFR 180.800; Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 AIRPORT TAXIWAY REHABILITATION CITY PROJECT NO. 21-27 FEBRUARY 2024 PART VI – AGREEMENT EXHIBIT “D” – FORM FHWA 1273 – PAGE 12 (3) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (a)(2) of this certification, 2 CFR 180.700 and 180.800; and (4) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State or local) terminated for cause or default. 2 CFR 180.335(d). (5) Are not a corporation that has been convicted of a felony violation under any Federal law within the two-year period preceding this proposal (USDOT Order 4200.6 implementing appropriations act requirements); and (6) Are not a corporation with any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted, or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability (USDOT Order 4200.6 implementing appropriations act requirements). b. Where the prospective participant is unable to certify to any of the statements in this certification, such prospective participant should attach an explanation to this proposal. 2 CFR 180.335 and 180.340. * * * * * 3. Instructions for Certification - Lower Tier Participants: (Applicable to all subcontracts, purchase orders, and other lower tier transactions requiring prior FHWA approval or estimated to cost $25,000 or more - 2 CFR Parts 180 and 1200). 2 CFR 180.220 and 1200.220. a. By signing and submitting this proposal, the prospective lower tier participant is providing the certification set out below. b. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department, or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. c. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous by reason of changed circumstances. 2 CFR 180.365. d. The terms "covered transaction," "debarred," "suspended," "ineligible," "participant," "person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180, Subpart I, 180.900 – 180.1020, and 1200. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. “First Tier Covered Transactions” refers to any covered transaction between a recipient or subrecipient of Federal funds and a participant (such as the prime or general contract). “Lower Tier Covered Transactions” refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). “First Tier Participant” refers to the participant who has entered into a covered transaction with a recipient or subrecipient of Federal funds (such as the prime or general contractor). “Lower Tier Participant” refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers). e. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. 2 CFR 1200.220 and 1200.332. f. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transaction," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold. 2 CFR 180.220 and 1200.220. g. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the System for Award Management website (https://www.sam.gov/), which is compiled by the General Services Administration. 2 CFR 180.300, 180.320, 180.330, and 180.335. h. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. i. Except for transactions authorized under paragraph e of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. 2 CFR 180.325. * * * * * 4. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion--Lower Tier Participants: a. The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals: (1) is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency, 2 CFR 180.355; (2) is a corporation that has been convicted of a felony violation under any Federal law within the two-year period preceding this proposal (USDOT Order 4200.6 implementing appropriations act requirements); and (3) is a corporation with any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted, or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. (USDOT Order 4200.6 implementing appropriations act requirements) Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 AIRPORT TAXIWAY REHABILITATION CITY PROJECT NO. 21-27 FEBRUARY 2024 PART VI – AGREEMENT EXHIBIT “D” – FORM FHWA 1273 – PAGE 13 b. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant should 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 Part 20, App. A. 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. XII. USE OF UNITED STATES-FLAG VESSELS: This provision is applicable to all Federal-aid construction contracts, design-build contracts, subcontracts, lower-tier subcontracts, purchase orders, lease agreements, or any other covered transaction. 46 CFR Part 381. This requirement applies to material or equipment that is acquired for a specific Federal-aid highway project. 46 CFR 381.7. It is not applicable to goods or materials that come into inventories independent of an FHWA funded-contract. When oceanic shipments (or shipments across the Great Lakes) are necessary for materials or equipment acquired for a specific Federal-aid construction project, the bidder, proposer, contractor, subcontractor, or vendor agrees: 1. To utilize privately owned United States-flag commercial vessels to ship at least 50 percent of the gross tonnage (computed separately for dry bulk carriers, dry cargo liners, and tankers) involved, whenever shipping any equipment, material, or commodities pursuant to this contract, to the extent such vessels are available at fair and reasonable rates for United States-flag commercial vessels. 46 CFR 381.7. 2. To furnish within 20 days following the date of loading for shipments originating within the United States or within 30 working days following the date of loading for shipments originating outside the United States, a legible copy of a rated, ‘on-board’ commercial ocean bill-of-lading in English for each shipment of cargo described in paragraph (b)(1) of this section to both the Contracting Officer (through the prime contractor in the case of subcontractor bills-of- lading) and to the Office of Cargo and Commercial Sealift (MAR- 620), Maritime Administration, Washington, DC 20590. (MARAD requires copies of the ocean carrier's (master) bills of lading, certified onboard, dated, with rates and charges. These bills of lading may contain business sensitive information and therefore may be submitted directly to MARAD by the Ocean Transportation Intermediary on behalf of the contractor). 46 CFR 381.7. ATTACHMENT A - EMPLOYMENT AND MATERIALS PREFERENCE FOR APPALACHIAN DEVELOPMENT HIGHWAY SYSTEM OR APPALACHIAN LOCAL ACCESS ROAD CONTRACTS (23 CFR 633, Subpart B, Appendix B) This provision is applicable to all Federal-aid projects funded under the Appalachian Regional Development Act of 1965. 1. During the performance of this contract, the contractor undertaking to do work which is, or reasonably may be, done as on-site work, shall give preference to qualified persons who regularly reside in the labor area as designated by the DOL wherein the contract work is situated, or the subregion, or the Appalachian counties of the State wherein the contract work is situated, except: a. To the extent that qualified persons regularly residing in the area are not available. b. For the reasonable needs of the contractor to employ supervisory or specially experienced personnel necessary to assure an efficient execution of the contract work. c. For the obligation of the contractor to offer employment to present or former employees as the result of a lawful collective bargaining contract, provided that the number of nonresident persons employed under this subparagraph (1c) shall not exceed 20 percent of the total number of employees employed by the contractor on the contract work, except as provided in subparagraph (4) below. 2. The contractor shall place a job order with the State Employment Service indicating (a) the classifications of the laborers, mechanics and other employees required to perform the contract work, (b) the number of employees required in each classification, (c) the date on which the participant estimates such employees will be required, and (d) any other pertinent information required by the State Employment Service to complete the job order form. The job order may be placed with the State Employment Service in writing or by telephone. If during the course of the contract work, the information submitted by the contractor in the original job order is substantially modified, the participant shall promptly notify the State Employment Service. 3. The contractor shall give full consideration to all qualified job applicants referred to him by the State Employment Service. The contractor is not required to grant employment to any job applicants who, in his opinion, are not qualified to perform the classification of work required. 4. If, within one week following the placing of a job order by the contractor with the State Employment Service, the State Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 AIRPORT TAXIWAY REHABILITATION CITY PROJECT NO. 21-27 FEBRUARY 2024 PART VI – AGREEMENT EXHIBIT “D” – FORM FHWA 1273 – PAGE 14 Employment Service is unable to refer any qualified job applicants to the contractor, or less than the number requested, the State Employment Service will forward a certificate to the contractor indicating the unavailability of applicants. Such certificate shall be made a part of the contractor's permanent project records. Upon receipt of this certificate, the contractor may employ persons who do not normally reside in the labor area to fill positions covered by the certificate, notwithstanding the provisions of subparagraph (1c) above. 5. The provisions of 23 CFR 633.207(e) allow the contracting agency to provide a contractual preference for the use of mineral resource materials native to the Appalachian region. 6. The contractor shall include the provisions of Sections 1 through 4 of this Attachment A in every subcontract for work which is, or reasonably may be, done as on-site work. Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 AIRPORT TAXIWAY REHABILITATION CITY PROJECT NO. 21-27 FEBRUARY 2024 PART VI – AGREEMENT EXHIBIT “C” – FEMALE AND MINORITY GOALS – PAGE 15 FEMALE AND MINORITY GOALS To comply with Section II, "Nondiscrimination," of "Required Contract Provisions Federal-Aid Construction Contracts," the following are for female and minority utilization goals for Federal- aid construction contracts and subcontracts that exceed $10,000: The nationwide goal for female utilization is 6.9 percent. The goals for minority utilization (45 Fed Reg 65984 (10/3/1980)) are as follows: MINORITY UTILIZATION GOALS Economic Area Goal (Percent) 174 Redding CA: Non-SMSA (Standard Metropolitan Statistical Area) Counties: CA Lassen; CA Modoc; CA Plumas; CA Shasta; CA Siskiyou; CA Tehama 6.8 175 Eureka, CA Non-SMSA Counties: CA Del Norte; CA Humboldt; CA Trinity 6.6 San Francisco-Oakland-San Jose, CA: 28.9 25.6 19.6 14.9 9.1 17.1 23.2 SMSA Counties: 7120 Salinas-Seaside-Monterey, CA CA Monterey 7360 San Francisco-Oakland CA Alameda; CA Contra Costa; CA Marin; CA San Francisco; CA San Mateo 7400 San Jose, CA 176 CA Santa Clara, CA 7485 Santa Cruz, CA CA Santa Cruz 7500 Santa Rosa CA Sonoma 8720 Vallejo-Fairfield-Napa, CA CA Napa; CA Solano Non-SMSA Counties: CA Lake; CA Mendocino; CA San Benito Sacramento, CA: 177 SMSA Counties: 6920 Sacramento, CA CA Placer; CA Sacramento; CA Yolo Non-SMSA Counties 16.1 14.3 CA Butte; CA Colusa; CA El Dorado; CA Glenn; CA Nevada; CA Sierra; CA Sutter; CA Yuba Stockton-Modesto, CA: SMSA Counties: 5170 Modesto, CA 12.3 178 CA Stanislaus 8120 Stockton, CA 24.3 CA San Joaquin Non-SMSA Counties 19.8 CA Alpine; CA Amador; CA Calaveras; CA Mariposa; CA Merced; CA Tuolumne 179 Fresno-Bakersfield, CA SMSA Counties: 0680 Bakersfield, CA CA Kern 19.1 Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 AIRPORT TAXIWAY REHABILITATION CITY PROJECT NO. 21-27 FEBRUARY 2024 PART VI – AGREEMENT EXHIBIT “D” – TITLE VI ASSURANCES – PAGE 16 2840 Fresno, CA C A Fresno Non-SMSA Counties: CA Kings; CA Madera; CA Tulare 26.1 23.6 Los Angeles, CA: SMSA Counties: 11.9 0360 Anaheim-Santa Ana-Garden Grove, CA CA Orange 28.3 4480 Los Angeles-Long Beach, CA CA Los Angeles 21.5 180 6000 Oxnard-Simi Valley-Ventura, CA CA Ventura 19.0 6780 Riverside-San Bernardino-Ontario, CA CA Riverside; CA San Bernardino 19.7 7480 Santa Barbara-Santa Maria-Lompoc, CA CA Santa Barbara 24.6 Non-SMSA Counties CA Inyo; CA Mono; CA San Luis Obispo San Diego, CA: 181 SMSA Counties 7320 San Diego, CA 16.9 CA San Diego Non-SMSA Counties 18.2 CA Imperial For the last full week of July during which work is performed under the contract, the prime contractor and each non material-supplier subcontractor with a subcontract of $10,000 or more must complete Form FHWA PR-1391 (Appendix C to 23 CFR 230). Submit the forms by August 4. Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 AIRPORT TAXIWAY REHABILITATION CITY PROJECT NO. 21-27 FEBRUARY 2024 PART VI – AGREEMENT EXHIBIT “D” – TITLE VI ASSURANCES – PAGE 17 TITLE VI ASSURANCES APPENDIX A During the performance of this Agreement, the contractor, for itself, its assignees and successors in interest (hereinafter collectively referred to as CONTRACTOR) agrees as follows: a. Compliance with Regulations: CONTRACTOR shall comply with the regulations relative to nondiscrimination in federally assisted programs of the Department of Transportation, Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as the REGULATIONS), which are herein incorporated by reference and made a part of this agreement. b. Nondiscrimination: CONTRACTOR, with regard to the work performed by it during the AGREEMENT, shall not discriminate on the grounds of race, color, sex, national origin, religion, age, or disability in the selection and retention of sub-applicants, including procurements of materials and leases of equipment. CONTRACTOR shall not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the Regulations, including employment practices when the agreement covers a program set forth in Appendix B of the Regulations. c. Solicitations for Sub-agreements, Including Procurements of Materials and Equipment: In all solicitations either by competitive bidding or negotiation made by CONTRACTOR for work to be performed under a Sub- agreement, including procurements of materials or leases of equipment, each potential sub-applicant or supplier shall be notified by CONTRACTOR of the CONTRACTOR’S obligations under this Agreement and the Regulations relative to nondiscrimination on the grounds of race, color, or national origin. d. Information and Reports: CONTRACTOR shall provide all information and reports required by the Regulations, or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the recipient or FHWA to be pertinent to ascertain compliance with such Regulations or directives. Where any information required of CONTRACTOR is in the exclusive possession of another who fails or refuses to furnish this information, CONTRACTOR shall so certify to the recipient or FHWA as appropriate, and shall set forth what efforts CONTRACTOR has made to obtain the information. e. Sanctions for Noncompliance: In the event of CONTRACTOR’s noncompliance with the nondiscrimination provisions of this agreement, the recipient shall impose such agreement sanctions as it or the FHWA may determine to be appropriate, including, but not limited to: i. withholding of payments to CONTRACTOR under the Agreement within a reasonable period of time, not to exceed 90 days; and/or ii. cancellation, termination or suspension of the Agreement, in whole or in part. f. Incorporation of Provisions: CONTRACTOR shall include the provisions of paragraphs (1) through (6) in every sub-agreement, including procurements of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto. CONTRACTOR shall take such action with respect to any sub-agreement or procurement as the recipient or FHWA may direct as a means of enforcing such provisions including sanctions Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 AIRPORT TAXIWAY REHABILITATION CITY PROJECT NO. 21-27 FEBRUARY 2024 PART VI – AGREEMENT EXHIBIT “D” – TITLE VI ASSURANCES – PAGE 18 for noncompliance, provided, however, that, in the event CONTRACTOR becomes involved in, or is threatened with, litigation with a sub- applicant or supplier as a result of such direction, CONTRACTOR may request the recipient enter into such litigation to protect the interests of the State, and, in addition, CONTRACTOR may request the United States to enter into such litigation to protect the interests of the United States. APPENDIX E During the performance of this contract, the contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the “contractor”) agrees to comply with the following non- discrimination statutes and authorities, including, but not limited to: Pertinent Non-Discrimination Authorities: • Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), prohibits discrimination on the basis of race, color, national origin); and 49 CFR Part 21. • The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C. § 4601), (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal-aid programs and projects); • Federal-Aid Highway Act of 1973, (23 U.S.C. § 324 et seq.), prohibits discrimination on the basis of sex; • Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.), as amended, (prohibits discrimination on the basis of disability); and 49 CR Part 27; • The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), prohibits discrimination on the basis of age); • Airport and Airway Improvement Act of 1982, (49 U.S.C. § 471, Section 47123), as amended, (prohibits discrimination based on race, creed, color, national origin, or sex); • The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms “programs or activities” to include all of the programs or activities of the Federal-aid recipients, sub-recipients and contractors, whether such programs or activities are Federally funded or not); • Titles II and III of the Americans with Disabilities Act, which prohibit discrimination of the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities (42 U.S.C. §§ 12131 – 12189) as implemented by Department of Transportation regulations 49 C.F.R. parts 37 and 38; • The Federal Aviation Administration’s Non-discrimination statute (49 U.S.C. § 47123) (prohibits discrimination on the basis of race, color, national origin, and sex); • Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low- Income Populations, which ensures discrimination against minority populations by discouraging programs, policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations; • Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 AIRPORT TAXIWAY REHABILITATION CITY PROJECT NO. 21-27 FEBRUARY 2024 PART VI – AGREEMENT EXHIBIT “D” – TITLE VI ASSURANCES – PAGE 19 discrimination because of limited English proficiency (LEP). To ensure compliance with Title VI, you must take reasonable steps to ensure that LEP persons have meaningful access to your programs (70 Fed. Reg. at 74087 to 74100); • Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating because of sex in education programs or activities (20 U.S.C. 1681 et seq). Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 AIRPORT TAXIWAY REHABILITATION CITY PROJECT NO. 21-27 FEBRUARY 2024 PART VI – AGREEMENT EXHIBIT “D” – UNITED STATES FLAG VESSELS – PAGE 20 USE OF UNITED STATES-FLAG VESSELS This provision is applicable to all Federal-aid construction contracts, design-build contracts, subcontracts, lower-tier subcontracts, purchase orders, lease agreements, or any other covered transaction. 46 CFR Part 381. This requirement applies to material or equipment that is acquired for a specific Federal-aid highway project. 46 CFR 381.7. It is not applicable to goods or materials that come into inventories independent of an FHWA funded-contract. The Contractor agrees: 1. To utilize privately owned United States-flag commercial vessels to ship at least 50 percent of the gross tonnage (computed separately for dry bulk carriers, dry cargo liners, and tankers) involved, whenever shipping any equipment, material, or commodities pursuant to this contract, to the extent such vessels are available at fair and reasonable rates for United States-flag commercial vessels. 46 CFR 381.7. 2. To furnish within 20 days following the date of loading for shipments originating within the United States or within 30 working days following the date of loading for shipments originating outside the United States, a legible copy of a rated, ‘on-board’ commercial ocean bill-of- lading in English for each shipment of cargo described in paragraph (b)(1) of this section to both the Contracting Officer (through the prime contractor in the case of subcontractor bills- of-lading) and to the Office of Cargo and Commercial Sealift (MAR-620), Maritime Administration, Washington, DC 20590. (MARAD requires copies of the ocean carrier's (master) bills of lading, certified onboard, dated, with rates and charges. These bills of lading may contain business sensitive information and therefore may be submitted directly to MARAD by the Ocean Transportation Intermediary on behalf of the contractor). 46 CFR 381.7. 3. To insert the substance of the provisions of this clause in all subcontracts issued pursuant to this contract. Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 AIRPORT TAXIWAY REHABILITATION CITY PROJECT NO. 21-27 PART VI – AGREEMENT EXHIBIT “D” – DAVIS BACON WAGE DETERMINATION – PAGE 21 FEBRUARY 2024 DAVIS BACON WAGE DETERMINATION CA20230025 "General Decision Number: CA20230025 11/03/2023 Superseded  General Decision Number: CA20220025  State: California    Construction Types: Building, Heavy (Heavy and Dredging) and  Highway      County: Riverside County in California.    BUILDING CONSTRUCTION PROJECTS; DREDGING PROJECTS (does not  include hopper dredge work); HEAVY CONSTRUCTION PROJECTS  (does not include water well drilling); HIGHWAY CONSTRUCTION  PROJECTS    Note: Contracts subject to the Davis‐Bacon Act are generally  required to pay at least the applicable minimum wage rate  required under Executive Order 14026 or Executive Order 13658.  Please note that these Executive Orders apply to covered  contracts entered into by the federal government that are  subject to the Davis‐Bacon Act itself, but do not apply to  contracts subject only to the Davis‐Bacon Related Acts,  including those set forth at 29 CFR 5.1(a)(2)‐(60).    |If the contract is entered |. Executive Order 14026 |  |into on or after January 30, | generally applies to the |  |2022, or the contract is | contract. |  |renewed or extended (e.g., an |. The contractor must pay |  |option is exercised) on or | all covered workers at |  |after January 30, 2022: | least $16.20 per hour (or |  | | the applicable wage rate |  | | listed on this wage |  | | determination, if it is |  | | higher) for all hours |  | | spent performing on the |  | | contract in 2023. |  | | |  |If the contract was awarded on |. Executive Order 13658 |  |or between January 1, 2015 and | generally applies to the |  |January 29, 2022, and the | contract. |  |contract is not renewed or |. The contractor must pay all|  |extended on or after January | covered workers at least |  |30, 2022: | $12.15 per hour (or the |  | | applicable wage rate listed|  | | on this wage determination,|  | | if it is higher) for all |  | | hours spent performing on |  | | that contract in 2023. |  | | |    The applicable Executive Order minimum wage rate will be  adjusted annually. If this contract is covered by one of the  Executive Orders and a classification considered necessary for  performance of work on the contract does not appear on this  wage determination, the contractor must still submit a  conformance request.    Additional information on contractor requirements and worker  protections under the Executive Orders is available at  http://www.dol.gov/whd/govcontracts.    Modification Number Publication Date  0 01/06/2023  1 01/13/2023  2 01/20/2023  3 02/10/2023  4 04/07/2023  Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 AIRPORT TAXIWAY REHABILITATION CITY PROJECT NO. 21-27 PART VI – AGREEMENT EXHIBIT “D” – DAVIS BACON WAGE DETERMINATION – PAGE 22 FEBRUARY 2024 5 06/30/2023  6 07/14/2023  7 08/11/2023  8 08/18/2023  9 09/08/2023  10 10/06/2023  11 11/03/2023    ASBE0005‐002 07/04/2022    Rates Fringes    Asbestos Workers/Insulator  (Includes the application of  all insulating materials,  protective coverings,  coatings, and finishes to all  types of mechanical systems) .... $ 49.58 25.27  Fire Stop Technician  (Application of Firestopping  Materials for wall openings  and penetrations in walls,  floors, ceilings and curtain  walls)...........................$ 32.09 19.66  ASBE0005‐004 07/04/2022    Rates Fringes    Asbestos Removal  worker/hazardous material  handler (Includes  preparation, wetting,  stripping, removal,  scrapping, vacuuming,  bagging and disposing of all  insulation materials from  mechanical systems, whether  they contain asbestos or not)....$ 23.52 13.37  * BOIL0092‐003 01/01/2023  Rates Fringes  BOILERMAKER......................$ 49.05 41.79  * BRCA0004‐011 05/01/2020  Rates Fringes  BRICKLAYER; MARBLE SETTER........$ 41.48 18.63    *The wage scale for prevailing wage projects performed in  Blythe, China lake, Death Valley, Fort Irwin, Twenty‐Nine  Palms, Needles and 1‐15 corridor (Barstow to the Nevada  State Line) will be Three Dollars ($3.00) above the  standard San Bernardino/Riverside County hourly wage rate    BRCA0018‐004 06/01/2022    Rates Fringes    MARBLE FINISHER. .................. $ 37.87 14.13 TILE FINISHER. .................... $ 32.44 12.54 TILE LAYER. ....................... $ 45.05 18.33 BRCA0018‐010 09/01/2022    Rates Fringes  TERRAZZO FINISHER................$ 38.37 14.13  TERRAZZO WORKER/SETTER...........$ 46.49 14.66    Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 AIRPORT TAXIWAY REHABILITATION CITY PROJECT NO. 21-27 PART VI – AGREEMENT EXHIBIT “D” – DAVIS BACON WAGE DETERMINATION – PAGE 23 FEBRUARY 2024 CARP0213‐001 07/01/2021    Rates Fringes    CARPENTER  (1) Carpenter, Cabinet  Installer, Insulation  Installer, Hardwood  Floor Worker and  acoustical  installer...................$ 51.60 16.28  (2) Millwright..............$ 52.10 16.48  (3) Piledrivermen/Derr  ick Bargeman, Bridge  or Dock Carpenter,  Heavy Framer, Rock  Bargeman or Scowman,  Rockslinger, Shingler  (Commercial)................$ 51.73 16.28  (4) Pneumatic Nailer,  Power Stapler...............$ 51.85 16.28  (5) Sawfiler...............$ 51.69 16.28  (6) Scaffold Builder.......$ 42.80 16.28  (7) Table Power Saw  Operator....................$ 51.70 16.28  FOOTNOTE: Work of forming in the construction of open cut  sewers or storm drains, on operations in which horizontal  lagging is used in conjunction with steel H‐Beams driven or  placed in pre‐ drilled holes, for that portion of a lagged  trench against which concrete is poured, namely, as a  substitute for back forms (which work is performed by  piledrivers): $0.13 per hour additional.  CARP0213‐002 07/01/2021  Rates Fringes  DiverWet.....................$ 834.40 16.28  Amounts in ""Rates' column are per day  CARP0213‐004 07/01/2021  Rates Fringes  Drywall  DRYWALL INSTALLER/LATHER....$ 51.60 16.28  STOCKER/SCRAPPER............$ 22.16 8.62  CARP0721‐001 07/01/2021  Rates Fringes  Modular Furniture Installer......$ 21.85 7.15    ELEC0440‐001 12/26/2022    Rates Fringes    ELECTRICIAN  INSIDE ELECTRICIAN. .......... $ 52.51  INTELLIGENT TRANSPORTATION  SYSTEMS  3%+25.41  Electrician................$ 36.99 3%+23.18  Technician.................$ 27.75 3%+23.18    ZONE PAY: Zone A: Free travel zone for all contractors  performing work in Zone A.  Zone B:Any work performed in Zone (B) shall add $12.00 per  (1) Standby. ............... $ 445.84 16.28  (2) Tender ................. $ 437.84 16.28  (3) Assistant Tender ....... $ 413.84 16.28  Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 AIRPORT TAXIWAY REHABILITATION CITY PROJECT NO. 21-27 PART VI – AGREEMENT EXHIBIT “D” – DAVIS BACON WAGE DETERMINATION – PAGE 24 FEBRUARY 2024 hour to the current wage scale. Zone (B) shall be the area  from the eastern perimeter of Zone (A) to a line which runs  north and south begininng at Little Morongo Canyon (San  Bernardino/Riverside County Line), Southeast along the  Coachella Tunnels, Colorado River Aqueduct and Mecca  Tunnels to Pinkham Wash then South to Box Canyon Road, then  southwest along Box Canyon Road to Highway 195 west onto  195 south to Highway 86 to Riverside/Imperial County Line.    ELEC1245‐001 06/01/2022    Rates      Fringes  LINE CONSTRUCTION  (1) Lineman; Cable splicer..$ 64.40 22.58  (2) Equipment specialist  (operates crawler  tractors, commercial motor  vehicles, backhoes,  trenchers, cranes (50 tons  and below), overhead &  underground distribution  line equipment). ............ $ 50.00 21.30  (3) Groundman ............... $ 38.23 20.89  (4) Powderman ............... $ 51.87 18.79  HOLIDAYS: New Year's Day, M.L. King Day, Memorial Day,  Independence Day, Labor Day, Veterans Day, Thanksgiving Day  and day after Thanksgiving, Christmas Day    ELEV0018‐001 01/01/2023    Rates    Fringes  ELEVATOR MECHANIC................$ 63.95 37.335+a+b  FOOTNOTE:  a. PAID VACATION: Employer contributes 8% of regular  hourly rate as vacation pay credit for employees with  more than 5 years of service, and 6% for 6 months to 5  years of service.    b. PAID HOLIDAYS: New Year's Day, Memorial Day,  Independence Day, Labor Day, Veterans' Day, Thanksgiving  Day, Friday after Thanksgiving, and Christmas Day.    ENGI0012‐003 07/01/2022     Rates      Fringes  OPERATOR: Power Equipment  (All Other Work)  GROUP 1. ........................ $      51.90      30.70  GROUP 2. ........................ $ 52.68 30.70  GROUP 3. ........................ $ 52.97 30.70  GROUP 4. ........................ $ 54.46 30.70  GROUP 5. ........................ $ 48.96 25.25  GROUP 6. ........................ $ 54.68 30.70  GROUP 8. ........................ $ 54.79 30.70  GROUP 9. ........................ $ 49.29 25.25  GROUP 10. ........................ $ 54.91 30.70  GROUP 11. ........................ $ 49.41 25.25  GROUP 12. ........................ $ 55.08 30.70  GROUP 13. ........................ $ 55.18 30.70  GROUP 14. ........................ $ 55.21 30.70  GROUP 15. ........................ $ 55.29 30.70  GROUP 16. ........................ $ 55.41 30.70  GROUP 17. ........................ $ 55.58 30.70  GROUP 18. ........................ $ 55.68 30.70  Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 AIRPORT TAXIWAY REHABILITATION CITY PROJECT NO. 21-27 PART VI – AGREEMENT EXHIBIT “D” – DAVIS BACON WAGE DETERMINATION – PAGE 25 FEBRUARY 2024 GROUP 19. ........................ $ 55.79 30.70  GROUP 20. ........................ $ 55.91 30.70  GROUP 21. ........................ $ 56.08 30.70  GROUP 22. ........................ $ 56.18 30.70  GROUP 23. ........................ $ 56.29 30.70  GROUP 24. ........................ $ 56.41 30.70  GROUP 25. ........................ $  OPERATOR: Power Equipment  (Cranes, Piledriving &  Hoisting)  56.58 30.70  GROUP 1 .................... $53.25 30.70  GROUP 2 .................... $54.03 30.70  GROUP 3 .................... $54.32 30.70  GROUP 4 .................... $54.46 30.70  GROUP 5 .................... $54.68 30.70  GROUP 6 .................... $54.79 30.70  GROUP 7 .................... $54.91 30.70  GROUP 8 .................... $55.08 30.70  GROUP 9 .................... $55.25 30.70  GROUP 10. ................... $56.25 30.70  GROUP 11. ................... $57.25 30.70  GROUP 12. ................... $58.25 30.70  GROUP 13. ........................ $  OPERATOR: Power Equipment  (Tunnel Work)  GROUP 1. ........................ $  59.25  54.53  30.70  30.70  GROUP 2 .................... $54.82 30.70  GROUP 3 .................... $54.96 30.70  GROUP 4 .................... $55.18 30.70  GROUP 5 .................... $55.29 30.70  GROUP 6 .................... $55.41 30.70  GROUP 7 .................... $55.71 30.70  PREMIUM PAY:  $3.75 per hour shall be paid on all Power Equipment Operator  work on the followng Military Bases: China Lake Naval  Reserve, Vandenberg AFB, Point Arguello, Seely Naval Base,  Fort Irwin, Nebo Annex Marine Base, Marine Corp Logistics  Base Yermo, Edwards AFB, 29 Palms Marine Base and Camp  Pendleton  Workers required to suit up and work in a hazardous material  environment: $2.00 per hour additional. Combination mixer  and compressor operator on gunite work shall be classified  as a concrete mobile mixer operator.  SEE ZONE DEFINITIONS AFTER CLASSIFICATIONS  POWER EQUIPMENT OPERATORS CLASSIFICATIONS  GROUP 1: Bargeman; Brakeman; Compressor operator; Ditch  Witch, with seat or similar type equipment; Elevator  operator‐inside; Engineer Oiler; Forklift operator  (includes loed, lull or similar types under 5 tons;  Generator operator; Generator, pump or compressor plant  operator; Pump operator; Signalman; Switchman  GROUP 2: Asphalt‐rubber plant operator (nurse tank operator);  Concrete mixer operator‐skip type; Conveyor operator;  Fireman; Forklift operator (includes loed, lull or similar  types over 5 tons; Hydrostatic pump operator; oiler crusher  (asphalt or concrete plant); Petromat laydown machine; PJU  side dum jack; Screening and conveyor machine operator (or  similar types); Skiploader (wheel type up to 3/4 yd.  without attachment); Tar pot fireman; Temporary heating  plant operator; Trenching machine oiler  GROUP 3: Asphalt‐rubber blend operator; Bobcat or similar  type (Skid steer); Equipment greaser (rack); Ford Ferguson  (with dragtype attachments); Helicopter radioman (ground);  Stationary pipe wrapping and cleaning machine operator  GROUP 4: Asphalt plant fireman; Backhoe operator (mini‐max or  similar type); Boring machine operator; Boxman or mixerman  Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 AIRPORT TAXIWAY REHABILITATION CITY PROJECT NO. 21-27 PART VI – AGREEMENT EXHIBIT “D” – DAVIS BACON WAGE DETERMINATION – PAGE 26 FEBRUARY 2024 (asphalt or concrete); Chip spreading machine operator;  Concrete cleaning decontamination machine operator;  Concrete Pump Operator (small portable); Drilling machine  operator, small auger types (Texoma super economatic or  similar types ‐ Hughes 100 or 200 or similar types ‐  drilling depth of 30' maximum); Equipment greaser (grease  truck); Guard rail post driver operator; Highline cableway  signalman; Hydra‐hammer‐aero stomper; Micro Tunneling  (above ground tunnel); Power concrete curing machine  operator; Power concrete saw operator; Power‐driven jumbo  form setter operator; Power sweeper operator; Rock Wheel  Saw/Trencher; Roller operator (compacting); Screed operator  (asphalt or concrete); Trenching machine operator (up to 6  ft.); Vacuum or much truck    GROUP 5: Equipment Greaser (Grease Truck/Multi Shift).    GROUP 6: Articulating material hauler; Asphalt plant  engineer; Batch plant operator; Bit sharpener; Concrete  joint machine operator (canal and similar type); Concrete  planer operator; Dandy digger; Deck engine operator;  Derrickman (oilfield type); Drilling machine operator,  bucket or auger types (Calweld 100 bucket or similar types  ‐ Watson 1000 auger or similar types ‐ Texoma 330, 500 or  600 auger or similar types ‐ drilling depth of 45'  maximum); Drilling machine operator; Hydrographic seeder  machine operator (straw, pulp or seed), Jackson track  maintainer, or similar type; Kalamazoo Switch tamper, or  similar type; Machine tool operator; Maginnis internal full  slab vibrator, Mechanical berm, curb or gutter(concrete or  asphalt); Mechanical finisher operator (concrete,  Clary‐Johnson‐Bidwell or similar); Micro tunnel system  (below ground); Pavement breaker operator (truck mounted);  Road oil mixing machine operator; Roller operator (asphalt  or finish), rubber‐tired earth moving equipment (single  engine, up to and including 25 yds. struck); Self‐propelled  tar pipelining machine operator; Skiploader operator  (crawler and wheel type, over 3/4 yd. and up to and  including 1‐1/2 yds.); Slip form pump operator (power  driven hydraulic lifting device for concrete forms);  Tractor operator‐bulldozer, tamper‐scraper (single engine,  up to 100 h.p. flywheel and similar types, up to and  including D‐5 and similar types); Tugger hoist operator (1  drum); Ultra high pressure waterjet cutting tool system  operator; Vacuum blasting machine operator  GROUP 8: Asphalt or concrete spreading operator (tamping or  finishing); Asphalt paving machine operator (Barber Greene  or similar type); Asphalt‐rubber distribution operator;  Backhoe operator (up to and including 3/4 yd.), small ford,  Case or similar; Cast‐in‐place pipe laying machine  operator; Combination mixer and compressor operator (gunite  work); Compactor operator (self‐propelled); Concrete mixer  operator (paving); Crushing plant operator; Drill Doctor;  Drilling machine operator, Bucket or auger types (Calweld  150 bucket or similar types ‐ Watson 1500, 2000 2500 auger  or similar types ‐ Texoma 700, 800 auger or similar types ‐  drilling depth of 60' maximum); Elevating grader operator;  Grade checker; Gradall operator; Grouting machine operator;  Heavy‐duty repairman; Heavy equipment robotics operator;  Kalamazoo balliste regulator or similar type; Kolman belt  loader and similar type; Le Tourneau blob compactor or  similar type; Loader operator (Athey, Euclid, Sierra and  similar types); Mobark Chipper or similar; Ozzie padder or  similar types; P.C. slot saw; Pneumatic concrete placing  machine operator (Hackley‐Presswell or similar type);  Pumpcrete gun operator; Rock Drill or similar types; Rotary  drill operator (excluding caisson type); Rubber‐tired  earth‐moving equipment operator (single engine,  caterpillar, Euclid, Athey Wagon and similar types with any  and all attachments over 25 yds. up to and including 50 cu.  yds. struck); Rubber‐tired earth‐moving equipment operator  (multiple engine up to and including 25 yds. struck);  Rubber‐tired scraper operator (self‐loading paddle wheel  Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 AIRPORT TAXIWAY REHABILITATION CITY PROJECT NO. 21-27 PART VI – AGREEMENT EXHIBIT “D” – DAVIS BACON WAGE DETERMINATION – PAGE 27 FEBRUARY 2024 type‐John Deere, 1040 and similar single unit); Self‐  propelled curb and gutter machine operator; Shuttle buggy;  Skiploader operator (crawler and wheel type over 1‐1/2 yds.  up to and including 6‐1/2 yds.); Soil remediation plant  operator; Surface heaters and planer operator; Tractor  compressor drill combination operator; Tractor operator  (any type larger than D‐5 ‐ 100 flywheel h.p. and over, or  similar‐bulldozer, tamper, scraper and push tractor single  engine); Tractor operator (boom attachments), Traveling  pipe wrapping, cleaning and bendng machine operator;  Trenching machine operator (over 6 ft. depth capacity,  manufacturer's rating); trenching Machine with Road Miner  attachment (over 6 ft depth capacity): Ultra high pressure  waterjet cutting tool system mechanic; Water pull  (compaction) operator    GROUP 9: Heavy Duty Repairman    GROUP 10: Drilling machine operator, Bucket or auger types  (Calweld 200 B bucket or similar types‐Watson 3000 or 5000  auger or similar types‐Texoma 900 auger or similar  types‐drilling depth of 105' maximum); Dual drum mixer,  dynamic compactor LDC350 (or similar types); Monorail  locomotive operator (diesel, gas or electric); Motor  patrol‐blade operator (single engine); Multiple engine  tractor operator (Euclid and similar type‐except Quad 9  cat.); Rubber‐tired earth‐moving equipment operator (single  engine, over 50 yds. struck); Pneumatic pipe ramming tool  and similar types; Prestressed wrapping machine operator;  Rubber‐tired earth‐moving equipment operator (single  engine, over 50 yds. struck); Rubber tired earth moving  equipment operator (multiple engine, Euclid, caterpillar  and similar over 25 yds. and up to 50 yds. struck), Tower  crane repairman; Tractor loader operator (crawler and wheel  type over 6‐1/2 yds.); Woods mixer operator (and similar  Pugmill equipment)    GROUP 11: Heavy Duty Repairman ‐ Welder Combination, Welder ‐  Certified.    GROUP 12: Auto grader operator; Automatic slip form operator;  Drilling machine operator, bucket or auger types (Calweld,  auger 200 CA or similar types ‐ Watson, auger 6000 or  similar types ‐ Hughes Super Duty, auger 200 or similar  types ‐ drilling depth of 175' maximum); Hoe ram or similar  with compressor; Mass excavator operator less tha 750 cu.  yards; Mechanical finishing machine operator; Mobile form  traveler operator; Motor patrol operator (multi‐engine);  Pipe mobile machine operator; Rubber‐tired earth‐ moving  equipment operator (multiple engine, Euclid, Caterpillarand  similar type, over 50 cu. yds. struck); Rubber‐tired self‐  loading scraper operator (paddle‐wheel‐auger type self‐  loading ‐ two (2) or more units)    GROUP 13: Rubber‐tired earth‐moving equipment operator  operating equipment with push‐pull system (single engine,  up to and including 25 yds. struck)    GROUP 14: Canal liner operator; Canal trimmer operator;  Remote‐ control earth‐moving equipment operator (operating  a second piece of equipment: $1.00 per hour additional);  Wheel excavator operator (over 750 cu. yds.)    GROUP 15: Rubber‐tired earth‐moving equipment operator,  operating equipment with push‐pull system (single engine,  Caterpillar, Euclid, Athey Wagon and similar types with any  and all attachments over 25 yds. and up to and including 50  yds. struck); Rubber‐tired earth‐moving equipment operator,  operating equipment with push‐pull system (multiple  engine‐up to and including 25 yds. struck)    GROUP 16: Rubber‐tired earth‐moving equipment operator,  operating equipment with push‐pull system (single engine,  over 50 yds. struck); Rubber‐tired earth‐moving equipment  Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 AIRPORT TAXIWAY REHABILITATION CITY PROJECT NO. 21-27 PART VI – AGREEMENT EXHIBIT “D” – DAVIS BACON WAGE DETERMINATION – PAGE 28 FEBRUARY 2024 operator, operating equipment with push‐pull system  (multiple engine, Euclid, Caterpillar and similar, over 25  yds. and up to 50 yds. struck)    GROUP 17: Rubber‐tired earth‐moving equipment operator,  operating equipment with push‐pull system (multiple engine,  Euclid, Caterpillar and similar, over 50 cu. yds. struck);  Tandem tractor operator (operating crawler type tractors in  tandem ‐ Quad 9 and similar type)    GROUP 18: Rubber‐tired earth‐moving equipment operator,  operating in tandem (scrapers, belly dumps and similar  types in any combination, excluding compaction units ‐  single engine, up to and including 25 yds. struck)    GROUP 19: Rotex concrete belt operator (or similar types);  Rubber‐tired earth‐moving equipment operator, operating in  tandem (scrapers, belly dumps and similar types in any  combination, excluding compaction units ‐ single engine,  Caterpillar, Euclid, Athey Wagon and similar types with any  and all attachments over 25 yds.and up to and including 50  cu. yds. struck); Rubber‐tired earth‐moving equipment  operator, operating in tandem (scrapers, belly dumps and  similar types in any combination, excluding compaction  units ‐ multiple engine, up to and including 25 yds. struck)    GROUP 20: Rubber‐tired earth‐moving equipment operator,  operating in tandem (scrapers, belly dumps and similar  types in any combination, excluding compaction units ‐  single engine, over 50 yds. struck); Rubber‐tired  earth‐moving equipment operator, operating in tandem  (scrapers, belly dumps, and similar types in any  combination, excluding compaction units ‐ multiple engine,  Euclid, Caterpillar and similar, over 25 yds. and up to 50  yds. struck)    GROUP 21: Rubber‐tired earth‐moving equipment operator,  operating in tandem (scrapers, belly dumps and similar  types in any combination, excluding compaction units ‐  multiple engine, Euclid, Caterpillar and similar type, over  50 cu. yds. struck)    GROUP 22: Rubber‐tired earth‐moving equipment operator,  operating equipment with the tandem push‐pull system  (single engine, up to and including 25 yds. struck)    GROUP 23: Rubber‐tired earth‐moving equipment operator,  operating equipment with the tandem push‐pull system  (single engine, Caterpillar, Euclid, Athey Wagon and  similar types with any and all attachments over 25 yds. and  up to and including 50 yds. struck); Rubber‐tired  earth‐moving equipment operator, operating with the tandem  push‐pull system (multiple engine, up to and including 25  yds. struck)    GROUP 24: Rubber‐tired earth‐moving equipment operator,  operating equipment with the tandem push‐pull system(single  engine, over 50 yds. struck); Rubber‐tired  earth‐moving equipment operator, operating equipment with  the tandem push‐pull system (multiple engine, Euclid,  Caterpillar and similar, over 25 yds. and up to 50 yds.  struck)    GROUP 25: Concrete pump operator‐truck mounted; Rubber‐tired  earth‐moving equipment operator, operating equipment with  the tandem push‐pull system (multiple engine, Euclid,  Caterpillar and similar type, over 50 cu. yds. struck)    CRANES, PILEDRIVING AND HOISTING EQUIPMENT CLASSIFICATIONS    GROUP 1: Engineer oiler; Fork lift operator (includes loed,  lull   or similar types)    GROUP 2: Truck crane oiler  Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 AIRPORT TAXIWAY REHABILITATION CITY PROJECT NO. 21-27 PART VI – AGREEMENT EXHIBIT “D” – DAVIS BACON WAGE DETERMINATION – PAGE 29 FEBRUARY 2024 GROUP 3: A‐frame or winch truck operator; Ross carrier  operator (jobsite)    GROUP 4: Bridge‐type unloader and turntable operator;  Helicopter hoist operator    GROUP 5: Hydraulic boom truck; Stinger crane (Austin‐Western  or similar type); Tugger hoist operator (1 drum)    GROUP 6: Bridge crane operator; Cretor crane operator; Hoist  operator (Chicago boom and similar type); Lift mobile  operator; Lift slab machine operator (Vagtborg and similar  types); Material hoist and/or manlift operator; Polar  gantry crane operator; Self Climbing scaffold (or similar  type); Shovel, backhoe, dragline, clamshell operator (over  3/4 yd. and up to 5 cu. yds. mrc); Tugger hoist operator    GROUP 7: Pedestal crane operator; Shovel, backhoe, dragline,  clamshell operator (over 5 cu. yds. mrc); Tower crane  repair; Tugger hoist operator (3 drum)    GROUP 8: Crane operator (up to and including 25 ton  capacity); Crawler transporter operator; Derrick barge  operator (up to and including 25 ton capacity); Hoist  operator, stiff legs, Guy derrick or similar type (up to  and including 25 ton capacity); Shovel, backhoe, dragline,  clamshell operator (over 7 cu. yds., M.R.C.)    GROUP 9: Crane operator (over 25 tons and up to and including  50 tons mrc); Derrick barge operator (over 25 tons up to  and including 50 tons mrc); Highline cableway operator;  Hoist operator, stiff legs, Guy derrick or similar type  (over 25 tons up to and including 50 tons mrc); K‐crane  operator; Polar crane operator; Self erecting tower crane  operator maximum lifting capacity ten tons    GROUP 10: Crane operator (over 50 tons and up to and  including 100 tons mrc); Derrick barge operator (over 50  tons up to and including 100 tons mrc); Hoist operator,  stiff legs, Guy derrick or similar type (over 50 tons up to  and including 100 tons mrc), Mobile tower crane operator  (over 50 tons, up to and including 100 tons M.R.C.); Tower  crane operator and tower gantry    GROUP 11: Crane operator (over 100 tons and up to and  including 200 tons mrc); Derrick barge operator (over 100  tons up to and including 200 tons mrc); Hoist operator,  stiff legs, Guy derrick or similar type (over 100 tons up  to and including 200 tons mrc); Mobile tower crane operator  (over 100 tons up to and including 200 tons mrc)    GROUP 12: Crane operator (over 200 tons up to and including  300 tons mrc); Derrick barge operator (over 200 tons up to  and including 300 tons mrc); Hoist operator, stiff legs,  Guy derrick or similar type (over 200 tons, up to and  including 300 tons mrc); Mobile tower crane operator (over  200 tons, up to and including 300 tons mrc)    GROUP 13: Crane operator (over 300 tons); Derrick barge  operator (over 300 tons); Helicopter pilot; Hoist operator,  stiff legs, Guy derrick or similar type (over 300 tons);  Mobile tower crane operator (over 300 tons)    TUNNEL CLASSIFICATIONS    GROUP 1: Skiploader (wheel type up to 3/4 yd. without  attachment)    GROUP 2: Power‐driven jumbo form setter operator    GROUP 3: Dinkey locomotive or motorperson (up to and  including 10 tons)  Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 AIRPORT TAXIWAY REHABILITATION CITY PROJECT NO. 21-27 PART VI – AGREEMENT EXHIBIT “D” – DAVIS BACON WAGE DETERMINATION – PAGE 30 FEBRUARY 2024 GROUP 4: Bit sharpener; Equipment greaser (grease truck);  Slip form pump operator (power‐driven hydraulic lifting  device for concrete forms); Tugger hoist operator (1 drum);  Tunnel locomotive operator (over 10 and up to and including  30 tons)    GROUP 5: Backhoe operator (up to and including 3/4 yd.);  Small Ford, Case or similar; Drill doctor; Grouting machine  operator; Heading shield operator; Heavy‐duty repairperson;  Loader operator (Athey, Euclid, Sierra and similar types);  Mucking machine operator (1/4 yd., rubber‐tired, rail or  track type); Pneumatic concrete placing machine operator  (Hackley‐Presswell or similar type); Pneumatic heading  shield (tunnel); Pumpcrete gun operator; Tractor compressor  drill combination operator; Tugger hoist operator (2 drum);  Tunnel locomotive operator (over 30 tons)    GROUP 6: Heavy Duty Repairman    GROUP 7: Tunnel mole boring machine operator  ENGINEERS ZONES  $1.00 additional per hour for all of IMPERIAL County and the  portions of KERN, RIVERSIDE & SAN BERNARDINO Counties as  defined below:    That area within the following Boundary: Begin in San  Bernardino County, approximately 3 miles NE of the  intersection of I‐15 and the California State line at that  point which is the NW corner of Section 1, T17N,m R14E, San  Bernardino Meridian. Continue W in a straight line to that  point which is the SW corner of the northwest quarter of  Section 6, T27S, R42E, Mt. Diablo Meridian. Continue North to  the intersection with the Inyo County Boundary at that point  which is the NE corner of the western half of the northern  quarter of Section 6, T25S, R42E, MDM. Continue W along the  Inyo and San Bernardino County boundary until the  intersection with Kern County, as that point which is the SE  corner of Section 34, T24S, R40E, MDM. Continue W along the  Inyo and Kern County boundary until the intersection with  Tulare County, at that point which is the SW corner of the SE  quarter of Section 32, T24S, R37E, MDM. Continue W along the  Kern and Tulare County boundary, until that point which is  the NW corner of T25S, R32E, MDM. Continue S following R32E  lines to the NW corner of T31S, R32E, MDM. Continue W to the  NW corner of T31S, R31E, MDM. Continue S to the SW corner of  T32S, R31E, MDM. Continue W to SW corner of SE quarter of  Section 34, T32S, R30E, MDM. Continue S to SW corner of T11N,  R17W, SBM. Continue E along south boundary of T11N, SBM to SW  corner of T11N, R7W, SBM. Continue S to SW corner of T9N,  R7W, SBM. Continue E along south boundary of T9N, SBM to SW  corner of T9N, R1E, SBM. Continue S along west boundary of  R1E, SMB to Riverside County line at the SW corner of T1S,  R1E, SBM. Continue E along south boundary of T1s, SBM  (Riverside County Line) to SW corner of T1S, R10E, SBM.  Continue S along west boundary of R10E, SBM to Imperial County  line at the SW corner of T8S, R10E, SBM. Continue W along  Imperial and Riverside county line to NW corner of T9S, R9E,  SBM. Continue S along the boundary between Imperial and San  Diego Counties, along the west edge of R9E, SBM to the south  boundary of Imperial County/California state line. Follow the  California state line west to Arizona state line, then north  to Nevada state line, then continuing NW back to start at the  point which is the NW corner of Section 1, T17N, R14E, SBM    $1.00 additional per hour for portions of SAN LUIS OBISPO,  KERN, SANTA BARBARA & VENTURA as defined below:    That area within the following Boundary: Begin approximately 5  miles north of the community of Cholame, on the Monterey  County and San Luis Obispo County boundary at the NW corner  of T25S, R16E, Mt. Diablo Meridian. Continue south along the  west side of R16E to the SW corner of T30S, R16E, MDM.  Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 AIRPORT TAXIWAY REHABILITATION CITY PROJECT NO. 21-27 PART VI – AGREEMENT EXHIBIT “D” – DAVIS BACON WAGE DETERMINATION – PAGE 31 FEBRUARY 2024 Continue E to SW corner of T30S, R17E, MDM. Continue S to SW  corner of T31S, R17E, MDM. Continue E to SW corner of T31S,  R18E, MDM. Continue S along West side of R18E, MDM as it  crosses into San Bernardino Meridian numbering area and  becomes R30W. Follow the west side of R30W, SBM to the SW  corner of T9N, R30W, SBM. Continue E along the south edge of  T9N, SBM to the Santa Barbara County and Ventura County  boundary at that point whch is the SW corner of Section  34.T9N, R24W, SBM, continue S along the Ventura County line to  that point which is the SW corner of the SE quarter of Section  32, T7N, R24W, SBM. Continue E along the south edge of  T7N, SBM to the SE corner to T7N, R21W, SBM. Continue N along  East side of R21W, SBM to Ventura County and Kern County  boundary at the NE corner of T8N, R21W. Continue W along the  Ventura County and Kern County boundary to the SE corner of  T9N, R21W. Continue North along the East edge of R21W, SBM to  the NE corner of T12N, R21W, SBM. Continue West along the  north edge of T12N, SBM to the SE corner of T32S, R21E, MDM.  [T12N SBM is a think strip between T11N SBM and T32S MDM].  Continue North along the East side of R21E, MDM to the Kings  County and Kern County border at the NE corner of T25S, R21E,  MDM, continue West along the Kings County and Kern County  Boundary until the intersection of San Luis Obispo County.  Continue west along the Kings County and San Luis Obispo  County boundary until the intersection with Monterey County.  Continue West along the Monterey County and San Luis Obispo  County boundary to the beginning point at the NW corner of  T25S, R16E, MDM.      $2.00 additional per hour for INYO and MONO Counties and the  Northern portion of SAN BERNARDINO County as defined below:    That area within the following Boundary: Begin at the  intersection of the northern boundary of Mono County and the  California state line at the point which is the center of  Section 17, T10N, R22E, Mt. Diablo Meridian. Continue S then  SE along the entire western boundary of Mono County, until it  reaches Inyo County at the point which is the NE corner of  the Western half of the NW quarter of Section 2, T8S, R29E,  MDM. Continue SSE along the entire western boundary of Inyo  County, until the intersection with Kern County at the point  which is the SW corner of the SE 1/4 of Section 32, T24S,  R37E, MDM. Continue E along the Inyo and Kern County boundary  until the intersection with San Bernardino County at that  point which is the SE corner of section 34, T24S, R40E, MDM.  Continue E along the Inyo and San Bernardino County boundary  until the point which is the NE corner of the Western half of  the NW quarter of Section 6, T25S, R42E, MDM. Continue S to  that point which is the SW corner of the NW quarter of  Section 6, T27S, R42E, MDM. Continue E in a straight line to  the California and Nevada state border at the point which is  the NW corner of Section 1, T17N, R14E, San Bernardino  Meridian. Then continue NW along the state line to the  starting point, which is the center of Section 18, T10N,  R22E, MDM.    REMAINING AREA NOT DEFINED ABOVE RECIEVES BASE RATE    ENGI0012‐004 08/01/2023    Rates Fringes    OPERATOR: Power Equipment  (DREDGING)  (1) Leverman................$ 64.10 34.60  (2) Dredge dozer............$ 58.13 34.60  (3) Deckmate................$ 58.02 34.60  (4) Winch operator (stern  winch on dredge)............$ 57.47 34.60  (5) Fireman‐  Oiler, Deckhand,  Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 AIRPORT TAXIWAY REHABILITATION CITY PROJECT NO. 21-27 PART VI – AGREEMENT EXHIBIT “D” – DAVIS BACON WAGE DETERMINATION – PAGE 32 FEBRUARY 2024 Bargeman,  Leveehand...................$ 56.93 34.60  (6) Barge Mate..............$ 57.54 34.60    IRON0433‐006 01/01/2023    Rates Fringes  IRONWORKER  Fence Erector...............$ 41.28 25.66  Ornamental, Reinforcing  and Structural..............$ 46.20 34.30    PREMIUM PAY:    $9.00 additional per hour at the following locations:    China Lake Naval Test Station, Chocolate Mountains  Naval Reserve‐Niland,  Edwards AFB, Fort Irwin Military Station, Fort Irwin Training  Center‐Goldstone, San Clemente Island, San Nicholas Island,  Susanville Federal Prison, 29 Palms ‐ Marine Corps, U.S.  Marine Base ‐ Barstow, U.S. Naval Air Facility ‐ Sealey,  Vandenberg AFB Army Defense Language Institute ‐ Monterey,  Fallon Air Base, Naval Post Graduate School ‐ Monterey, Yermo  Marine Corps Logistics Center  Port Hueneme, Port Mugu, U.S. Coast Guard Station ‐ Two Rock    LABO0300‐005 08/01/2022    Rates Fringes    Asbestos Removal Laborer.........$ 39.23 23.28    SCOPE OF WORK: Includes site mobilization, initial site  cleanup, site preparation, removal of asbestos‐containing  material and toxic waste, encapsulation, enclosure and  disposal of asbestos‐ containing materials and toxic waste  by hand or with equipment or machinery; scaffolding,  fabrication of temporary wooden barriers and assembly of  decontamination stations.    LABO0345‐001 07/01/2022    Rates Fringes    LABORER (GUNITE)  GROUP 1.....................$ 48.50 21.37  GROUP 2.....................$ 47.55 21.37  GROUP 3.....................$ 44.01 21.37    FOOTNOTE: GUNITE PREMIUM PAY:  Workers working from a  Bosn'n's Chair or suspended from a rope or cable shall  receive 40 cents per hour above the foregoing applicable  classification rates. Workers doing gunite and/or  shotcrete work in a tunnel shall receive 35 cents per hour  above the foregoing applicable classification rates, paid  on a portal‐to‐portal basis. Any work performed on, in  or above any smoke stack, silo, storage elevator or similar  type of structure, when such structure is in excess of  75'‐0"" above base level and which work must be performed in  whole or in part more than 75'‐0"" above base level, that  work performed above the 75'‐0"" level shall be compensated  for at 35 cents per hour above the applicable  classification wage rate.    GUNITE LABORER CLASSIFICATIONS    GROUP 1: Rodmen, Nozzlemen  GROUP 2: Gunmen  Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 AIRPORT TAXIWAY REHABILITATION CITY PROJECT NO. 21-27 PART VI – AGREEMENT EXHIBIT “D” – DAVIS BACON WAGE DETERMINATION – PAGE 33 FEBRUARY 2024 GROUP 3: Reboundmen    LABO1184‐001 07/01/2022    Rates Fringes    Laborers:  (HORIZONTAL  DIRECTIONAL  DRILLING)  (1) Drilling Crew Laborer...$ 40.69 18.25  (2) Vehicle Operator/Hauler.$ 40.86 18.25  (3) Horizontal Directional  Drill Operator..............$ 42.71 18.25Electronic Tracking  Locator.....................$ 44.71 18.25  Laborers: (STRIPING/SLURRY  SEAL)  GROUP 1.....................$ 41.90 21.32  GROUP 2.....................$ 43.20 21.32  GROUP 3.....................$ 45.21 21.32  GROUP 4.....................$ 46.95 21.32    LABORERS ‐ STRIPING CLASSIFICATIONS    GROUP 1: Protective coating, pavement sealing, including  repair and filling of cracks by any method on any surface  in parking lots, game courts and playgrounds; carstops;  operation of all related machinery and equipment; equipment  repair technician    GROUP 2: Traffic surface abrasive blaster; pot tender ‐  removal of all traffic lines and markings by any method  (sandblasting, waterblasting, grinding, etc.) and  preparation of surface for coatings. Traffic control  person: controlling and directing traffic through both  conventional and moving lane closures; operation of all  related machinery and equipment    GROUP 3: Traffic delineating device applicator: Layout and  application of pavement markers, delineating signs, rumble  and traffic bars, adhesives, guide markers, other traffic  delineating devices including traffic control. This  category includes all traffic related surface preparation  (sandblasting, waterblasting, grinding) as part of the  application process. Traffic protective delineating system  installer: removes, relocates, installs, permanently  affixed roadside and parking delineation barricades,  fencing, cable anchor, guard rail, reference signs,  monument markers; operation of all related machinery and  equipment; power broom sweeper    GROUP 4: Striper: layout and application of traffic stripes  and markings; hot thermo plastic; tape traffic stripes and  markings, including traffic control; operation of all  related machinery and equipment    LABO1184‐002 07/01/2022  Rates Fringes  LABORER (TUNNEL)  GROUP 1. ....................$ 45.68 23.30  GROUP 2. ....................$ 46.00 23.30  GROUP 3. ....................$ 46.46 23.30  GROUP 4. ....................$ 47.15 23.30  LABORER  GROUP 1. ....................$ 36.39 21.04  GROUP 2. ....................$ 36.94 21.04  GROUP 3. ....................$ 37.49 21.04  GROUP 4. ....................$ 39.04 21.04  GROUP 5. ....................$ 39.39 21.04  Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 AIRPORT TAXIWAY REHABILITATION CITY PROJECT NO. 21-27 PART VI – AGREEMENT EXHIBIT “D” – DAVIS BACON WAGE DETERMINATION – PAGE 34 FEBRUARY 2024 LABORER CLASSIFICATIONS    GROUP 1: Cleaning and handling of panel forms; Concrete  screeding for rough strike‐off; Concrete, water curing;  Demolition laborer, the cleaning of brick if performed by a  worker performing any other phase of demolition work, and  the cleaning of lumber; Fire watcher, limber, brush loader,  piler and debris handler; Flag person; Gas, oil and/or  water pipeline laborer; Laborer, asphalt‐rubber material  loader; Laborer, general or construction; Laborer, general  clean‐up; Laborer, landscaping; Laborer, jetting; Laborer,  temporary water and air lines; Material hose operator  (walls, slabs, floors and decks); Plugging, filling of shee  bolt holes; Dry packing of concrete; Railroad maintenance,  repair track person and road beds; Streetcar and railroad  construction track laborers; Rigging and signaling; Scaler;  Slip form raiser; Tar and mortar; Tool crib or tool house  laborer; Traffic control by any method; Window cleaner;  Wire mesh pulling ‐ all concrete pouring operations  GROUP 2: Asphalt shoveler; Cement dumper (on 1 yd. or  largermixer and handling bulk cement); Cesspool digger and  installer; Chucktender; Chute handler, pouring concrete,  the handling of the chute from readymix trucks, such as  walls, slabs, decks, floors, foundation, footings, curbs,  gutters and sidewalks; Concrete curer, impervious membrane  and form oiler; Cutting torch operator (demolition); Fine  grader, highways and street paving, airport, runways and  similar type heavy construction; Gas, oil and/or water  pipeline wrapper ‐ pot tender and form person; Guinea  chaser; Headerboard person ‐ asphalt; Laborer, packing rod  steel and pans; Membrane vapor barrier installer; Power  broom sweeper (small); Riprap stonepaver, placing stone or  wet sacked concrete; Roto scraper and tiller; Sandblaster  (pot tender); Septic tank digger and installer(lead); Tank  scaler and cleaner; Tree climber, faller, chain saw  operator, Pittsburgh chipper and similar type brush  shredder; Underground laborer, including caisson bellower    GROUP 3: Buggymobile person; Concrete cutting torch; Concrete  pile cutter; Driller, jackhammer, 2‐1/2 ft. drill steel or  longer; Dri‐pak‐it machine; Gas, oil and/or water pipeline  wrapper, 6‐in. pipe and over, by any method, inside and  out; High scaler (including drilling of same); Hydro seeder  and similar type; Impact wrench multi‐plate; Kettle person,  pot person and workers applying asphalt, lay‐kold,  creosote, lime caustic and similar type materials  (""applying"" means applying, dipping, brushing or handling  of such materials for pipe wrapping and waterproofing);  Operator of pneumatic, gas, electric tools, vibrating  machine, pavement breaker, air blasting, come‐alongs, and  similar mechanical tools not separately classified herein;  Pipelayer's backup person, coating, grouting, making of  joints, sealing, caulking, diapering and including rubber  gasket joints, pointing and any and all other services;  Rock slinger; Rotary scarifier or multiple head concrete  chipping scarifier; Steel headerboard and guideline setter;  Tamper, Barko, Wacker and similar type; Trenching machine,  hand‐propelled    GROUP 4: Asphalt raker, lute person, ironer, asphalt dump  person, and asphalt spreader boxes (all types); Concrete  core cutter (walls, floors or ceilings), grinder or sander;  Concrete saw person, cutting walls or flat work, scoring  old or new concrete; Cribber, shorer, lagging, sheeting and  trench bracing, hand‐guided lagging hammer; Head rock  slinger; Laborer, asphalt‐ rubber distributor boot person;  Laser beam in connection with laborers' work; Oversize  concrete vibrator operator, 70 lbs. and over; Pipelayer  performing all services in the laying and installation of  pipe from the point of receiving pipe in the ditch until  completion of operation, including any and all forms of  tubular material, whether pipe, metallic or non‐metallic,  conduit and any other stationary type of tubular device  Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 AIRPORT TAXIWAY REHABILITATION CITY PROJECT NO. 21-27 PART VI – AGREEMENT EXHIBIT “D” – DAVIS BACON WAGE DETERMINATION – PAGE 35 FEBRUARY 2024 used for the conveying of any substance or element, whether  water, sewage, solid gas, air, or other product whatsoever  and without regard to the nature of material from which the  tubular material is fabricated; No‐joint pipe and stripping  of same; Prefabricated manhole installer; Sandblaster  (nozzle person), water blasting, Porta Shot‐Blast    GROUP 5: Blaster powder, all work of loading holes, placing  and blasting of all powder and explosives of whatever type,  regardless of method used for such loading and placing;  Driller: All power drills, excluding jackhammer, whether  core, diamond, wagon, track, multiple unit, and any and all  other types of mechanical drills without regard to the form  of motive power; Toxic waste removal    TUNNEL LABORER CLASSIFICATIONS    GROUP 1: Batch plant laborer; Changehouse person; Dump  person; Dump person (outside); Swamper (brake person and  switch person on tunnel work); Tunnel materials handling  person; Nipper; Pot tender, using mastic or other materials  (for example, but not by way of limitation, shotcrete, etc.)    GROUP 2: Chucktender, cabletender; Loading and unloading  agitator cars; Vibrator person, jack hammer, pneumatic  tools (except driller); Bull gang mucker, track person;  Concrete crew, including rodder and spreader  GROUP 3: Blaster, driller, powder person; Chemical grout jet  person; Cherry picker person; Grout gun person; Grout mixer  person; Grout pump person; Jackleg miner; Jumbo person;  Kemper and other pneumatic concrete placer operator; Miner,  tunnel (hand or machine); Nozzle person; Operating of  troweling and/or grouting machines; Powder person (primer  house); Primer person; Sandblaster; Shotcrete person; Steel  form raiser and setter; Timber person, retimber person,  wood or steel; Tunnel Concrete finisher    GROUP 4: Diamond driller; Sandblaster; Shaft and raise work    LABO1184‐004 07/01/2022    Rates Fringes    Brick Tender.....................$ 37.32 21.45  LABO1414‐001 08/03/2022  Rates Fringes  LABORER  PLASTER CLEAN‐UP LABORER ... $ 38.92    23.32  PLASTER TENDER. ............. $ 41.47 23.32    Work on a swing stage scaffold: $1.00 per hour additional.  PAIN0036‐001 07/01/2023  Rates Fringes    Painters: (Including Lead  Abatement)  (1) Repaint (excludes San  Diego County)...............$ 29.59 17.12  (2) All Other Work..........$ 38.52 18.64  REPAINT of any previously painted structure. Exceptions:  work involving the aerospace industry, breweries,  commercial recreational facilities, hotels which operate  commercial establishments as part of hotel service, and  sports facilities.  PAIN0036‐008 09/01/2022  Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 AIRPORT TAXIWAY REHABILITATION CITY PROJECT NO. 21-27 PART VI – AGREEMENT EXHIBIT “D” – DAVIS BACON WAGE DETERMINATION – PAGE 36 FEBRUARY 2024 Rates Fringes  DRYWALL FINISHER/TAPER...........$ 46.28 23.52    PAIN0036‐015 01/01/2020    Rates Fringes    GLAZIER..........................$ 43.45 23.39    FOOTNOTE: Additional $1.25 per hour for work in a condor,  from the third (3rd) floor and up Additional $1.25 per  hour for work on the outside of the building from a swing  stage or any suspended contrivance, from the ground up    PLAS0200‐009 08/03/2022    Rates Fringes    PLASTERER........................$ 47.37 19.64    PLAS0500‐002 07/01/2020    Rates Fringes    CEMENT MASON/CONCRETE FINISHER...$ 38.50 25.91    PLUM0016‐001 09/01/2023    Rates Fringes    PLUMBER/PIPEFITTER    Work ONLY on new additions and remodeling of bars, restaurant,  stores and commercial buildings not to exceed 5,000 sq. ft. of  floor space.................$ 53.51 25.28  Work ONLY on strip malls,  light commercial, tenant  improvement and remodel  work........................$ 42.49 23.86  All other work except work on  new additions and remodeling  of bars, restaurant, stores  and commercial buildings not  to exceed 5,000 sq. ft. of  floor space and work on strip  malls, light commercial,  tenant improvement and remodel  work........................$ 55.18 26.26    PLUM0345‐001 09/01/2023    Rates Fringes    PLUMBER  Landscape/Irrigation Fitter.$ 40.20 25.90  Sewer & Storm Drain Work....$ 44.29 23.28    ROOF0036‐002 08/01/2022    Rates Fringes    ROOFER...........................$ 43.47 19.52    FOOTNOTE: Pitch premium: Work on which employees are exposed  to pitch fumes or required to handle pitch, pitch base or  pitch impregnated products, or any material containing coal  tar pitch, the entire roofing crew shall receive $1.75 per  hour ""pitch premium"" pay.    SFCA0669‐002 04/01/2023  Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 AIRPORT TAXIWAY REHABILITATION CITY PROJECT NO. 21-27 PART VI – AGREEMENT EXHIBIT “D” – DAVIS BACON WAGE DETERMINATION – PAGE 37 FEBRUARY 2024 Rates Fringes  SPRINKLER FITTER.................$ 45.31 27.33    SHEE0105‐003 07/01/2023    LOS ANGELES (South of a straight line drawn between Gorman and  Big Pines)and Catalina Island, INYO, KERN (Northeast part,  East of Hwy 395), MONO ORANGE, RIVERSIDE, AND SAN BERNARDINO  COUNTIES      Rates Fringes    SHEET METAL WORKER  (1) Commercial ‐ New  Construction and  Remodel  work........................$ 55.16 30.04  (2) Industrial work  including air  pollution control  systems, noise  abatement, hand  rails, guard rails,  excluding  aritechtural sheet  metal work, excluding  A‐C, heating,  ventilating  systems for human comfort...$ 55.16 30.04    TEAM0011‐002 07/01/2023    Rates Fringes  TRUCK DRIVER  GROUP 1 .................... $ 38.19 33.69  GROUP 2 .................... $ 38.34 33.69  GROUP 3 .................... $ 38.47 33.69  GROUP 4 .................... $ 38.66 33.69  GROUP 5....................$ 38.69 33.69  GROUP 6....................$ 38.72 33.69  GROUP 7....................$ 38.97 33.69  GROUP 8....................$ 39.22 33.69  GROUP 9....................$ 39.42 33.69  GROUP 10....................$ 39.72 33.69  GROUP 11....................$ 40.22 33.69  GROUP 12....................$ 40.65 33.69    WORK ON ALL MILITARY BASES:  PREMIUM PAY: $3.00 per hour additional.  [29 palms Marine Base, Camp Roberts, China Lake, Edwards AFB,  El Centro Naval Facility, Fort Irwin, Marine Corps  Logistics Base at Nebo & Yermo, Mountain Warfare Training  Center, Bridgeport, Point Arguello, Point  Conception, Vandenberg AFB]      TRUCK DRIVERS CLASSIFICATIONS      GROUP 1: Truck driver    GROUP 2: Driver of vehicle or combination of vehicles ‐ 2  axles; Traffic control pilot car excluding moving heavy  equipment permit load; Truck mounted broom    GROUP 3: Driver of vehicle or combination of vehicles ‐ 3  axles; Boot person; Cement mason distribution truck; Fuel  truck driver; Water truck ‐ 2 axle; Dump truck, less than  16 yds. water level; Erosion control driver    GROUP 4: Driver of transit mix truck, under 3 yds.; Dumpcrete  Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 AIRPORT TAXIWAY REHABILITATION CITY PROJECT NO. 21-27 PART VI – AGREEMENT EXHIBIT “D” – DAVIS BACON WAGE DETERMINATION – PAGE 38 FEBRUARY 2024 truck, less than 6‐1/2 yds. water level    GROUP 5: Water truck, 3 or more axles; Truck greaser and tire  person ($0.50 additional for tire person); Pipeline and  utility working truck driver, including winch truck and  plastic fusion, limited to pipeline and utility work;  Slurry truck driver    GROUP 6: Transit mix truck, 3 yds. or more; Dumpcrete truck,  6‐1/2 yds. water level and over; Vehicle or combination of  vehicles ‐ 4 or more axles; Oil spreader truck; Dump truck,  16 yds. to 25 yds. water level    GROUP 7: A Frame, Swedish crane or similar; Forklift driver;  Ross carrier driver    GROUP 8: Dump truck, 25 yds. to 49 yds. water level; Truck  repair person; Water pull ‐ single engine; Welder    GROUP 9: Truck repair person/welder; Low bed driver, 9 axles  or over    GROUP 10: Dump truck ‐ 50 yds. or more water level; Water  pull ‐ single engine with attachment    GROUP 11: Water pull ‐ twin engine; Water pull ‐ twin engine  with attachments; Winch truck driver ‐ $1.25 additional  when operating winch or similar special attachments    GROUP 12: Boom Truck 17K and above      WELDERS ‐ Receive rate prescribed for craft performing  operation to which welding is incidental.    ================================================================    Note: Executive Order (EO) 13706, Establishing Paid Sick  Leave for Federal Contractors applies to all contracts subject  to the Davis‐Bacon Act for which the contract is awarded (and  any solicitation was issued) on or after January 1, 2017. If  this contract is covered by the EO, the contractor must  provide employees with 1 hour of paid sick leave for every 30  hours they work, up to 56 hours of paid sick leave each year.  Employees must be permitted to use paid sick leave for their  own illness, injury or other health‐related needs, including  preventive care; to assist a family member (or person who is  like family to the employee) who is ill, injured, or has  other health‐related needs, including preventive care; or for  reasons resulting from, or to assist a family member (or  person who is like family to the employee) who is a victim  of, domestic violence, sexual assault, or stalking.  Additional information on contractor requirements and worker  protections under the EO is available at  https://www.dol.gov/agencies/whd/government‐contracts.    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  (29CFR 5.5 (a) (1) (ii)).        The body of each wage determination lists the classification  and wage rates that have been found to be prevailing for the  cited type(s) of construction in the area covered by the wage  determination. The classifications are listed in alphabetical  order of ""identifiers"" that indicate whether the particular  rate is a union rate (current union negotiated rate for  local), a survey rate (weighted average rate) or a union  average rate (weighted union average rate).  Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 AIRPORT TAXIWAY REHABILITATION CITY PROJECT NO. 21-27 PART VI – AGREEMENT EXHIBIT “D” – DAVIS BACON WAGE DETERMINATION – PAGE 39 FEBRUARY 2024 Union Rate Identifiers    A four letter classification abbreviation identifier enclosed  in dotted lines beginning with characters other than ""SU""  or ""UAVG"" denotes that the union classification and rate  were prevailing for that classification in the survey.  Example: PLUM0198‐005 07/01/2014. PLUM is an abbreviation  identifier of the union which prevailed in the survey for  this classification, which in this example would be Plumbers.  0198 indicates the local union number or district council  number where applicable, i.e., Plumbers Local 0198. The next  number, 005 in the example, is an internal number used in  processing the wage determination. 07/01/2014 is the effective  date of the most current negotiated rate, which in this  example is July 1, 2014.    Union prevailing wage rates are updated to reflect all rate  changes in the collective bargaining agreement (CBA) governing  this classification and rate.    Survey Rate Identifiers    Classifications listed under the ""SU"" identifier indicate  that no one rate prevailed for this classification in the  survey and the published rate is derived by computing a  weighted average rate based on all the rates reported in the  survey for that classification. As this weighted average rate  includes all rates reported in the survey, it may include both  union and  non‐union rates. Example: SULA2012‐007 5/13/2014. SU  indicates the rates are survey rates based on a weighted  average calculation of rates and are not majority rates. LA  indicates the State of Louisiana. 2012 is the year of survey  on which these classifications and rates are based. The next  number, 007 in the example, is an internal number used in  producing the wage determination. 5/13/2014 indicates the  survey completion date for the classifications and rates  under that identifier.    Survey wage rates are not updated and remain in effect until a  new survey is conducted.    Union Average Rate Identifiers    Classification(s) listed under the UAVG identifier indicate  that no single majority rate prevailed for those  classifications; however, 100% of the data reported for the  classifications was union data. EXAMPLE: UAVG‐OH‐0010  08/29/2014. UAVG indicates that the rate is a weighted union  average rate. OH indicates the state. The next number, 0010 in  the example, is an internal number used in producing the wage  determination. 08/29/2014 indicates the survey completion date  for the classifications and rates under that identifier.    A UAVG rate will be updated once a year, usually in January of  each year, to reflect a weighted average of the current  negotiated/CBA rate of the union locals from which the rate is  based.        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  Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 AIRPORT TAXIWAY REHABILITATION CITY PROJECT NO. 21-27 FEBRUARY 2024 PART VI – AGREEMENT EXHIBIT “D” – DAVIS BACON WAGE DETERMINATION – PAGE 40 On survey related matters, initial contact, including requests for  summaries of surveys, should be with the Wage and Hour National  Office because National Office has 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, DC 20210    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, DC 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, DC 20210    4.) All decisions by the Administrative Review Board are final.  ================================================================  END OF GENERAL DECISION  "  Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION - 30 DAY CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY 8/22/2024 Alliant Insurance Services,Inc. 18100 Von Karman Ave 10th Floor Irvine CA 92612 Alexis Berlanga 949-660-5965 aberlanga@alliant.com Executive Risk Indemnity Inc 35181 Federal Insurance Company 20281MatichCorporation 1596 Harry Shepard Blvd. San Bernardino CA 92408 Arch Specialty Insurance Compa 21199 1386041300 A X 1,000,000 X 100,000 5,000 1,000,000 2,000,000 X 54303169 7/1/2024 7/1/2025 2,000,000 Deductible 5,000 B 1,000,000 X X X 54303168 7/1/2024 7/1/2025 B C X 10,000,000 X XS56717366 UXP105592700 7/1/2024 7/1/2024 7/1/2025 7/1/2025 10,000,000 B X N 54303170 7/1/2024 7/1/2025 1,000,000 1,000,000 1,000,000 Re:City Project/Matich Job #21-27,#24-034,Airport Taxiway Rehabilitation,City of Palm Springs. City of Palm Springs 3200 East Tahquitz Canyon Way Palm Springs CA 92262 Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 POLICY NUMBER: COMMERCIAL GENERAL LIABILITY CG 20 10 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CG 20 10 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 2 ADDITIONAL INSURED – OWNERS, LESSEES OR CONTRACTORS – SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location(s) Of Covered Operations Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II – Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. LOCATIONS AS REQUIRED BY AN EXECUTED WRITTEN CONTRACT 54303169 WHERE REQUIRED BY WRITTEN CONTRACT Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 Page 2 of 2 © Insurance Services Office, Inc., 2018 CG 20 10 12 19 C. With respect to the insurance afforded to these additional insureds, the following is added to Section III – Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable limits of insurance; whichever is less. This endorsement shall not increase the applicable limits of insurance. Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 POLICY NUMBER: COMMERCIAL GENERAL LIABILITY CG 20 37 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CG 20 37 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 1 ADDITIONAL INSURED – OWNERS, LESSEES OR CONTRACTORS – COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II – Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the "products-completed operations hazard". However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following is added to Section III – Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable limits of insurance; whichever is less. This endorsement shall not increase the applicable limits of insurance. LOCATIONS AS REQUIRED BY AN EXECUTED WRITTEN CONTRACT 54303169 WHERE REQUIRED BY EXECUTED WRITTEN CONTRACT, BUT ONLY WHEN COVERAGE FOR COMPLETED OPERATIONS IS SPECIFICALLY REQUIRED BY THAT CONTRACT Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 POLICY NUMBER: COMMERCIAL GENERAL LIABILITY 10-02-2461 (Ed. 7-15) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. 10-02-2461 (Ed. 7-15) Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 1 PRIMARY INSURANCE FORSCHEDULED ADDITIONAL INSURED This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Additional Insured: Location Of Covered Operations: (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) With respect only to the Additional Insured and at the Location Of Covered Operations shown in the Schedule, the following is added to SECTION IV – COMMERCIAL GENERAL LIABILITY CONDITIONS, Paragraph 4. Other Insurance and supersedes any provision to the contrary: Primary And Noncontributory Insurance This insurance is primary to and will not seek contribution from any other insurance available to the Additional Insured with respect to the Location Of Covered Operations shown in the Schedule under this policy provided that: (1) The Additional Insured is a named insured under such other insurance; and (2) You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to the Additional Insured. 54303169 Where required by written contract. All Locations. Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 GL Policy No.: 54303169Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 POLICY NUMBER: 54303169 COMMERCIAL GENERAL LIABILITY CG 25 03 05 09 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CG 25 03 05 09 © Insurance Services Office, Inc., 2008 Page 1 of 2 † DESIGNATED CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Construction Project(s): Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. For all sums which the insured becomes legally obligated to pay as damages caused by "occur- rences" under Section I – Coverage A, and for all medical expenses caused by accidents under Section I – Coverage C, which can be attributed only to ongoing operations at a single designated construction project shown in the Schedule above: 1.A separate Designated Construction Project General Aggregate Limit applies to each des- ignated construction project, and that limit is equal to the amount of the General Aggregate Limit shown in the Declarations. 2.The Designated Construction Project General Aggregate Limit is the most we will pay for the sum of all damages under Coverage A, ex- cept damages because of "bodily injury" or "property damage" included in the "products- completed operations hazard", and for medi- cal expenses under Coverage C regardless of the number of: a.Insureds; b.Claims made or "suits" brought; or c.Persons or organizations making claims or bringing "suits". 3.Any payments made under Coverage A for damages or under Coverage C for medical expenses shall reduce the Designated Con- struction Project General Aggregate Limit for that designated construction project. Such payments shall not reduce the General Ag- gregate Limit shown in the Declarations nor shall they reduce any other Designated Con- struction Project General Aggregate Limit for any other designated construction project shown in the Schedule above. 4.The limits shown in the Declarations for Each Occurrence, Damage To Premises Rented To You and Medical Expense continue to apply. However, instead of being subject to the General Aggregate Limit shown in the Decla- rations, such limits will be subject to the appli- cable Designated Construction Project Gen- eral Aggregate Limit. All of your designated construction project where required by written contract. Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 Page 2 of 2 © Insurance Services Office, Inc., 2008 CG 25 03 05 09 † B. For all sums which the insured becomes legally obligated to pay as damages caused by "occur- rences" under Section I – Coverage A, and for all medical expenses caused by accidents under Section I – Coverage C, which cannot be attrib- uted only to ongoing operations at a single des- ignated construction project shown in the Sched- ule above: 1.Any payments made under Coverage A for damages or under Coverage C for medical expenses shall reduce the amount available under the General Aggregate Limit or the Products-completed Operations Aggregate Limit, whichever is applicable; and 2.Such payments shall not reduce any Desig- nated Construction Project General Aggre- gate Limit. C. When coverage for liability arising out of the "products-completed operations hazard" is pro- vided, any payments for damages because of "bodily injury" or "property damage" included in the "products-completed operations hazard" will reduce the Products-completed Operations Ag- gregate Limit, and not reduce the General Ag- gregate Limit nor the Designated Construction Project General Aggregate Limit. D. If the applicable designated construction project has been abandoned, delayed, or abandoned and then restarted, or if the authorized contract- ing parties deviate from plans, blueprints, de- signs, specifications or timetables, the project will still be deemed to be the same construction pro- ject. E. The provisions of Section III – Limits Of Insur- ance not otherwise modified by this endorsement shall continue to apply as stipulated. Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 Auto Policy No.: 54303168 Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 POLICY NUMBER: COMMERCIAL AUTO CA 20 48 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CA 20 48 10 13 © Insurance Services Office, Inc., 2011 Page 1 of 1 DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" for Covered Autos Liability Coverage under the Who Is An Insured provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: Endorsement Effective Date: SCHEDULE Name Of Person(s) Or Organization(s): Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Each person or organization shown in the Schedule is an "insured" for Covered Autos Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Paragraph A.1. of Section II – Covered Autos Liability Coverage in the Business Auto and Motor Carrier Coverage Forms and Paragraph D.2. of Section I – Covered Autos Coverages of the Auto Dealers Coverage Form. #54303168 Any person or ogranization as where required per written contract prior to loss. Matich Corporation 7/1/2024 Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 POLICY NUMBER: COMMERCIAL AUTO 16-02-0316 Ed. 10 14 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. 16-02-0316 Ed. 10 14 Page 1 of 1 PRIMARY AND NON-CONTRIBUTORY LIABILITY INSURANCE This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: Endorsement Effective Date: SCHEDULE Name(s) Of Person(s) Or Organization(s): Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Item 5. – “Other Insurance” of Item B. – “General Conditions” under Section IV – “Business Auto Conditions”: e. Regardless of the provisions of Paragraph 5.a. through d. above, for any liability arising out of the ownership, maintenance, use, rental, lease, loan, hire or borrowing by an ”insured” of a covered “auto” for which an “insured” is contractually obligated to provide primary insurance coverage to a client, this Coverage Form will be primary and non-contributory with respect to the Persons or Organizations in the schedule, regardless of the availability or existence of other collectible insurance under any other Coverage Form or policy that applies on a primary basis. Any person or organization as where required by written contract prior to loss. 7/1/2024 Matich Corporation 54303168 Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 Policy Number: 54303168 Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0 WC 90 03 75 (05/18) Workers' Compensation and Employers' Liability Policy Named Insured Endorsement Number Policy Period Issued By (Name of Insurance Company) Insert the policy number. The remainder of the information is to be completed only when this endorsement is issued subsequent to the preparation of the policy. CALIFORNIA WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because California is shown in Item 3.A.of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy.We will not enforce our right against the person or organization named in the Schedule,but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule,where you are required by a written contract to obtain this waiver from us. You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the Schedule. Schedule 1.()Specific Waiver Name of person or organization: (X )Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2.Operations: 3.Premium: The premium charge for this endorsement shall be 1.0 percent of the California premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4.Minimum Premium:$0 Authorized Representative Policy Number Symbol: Number: Effective Date of Endorsement Federal Insurance Company 07/01/202407/01/2024 - 07/01/2025 54303170 N/A Matich Corporation Docusign Envelope ID: 423954B5-C3F8-473B-83C0-7AEC532AADF0