Loading...
HomeMy WebLinkAbout9/5/2018 - STAFF REPORTS - 1.J.City Council Staff Report DATE: September 5, 2018 CONSENT CALENDAR SUBJECT: APPROVAL OF PROGRAM SUPPLEMENTAL AGREEMENT NO. 048F WITH THE STATE OF CALIFORNIA FOR USE OF CONGESTION MITIGATION AND AIR QUALITY (CMAQ) FEDERAL FUNDS, AND AWARD OF A CONSTRUCTION CONTRACT TO LC PAVING AND SEALING, INC., A CALIFORNIA CORPORATION, IN THE AMOUNT OF $399,437 FOR THE GENE AUTRY TRAIL AT VISTA CHINO DUAL LEFT TURN LANES, CITY PROJECT NO. 14-13 , FEDERAL-AID PROJECT NO. CMLN-5282 (045). FROM : David H. Ready, City Manager BY: Marcus L. Fuller, Assistant City Manager/City Engineer SUMMARY Approval of Program Supplemental Agreement No. 048-F will fo rmal ly au t horize the reimbursement of up to $246,000 in federal-aid funds for the construction phase of the Gene Autry Trail at Vista Chino Dual Left Turn Lanes. Awa rd of this contract will allow the City to proceed with construction of the Gene Autry Trail at Vista Chino Dual Left Turn Lanes , City Project No. 14-13, Federal-Aid Project No. CMLN-5282 (045). RECOMMENDATION: 1. Adopt Resolution No. "A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF PALM SPRINGS , CALIFORNIA , APPROVING PROGRAM SUPPLEMENT AGREEMENT NO . 048-F TO ADMINISTERING AGENCY-STATE AGREEMENT FOR FEDERAL-AID PROJECT NO. 08-5282F15 WITH THE STATE OF CALIFORNIA, IN THE AMOUNT OF $246 ,000 FOR USE OF CONGESTION MITIGATION AND AIR QUALITY (CMAQ) FEDERAL-AID FUNDS FOR THE GENE AUTRY TRAIL AT VISTA CHINO DUAL LEFT TURN LANES, CITY PROJECT NO. 14-13 , FEDERAL-AID PROJECT NO. CMLN-5282 (045)"; and , 2 . Award a construction contract (Agreement No. ) to LC Paving and Sea ling, Inc., a California corporation, in the amount of $399,437 for the Gene Autry Trail at Vista Chino Dual Left Turn lanes, City Project No. 14-13 , Federal-A id Project No. CMLN-5282(045); 3. Delegate authority to the City Manager to approve and execute construction contract change orders up to $50,000 with all change orders reported to the City Council ; and ITEM NO. j_ · J · City Council Staff Report September 5, 2018 --Page 2 Award Construction Contract for CP 14-13 4. Authorize the City Manager to execute all necessary documents. BUSINESS PRINCIPAL DISCLOSURE: LC Paving and Sealing, Inc. is a California Corporation whose corporate officers are Jose A. Salinas, as President, Vice President, Corporate Secretary and Treasurer. All owners whose interest is greater than $2000 are listed. BACKGROUND On November 6, 2013, the City Council approved Agreement No. 6443 with Albert A. Webb & Associates ("Webb") for on-call traffic engineering design services on an as needed basis. In December 2013, the Coachella Valley Association of Governments ("CVAG") issued a call for projects for federal funding made available to CVAG through the Moving Ahead for Progress in the 21st Century ("MAP 21 ") federal transportation bill, through its Congestion Management and Air Quality ("CMAQ") Program. CVAG invited public agencies to submit projects with a minimum· cost of $200,000 that would improve air quality, and included eligible projects such as congestion reduction and traffic flow improvements involving intersection improvements with new turning Lanes. In response, the City submitted an application for funding to improve the Gene Autry Trail I Vista Chino intersection to add a second northbound (dual) left-turn lane to reduce traffic congestion at the intersection. Staff estimated the construction cost of these improvements at $278,1 00 with an additional $48,400 estimated for the environmental and design costs, for a total cost of $326,500. On April 1, 2014, the City submitted a formal request to CVAG for federal funding, requesting $246,200 in CMAQ federal funds with a local contribution of $31,900 for the construction of the proposed improvements. Subsequently, on July 28, 2014, the CVAG Executive Committee reviewed and approved the City's grant application and awarded the City $246,200 in federal CMAQ funds allocated to CVAG. Notice of award was provided by letter from CVAG dated September 2, 2014. Staff commenced work on the Gene Autry Trail at Vista Chino Improvements, Federal Aid Project No. CML 5282 (045), City Project No. 14-13, (the "Project") in 2015, and requested proposals from its various on-call engineering firms to provide environmental and engineering design services for the Project. On April 6, 2015, the City received a proposal from Webb in the amount of $61,600 to provide the requested services, and subsequently on April 15, 2015, the City Council approved the work proposal and authorized a Purchase Order to be issued to Webb in accordance with its on-call agreement. A location map of the Project is illustrated in Figure 1 on the next page. 2 City Council Staff Report September 5, 2018 --Pag e 3 Award Construction Contract for CP 14-13 Figure 1 -Project Location and 500' Radius The Project is entirely located within Caltrans State Highway 111. Webb has prepared construction plans for the Project to Caltrans, which have been approved and permitted. On July 11 , 2018, the City Council approved the plans , specifications, and estimate, and authorized staff to solicit bids . On July 14, 2018 and July 21, 2018 , staff advertised the Project for bids in the Desert Sun, submitted the Notice Inviting Bids to plan roomsl, and provided the contract documents free of charge to prospective bidders. On August 16 , 2018 at 3:00 p .m., the Procurement and Contracting Divis ion received four (4) bids from the following contractors listed in Table 1: Company Location Bid Amount LC Paving and Sealing, Inc. San Marcos , CA $399,437.00 All American Asphalt Corona, CA $407,792.00 Calpromax Engineering , Inc. Placentia, CA $421 ,619.50 Granite Construction Co. Indio , CA $493,394.00 Table 1 The Engineer's estimate for the project as reported to the City Council on July 11, 2018 was $326,500; the low bid of $399,437 is 22 % over estimate. A full bid summary is included as Attachment 1 . 1 A Plan Room is a "library" where construction professionals may view bidding d ocuments (bluep rints and specifications) for projects seeking price estimates for specific construction products o r services. Th ere are 9 va ri ous plan rooms in southern California where the City submits its bid documents to ensure all contractors within the area are aware of th e bid so li citatio n . 3 City Council Staff Report September 5, 2018 --Page 4 Award Construction Contract for CP 14-13 Bid Analysis Staff reviewed all bid documents submitted by the apparent low bidder and determined that LC Paving and Sealing, Inc. complies with the Instructions to Bidders and has submitted the lowest responsive and responsible bid. Staff recommends that City Council approve the bid submitted by LC Paving and Sealing, Inc. Public Works Contractor Registration Law (SB 854) Under California Labor Code Section 1771.1, as amended by Senate Bill (SB) 854 (2014 ), unless registered with the State of California Department of Industrial Relations (DIR), a contractor may not bid, nor be listed as a subcontractor, for any bid proposal submitted for public works projects on or after March 1, 2015. Similarly, a public entity cannot award a public works contract to a non-registered contractor, effective April 1, 2015. Staff has reviewed the DIR's contractor registration database, and has confirmed that LC Paving and Sealing, Inc. is registered with the DIR, and is appropriately licensed. LC Paving and Sealing, Inc. of San Marcos, California, submitted the lowest responsive bid; staff reviewed the bid and contractor's license, and found the Contractor and its subcontractors to be properly licensed and qualified. A construction contract with LC Paving and Sealing, Inc. is included as Attachment 2. Program Supplemental Agreement No. 048-F As a condition of CMAQ grant award, the California Department of Transportation (Caltrans) now requires agencies to meet key delivery deadlines. The City has received its Authorization to Proceed with Construction, meeting the last milestones per the award letter. As part of Authorization for Funding, the City of Palm Springs and the State of California is required to enter into standard agreements in order to receive federal funding. The Master Agreement is amended by each successive use of federal funds on a project, and upon authorization or obligation of the use of federal funds on a project, the City is provided with a "Program Supplement Agreement", or amendment, to the Master Agreement. In light of the City's authorization to proceed with the Construction phase of the Project using federal CMAQ funds, Caltrans has submitted to the City approval of a Program Supplement Agreement No. 048-F which will facilitate the City's use of federal funds for the Project. A copy of the Program Supplement Agreement No. 048-F is included in Attachment 3 that consists of the letter from Caltrans requesting approval of the Program Supplement Agreement. Caltrans requires that the City adopt a Resolution approving the Program Supplement Agreement, included as Attachment 4. 4 City Council Staff Report September 5, 2018 --Page 5 Award Construction Contract for CP 14-13 ENVIRONMENTAL IMPACT: Section 21084 of the California Public Resources Code requires Guidelines for Implementation of the California Environmental Quality Act ("CEQA"). The Guidelines are required to include a list of classes of projects which have been determined not to have a significant effect on the environment and which are exempt from the provisions of CEQA. In response to that mandate, the Secretary for Resources identified classes of projects that do not have a significant effect on the environment, and are declared to be categorically exempt from the requirement for the preparation of environmental documents. In accordance with Section 15301 "Existing Facilities," Class 1 projects consist of existing highways and streets, sidewalks, gutters, bicycle and pedestrian trails, and similar facilities (this includes road grading for the purpose of public safety) involving a minor alteration of existing public or private structures or facilities; therefore, the Gene Autry Trail at Vista Chino Improvements, City Project No. 14-13, is considered categorically exempt from CEQA, and a Notice of Exemption has been be prepared and filed with the Riverside County Clerk prior to construction. The Project is partially funded by federal funds, requiring local oversight by Caltrans. As a federally funded project, the Project is subject to environmental review pursuant to the National Environmental Policy Act (NEPA). On November 2, 2017, Caltrans, acting as the lead agency pursuant to NEPA, made an environmental determination that the Project does not individually or cumulatively have a significant impact on the environment as defined by NEPA and is excluded from the requirements to prepare an Environmental Assessment (EA) or Environmental Impact Statement (EIS) and there are no unusual circumstances pursuant to Section 6004 of 23 CFR 771.117(b). On the basis of this determination under federal delegation pursuant to Chapter 3 of Title 23, United States Code, Section 326 and a Memorandum of Understanding (MOU) dated June 7, 2013, executed between the Federal Highway Administration (FHWA) and the State of California, Caltrans has determined that the Project qualifies for a Categorical Exclusion in accordance with 23 CFR 771.117(c) pursuant to activity (c)(3). A copy of the NEPA Categorical Exclusion is contained within the project files. FISCAL IMPACT: The City has received a federal CMAQ grant of $246,000 for the Project which is allocated to the construction phase. All preliminary environmental and engineering design phase work was funded with local Measure A funds. The City has allocated $400,000 budget from the Local Measure A Fund (Fund 134) for the Project. Approval of the Program Supplement Agreement No. 048-F with Caltrans will formally authorize the disbursement and use of up to $246,000 in federal-aid funds for the Project. These funds will be allocated to the project fund Capital Project Fund (Fund 261) in Account No. 261-4491-50329. 5 City Counci l Staff Report September 5, 2018 --Pag e 6 Award Construction Contract fo r CP 14-13 Th e overall budget and incurred and proposed expenditures are listed in T able 2. Table of Project Costs Amount CMAQ Federal Aid Grant $2 46 ,0 00 Measure A Fund $400 ,0 00 Design Services ($86,450) Project Administration (through 8/24/18) ($12,6 14) Project Administration (Estimated) {$25,000) Construction Engin eerin g ($60 ,000) Construction ($399,437) Contingency ($5 0,000)_ Remaining Balance $12,499 Table 2 Sufficient funds are budgeted and avai labl e to award the construction co ntrac t i n the amount of $399,437 from the following accounts: 261 -4491-50329; 134-4498-50329; SUBM ITTED : $24 1,000 $158,437 Marcus L. Fuller, MPA, P.E ., P.L.S . Assistant City Manager Attachments: 1. Bid Summary 2. Construction Contract 3. Program Supplemental Agreement 4. Resolution ·~::?~ David H. Ready , Esq.,:O . C ity Manager 6 Attachment 1 7 Item No. ITEM DESCRIPTION QUANTITY 1 MOBILIZATION 1 2 TEMPORARY TRAFFIC CONTROL 1 3 WATER POLLUTION CONTROL 1 4 CLEARING, GRUBBING AND REMOVALS 1 5 SAWCUT EXISTING PAVEMENT 1,160 6 COLD PLANE EXISTING PAVEMENT 1,080 7 INSTALL 5" ASPHALT CONCRETE 320 8 CONSTRUCT 4" CLASS AGGREGATE BASE 125 9 CONSTRUCT TYPE A 1·6 CURB CAL TRANS 1,120 PLAN RSPA87 10 CONSTRUCT ASPHALT OVERLAY 14,050 11 ADJUST SEWER MANHOLE TO GRADE 2 12 CONSTRUCT 4" CLASS 3 CONCRETE 1,075 13 SURVEY MONUMENT TIE-IN 1 14 INSTALL SIGNS, STRIPING, THERMOPLASTIC 1 MARKING, AND RAISED MARKERS 15 INSTALL STANDARD SIZE SIGN ON SIGNAL 3 MAST ARM 16 INSTALL HYBRID VIDEO/RADAR DETECTION 1 CAMERA ON LUMINAIRE OR MAST ARM REMOVE EXISTING TRAFFIC SIGNAL 17 CONDUCTORS. INSTALL ALL NEW 1 CONDUCTORS. REMOVE AND SALVAGE EXISTING BICYCLE 18 PUSH BUTION. SEAL POLE IN WATERPROOF 2 MANNER 19 INSTALL SIGNS PER CITY STANDARD DWG. 1 621 REMOVE AND SALVAGE EXISTING 20 PEDESTRIAN SIGNAL HEADS. INSTALL 8 COUNTDOWN PEDESTRIAN SIGNAL HEADS. REMOVE AND SALVAGE EXISTING 21 PEDESTRIAN PUSH BUTIONS. INSTALL APS 8 PUSHBUTION 22 CONSTRUCTION PROJECT IDENTIFICATION 1 SIGN 23 CAL TRANS ENCROACHMENT PERMIT 1 24 FIELD CHANGE ORDERS 1 GENE AUTRY AT VISTA CHINO 2ND LEFT TURN LANE CITY PROJECT-CP 14-13: BID SUMMARY UNIT LC Paving All American Asphalt UNITPR. AMOUNT UNIT PR. AMOUNT LS $12,000.00 $12,000.00 $14,879.50 $14,879.50 LS $30,000.00 $30,000.00 $29,000.00 $29,000.00 LS $3,500.00 $3,500.00 $8,700.00 $8,700.00 LS $40,000.00 $40,000.00 $20,600.00 $20,600.00 LF $2.50 $2,900.00 $4.00 $4,640.00 SF $5.75 $6,210.00 $0.75 $810.00 TON $127.60 $40,832.00 $151.00 $48,320.00 CY $93.00 $11,625.00 $148.00 $18,500.00 LF $32.10 $35,952.00 $27.00 $30,240.00 SF $2.53 $35,546.50 $1.45 $20,372.50 EA $950.00 $1,900.00 $3,160.00 $6,320.00 SF $10.50 $11,287.50 $29.00 $31,175.00 EA $5,000.00 $5,000.00 $530.00 $530.00 LS $15,000.00 $15,000.00 $24,300.00 $24,300.00 EA $930.00 $2,790.00 $315.00 $945.00 LS $51,700.00 $51,700.00 $49,000.00 $49,000.00 LS $38,918.00 $38,918.00 $42,000.00 $42,000.00 EA $638.00 $1,276.00 $260.00 $520.00 EA $550.00 $550.00 $3,900.00 $3,900.00 EA $930.00 $7,440.00 $950.00 $7,600.00 EA $1,740.00 $13,920.00 $1,600.00 $12,800.00 LS $1,450.00 $1,450.00 $3,000.00 $3,000.00 AL $1,640.00 $1,640.00 $1,640.00 $1,640.00 AL $28,000.00 $28,000.00 $28,000.00 $28,000.00 TOTAL= $399,437.00 TOTAL= $407,792.00 1 2 Calpromax Engineering Granite UNIT PR. AMOUNT UNIT PR. AMOUNT $24,000.00 $24,000.00 $15,000.00 $15,000.00 $6,000.00 $6,000.00 $45,000.00 $45,000.00 $2,600.00 $2,600.00 $1,400.00 $1,400.00 $52,000.00 $52,000.00 $76,389.00 $76,389.00 $3.60 $4,176.00 $2.50 $2,900.00 $3.17 $3,423.60 $6.50 $7,020.00 $129.38 $41,401.60 $185.00 $59,200.00 $100.00 $12,500.00 $130.00 $16,250.00 $44.00 $49,280.00 $25.00 $28,000.00 $1.55 $21,777.50 $3.40 $47,770.00 $2,400.00 $4,800.00 $3,000.00 $6,000.00 $10.00 $10,750.00 $9.00 $9,675.00 $5,544.00 $5,544.00 $500.00 $500.00 $27,504.00 $27,504.00 $23,000.00 $23,000.00 $600.00 $1,800.00 $200.00 $600.00 $47,000.00 $47,000.00 $70,000.00 $70,000.00 $48,000.00 $48,000.00 $27,000.00 $27,000.00 $360.00 $720.00 $450.00 $900.00 $5,451.60 $5,451.60 $250.00 $250.00 $924.00 $7,392.00 $1,300.00 $10,400.00 $1,682.40 $13,459.20 $2,000.00 $16,000.00 $2,400.00 $2,400.00 $500.00 $500.00 $1,640.00 $1,640.00 $1,640.00 $1,640.00 $28,000.00 $28,000.00 $28,000.00 $28,000.00 TOTAL= $421,619.50 TOTAL= $493,394.00 3 4 8 Attachment 2 9 AGREEMENT (CONSTRUCTION CONTRACT) THIS AGREEMENT made this 5th day of September, 2018, 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 LC Paving and Sealing, Inc., 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: GENE AUTRY AND VISTA CHINO DUAL LEFT TURN LANES CITY PROJECT N0.14-13 FEDERAL AID PROJECT NO. CMLN 5282 (045) The Work comprises the addition of a turn lane on the south side of the intersection of Gene Autry Trail and Vista Chino/111. The work includes removing existing improvements within the limits of work and replacing them with new pavement and median improvements, adding new overlay on the west side of the intersection, new striping and traffic signal improvements related to the new lane. 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. They 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. Termination Prior to Expiration of Term. City may terminate this Agreement for its convenience at any time, without cause, in whole or in part, upon giving Contractor thirty GENE AUTRY AND VISTA CHINO DUAL LEFT TURN LANES CITY PROJECT NO. 14-13 SEPTEMBER 5, 2018 AGREEMENT FORM AGREEMENT AND BONDS -PAGE 1 10 (30) days written notice. Where termination is due to the fault of Contractor and constitutes an immediate danger to health, safety, and general welfare, the period of notice shall be such shorter time as may be determined by the City. Upon such notice, City shall pay Contractor for Services performed through the date of termination in accordance with the Contract Documents. Upon receipt of such notice, Contractor shall immediately cease all work under this Agreement, unless stated otherwise in the notice or by written authorization of the Contract Officer. After such notice, Contractor shall have no further claims against the City under this Agreement. Upon termination of the Agreement under this section, Contractor shall submit to the City an invoice for work and services performed prior to the date of termination. ARTICLE 3 --CONTRACT PRICE The City shall pay the Contractor for the completion of the Work, in accordance with the Contract Documents, in current funds the Contract Price(s) named in the Contractor's Bid Proposal and Bid Schedule(s), and any duly authorized Construction Contract Change Orders approved by the City. The amount of the initial contract award in accordance with the Contractor's Bid Proposal is Three Hundred Ninety Nine Thousand Four Hundred Thirty Seven Dollars ($399.437.00). Contractor agrees to receive and accept the prices set forth herein, as full compensation for furnishing all materials, performing all work, and fulfilling all obligations hereunder. Said compensation shall cover all expenses, losses, damages, and consequences arising out of the nature of the Work during its progress or prior to its acceptance including those for well and faithfully completing the Work and the whole thereof in the manner and time specified in the Contract Documents; and, also including those arising from actions of the elements, unforeseen difficulties or obstructions encountered in the prosecution of the Work, suspension of discontinuance of the Work, and all other unknowns or risks of any description connected with the Work. ARTICLE 4 --THE CONTRACT DOCUMENTS The Contract Documents consist of the Notice Inviting Bids, Instructions to Bidders, the prevailing rate of per diem wages as determined by the Director of the California Department of Industrial Relations, Federal Labor Standards Provisions, Federal Rates of Prevailing Wages, the accepted Bid and Bid Schedule(s), List of Subcontractors, Non-collusion Declaration, Equal Employment Opportunity Certification, Debarment and Suspension Certification, Non-Lobbying Certification for Federal-Aid Contracts, Disclosure of Lobbying Activities, Bid Security or Bid Bond, Bidder's General Information, Exhibit 15G Local Agency Bidder DBE Commitment, Exhibit 15H DBE Information-Good Faith Efforts, Public Contract Code Section 10285.1 Statement, Public Contract Code Section 10162 Questionnaire, Public Contract Code Section 1 0232 Statement, this Agreement, Worker's Compensation Certificate, Performance Bond, Payment Bond, Standard Specifications, Special Provisions, the Drawings, Addenda numbers Q to Q, inclusive, and all Change Orders and Work Change Directives which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto. GENE AUTRY AND VISTA CHINO DUAL LEFT TURN LANES CITY PROJECT NO. 14-13 SEPTEMBER 5. 2018 AGREEMENT FORM AGREEMENT AND BONDS -PAGE 2 11 The Contract Documents shall also incorporate those certain required federal contract provisions and the Federal Requirements for Federal-Aid Construction Projects (Form FHWA 1273), included in Exhibit "A" attached hereto and made a part hereof. ARTICLE 5 --MUTUAL OBLIGATIONS For and in consideration of the payments and agreements to be made and performed by the City, the Contractor agrees to furnish all materials and perform all work required for the above stated project, and to fulfill all other obligations as set forth in the aforesaid Contract Documents. City hereby agrees to employ, and does hereby employ, Contractor to provide the materials, complete the Work, and fulfill the obligations according to the terms and conditions herein contained and referred to, for the Contract Price herein identified, and hereby contracts to pay the same at the time, in the manner, and upon the conditions set forth in the Contract Documents. Contractor specifically acknowledges and agrees to be bound by the Wage Rates and Labor Code requirements specified in the Contract Documents, including the requirement to furnish electronic certified payroll records directly to the Labor Commissioner (via the Division of Labor Standards Enforcement), and shall pay the general prevailing rate of per diem wages as determined by the Director of the Department of Industrial Relations of the State of California. ARTICLE 6--PAYMENT PROCEDURES The Contractor shall submit Applications for Payment in accordance with the Standard Specifications as amended by the Special Provisions. Applications for Payment will be processed by the City Engineer as provided in the Contract Documents. ARTICLE 7 --NOTICES Whenever any provision of the Contract Documents requires the giving of a written Notice between the parties, it shall be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the Notice. ARTICLE 8 --INDEMNIFICATION The Contractor agrees to indemnify and hold harmless the City, and all of its officers and agents from any claims, demands, or causes of action, including related expenses, attorney's fees, and costs, based on, arising out of, or in any way related to the Work undertaken by the Contractor hereunder. This Article 8 incorporates the provisions of Section 7-15 "Indemnification," of the Special Provisions, which are hereby referenced and made a part hereof. GENE AUTRY AND VISTA CHINO DUAL LEFT TURN LANES CITY PROJECT NO. 14-13 SEPTEMBER 5, 2018 . AGREEMENTFORM AGREEMENT AND BONDS -PAGE 3 12 Prevailing Wages. Contractor agrees to fully comply with all applicable federal and state labor laws including, without limitation California Labor Code Section 1720, et seq., and 1770, et seq., as well as California Code of Regulations, Title 8, Section 16000, et seq. ("Prevailing Wage Laws"). Contractor shall bear all risks of payment or non-payment of prevailing wages under California law, and Contractor hereby agrees to defend, indemnify, and hold the City, its officials, officers, employees, agents and volunteers, free and harmless from any claim or liability arising out of any failure or alleged failure to comply with the Prevailing Wage Laws. ARTICLE 9 --CONFLICT OF INTEREST Conflict of Interest. Contractor acknowledges that no officer or employee of the City has or shall have any direct or indirect financial interest in this Agreement nor shall Contractor enter into any agreement of any kind with any such officer or employee during the term of this Agreement and for one year thereafter. Contractor warrants that Contractor has not paid or given, and will not pay or give, any third party any money or other consideration in exchange for obtaining this Agreement. ARTICLE 10--NON-DISCRIMINATION Covenant Against Discrimination. In connection with its performance under this Agreement, Contractor shall not discriminate against any employee or applicant for employment because of actual or perceived race, religion, color, sex, age, marital status, ancestry, national origin (i.e., place of origin, immigration status, cultural or linguistic characteristics, or ethnicity), sexual orientation, gender identity, gender expression, physical or mental disability, or medical condition (each a "prohibited basis"). Contractor shall ensure that applicants are employed, and that employees are treated during their employment, without regard to any prohibited basis. As a condition precedent to City's lawful capacity to enter this Agreement, and in executing this Agreement, Contractor certifies that its actions and omissions hereunder shall not incorporate any discrimination arising from or related to any prohibited basis in any Contractor activity, including but not 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; and further, that Contractor is in full compliance with the provisions of Palm Springs Municipal Code Section 7.09.040, including without limitation the provision of benefits, relating to non-discrimination in city contracting. ARTICLE 11 --MISCELLANEOUS Terms used in this Agreement which are defined in the Standard Specifications and the Special Provisions will have the meanings indicated in said Standard Specifications and the Special Provisions. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically, but without limitation, monies that may become due and monies that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. GENE AUTRY AND VISTA CHINO DUAL LEFT TURN LANES CITY PROJECT NO. 14-13 SEPTEMBER 5, 2018 AGREEMENT FORM AGREEMENT AND BONDS -PAGE 2 13 The City and the Contractor each binds itself, its partners, successors, assigns, and legal representatives, to the other party hereto, its partners, successors, assigns, and legal representatives, in respect of all covenants, agreements, and obligations contained in the Contract Documents. SIGNATURES ON NEXT PAGE GENE AUTRY AND VISTA CHINO DUAL LEFT TURN LANES CITY PROJECT NO. 14-13 SEPTEMBER 5, 2018 AGREEMENT FORM AGREEMENT AND BONDS -PAGE 3 14 IN WITNESS WHEREOF, the City and the Contractor have caused this Agreement to be executed the day and year first above written. CITY OF PALM SPRINGS, CALIFORNIA By ________________________ __ ATTEST: David H. Ready City Manager By ________________________ __ Anthony J. Mejia, MMC City Clerk APPROVED AS TO FORM: By ________________________ __ Edward Z. Kotkin City Attorney RECOMMENDED: By __________________________ _ Marcus Fuller, Assistant City Manager/City Engineer APPROVED BY THE CITY COUNCIL: Date ______________ _ Agreement No. ____ __ GENE AUTRY AND VISTA CHINO DUAL LEFT TURN LANES CITY PROJECT NO. 14-13 SEPTEMBER 5, 2018 AGREEMENT FORM AGREEMENT AND BONDS -PAGE 4 15 CONTRACTOR By: LC Paving and Sealing. Inc .. a California Corporation Firm/Company Name By: _____________ _ By: _____________ _ Signature (notarized) Signature (notarized) Name: _____________ _ Name: ______________ _ Title: Title: A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy or validity of that document. (This Agreement must be signed in the above space by one having authority to bind the Contractor to the terms of the Agreement.) State of _____ __... County of _______ _.ss On _______________ _ before me,------------- personally appeared ---------- who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Notary Signature: Notary Seal: (This Agreement must be signed in the above space by one having authority to bind the Contractor to the terms of the Agreement.) State of _____ ----~.. County of _______ ....~.ss On ________________ ___ before me,------------- personally appeared ---------- who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Notary Signature: Notary Seal: GENE AUTRY AND VISTA CHINO DUAL LEFT TURN LANES CITY PROJECT NO. 14-13 AGREEMENT FORM AGREEMENT AND BONDS -PAGE 2 SEPTEMBER 5, 2018 16 EXHIBIT "A" Federal Requirements for Federal-Aid Construction Projects {Form FHWA 1273), Female and Minority Goals, Federal Trainee Program, Title IV Assu·rances FOLLOWS THIS PAGE GENE AUTRY AND VISTA CHINO DUAL LEFT TURN LANES CITY PROJECT NO. 14-13 SEPTEMBER 5, 2018 AGREEMENT FORM AGREEMENT AND BONDS -PAGE 3 17 Local Assistance Procedures Manual Exhibit 12-G Required Federal-Aid Contract Language EXHIBIT 12-G REQUIRED FEDERAL-AID CONTRACT LANGUAGE (For Local Assistance Construction Projects) The following language must be incorporated into all Local Assistance Federal-aid construction contracts. The following language~ with minor edits. was taken trom the Code of Federal Regulations. MAINTAIN RECORDS AND SUBMIT REPORTS DOCUMENTING YOUR PERFORMANCE UNDER THIS SECTION 1. DISADVANTAGED BUSINESS ENTERPRISES (DBE) ..................................................................... 2 A. DBE COJ\tiMITM ENT SUBMITTAL .................................................................................. 2 B. GOOD FAITH EFFORTS SUBMITTAL ............................................................................. 2 C. EXHIBIT 15-G-CONSTRUCTION CONTRACT DBE COMMITMENT ................................... 3 D. SUBCONTRACTOR AND DISADVANTAGED BUSINESS ENTERPRISE RECORDS ................. 3 F. PERFORMANCE OF DISADVANTAGED BUSINESS ENTERPRISES ..................................... 4 2. BID OPENING ......................................................................................................................... 5 3. BID RIGGING .......................................................................................................................... 5 4. CONTRACT AWARD ................................................................................................................ 5 5. CONTRACTOR LICENSE .......................................................................................................... 5 6. CHANGED CONDITIONS .......................................................................................................... 5 A. DIFFERING SITE CONDITION ........................................................................................ 5 B. SUS PENS IONS OF WORK ORDERED BY THE ENG IN EE R .................................................. 5 C. SIGNIFICANT CHANGES IN THE .CHARACTER OF WORK. ............................................... 6 7. BEGINNING OF WORK, TIME OF COMPLETION AND LIQUIDATED DAMAGES .............................. 6 8. BUY Al\tlERICA ........................................................................................................................ 6 FlJRNISH STEEL AND IRON 1\-IATERIALS ID BE INCORPORATED INTO TilE \VORK\VITII CffiTIFICATIS OFCOMPLIANCF.. STEEL AND IRON MATERIALS MUST BE PRODUCED 11\ TilE U.S. EXCEPT ............................................................. 6 9. QUALITY ASSURANCE ............................................................................................................. 6 10. PROMPT PAYMENT OF FUNDS WITHHELD TO SUBCONTRACTORS ............................................. 7 11. FORM FHWA-1273 REQUIRED CONTRACT PROVISIONS FEDERAL-AID CONTRACTS .................... 7 12. FEJ\tlALE AND MINORITY GOALS ............................................................................................ 18 13. TITLE VI ASSURANCE. ............................................................................................................ 20 14. USE OF UNITED STATES-FLAG VESSELS (CARGO PREFERENCE ACT) ........................................ 21 15. FEDERAL TRAINEE PROGRAM ................................................................................................ 22 Page 1 of23 January 2018 18 Local Assistance Procedures Manual Exhibit 12-G Required Federal-Aid Contract Language 1. DISADVANTAGED BUSINESS ENTERPRISES (DBE) Under 49 CFR 26.13(b): The contractor. subrecipient or subcontractors hall 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. Take necessary and reasonable steps to ensure that DBEs have opportunity to participate in the contract (49 CFR 26). To ensure equal participation of DBEs provided in 49 CFR 26.5. the Agency shov.·s a goal tor DBEs. Make work available to DBEs and select work parts consistent with available DBE subcontractors and suppliers. Meet the DBE goal shO\\>TI elsewhere in these special provisions or demonstrate that you made adequate good faith efforts to meet this goal. It is your responsibility to veritY that the DBE firm is certified as DBE at date of bid opening. For a list ofDBEs certified by the California Unified Certification Program. go to: http://''" ''·dol.ca.!.W\ ihq/beD!find ecrtiticd.htm. All DBE participation will count toward the California Department ofTransportation's federally mandated statewide overall DBE goal. Credit for materials or supplies you purchase from DBEs counts towards the goal in the following manner: • 100 percent counts if the materials or supplies are obtained from a DBE manufacturer. • 60 percent counts if the materials or supplies are obtained fi·om a DBE regular dealer. • Only fees, commissions, and charges tor assistance in the procurement and delivery of materials or supplies count if obtained from a DBE that is neither a manufacturer nor regular dealer. 49 CFR 26.55 defines "manufacturer" and "regular dealer." You receive credit towards the goal if you employ a DBE trucking company that performs a commercially useful fi.mction as defined in 49 CFR 26.55(d)( I) through (4) and (6). a. DBE Commitme11t Submittal Submit the E\'hibit 15-G Construction Contract DB£ Commitment form. included in the Bid book. If the form is not submitted with the bid, remove the form from the Bid book before submitting your bid. If the DBE Commitment form is not submitted with the bid. the apparent low bidder, the 2nd low bidder, and the 3rd low bidder must complete and submit the DBE Commitment form to the Agency. DBE Commitment form must be received by the Agency no later than 4:00 p.m. on the 5th calendar day after bid opening. Other bidders do not need to submit the DBE Commitment form unless the Agency requests it. If the Agency requests you to submit a DBE Commitment form. submit the completed form within 5 calendar days of the request. Submit wTitten confirmation from each DBE stating that it is participating in the contract. Include confirmation with the DBE Commitment form. A copy of a DBE's quote will serve as \\ITitten confirmation that the DBE is participating in the contract. If you do not submit the DBE Commitment form within the specified time, the Agency will find your bid nonresponsive. b. Good Faith Efforts Submittal If you have not met the DBE goal, complete and submit the DBE Information -Cood Faith Efforts. Exhibit 15-H, form with the bid showing that you made adequate good faith etlorts to meet the goal. Only good faith etlorts directed towards obtaining participation by DBEs will be considered. If good faith eflorts documentation is not submitted with the bid, it must be received by the Agency no later than 4:00 p.m. on the 5th calendar day after bid opening. If your DBE Commitment form shows that you have met the DBE goal or if you arc required to submit the DBE Commitment form, you must also submit good faith etlorts documentation within the specified time to protect your eligibility tor award ofthe contract in the event the Agency finds that the DBE goal has not been met. Page 2 of23 January 2018 19 Local Assistance Procedures Manual Exhibit 12-G Required Federal-Aid Contract Language Cbod faith etlorts documentation must include the ftlllowing int(mnation and supporting documents.as necessary: I. Items of work you have made available to DBE linn'i. ldentit)' those items of work you might otherwise perform with yourown forces and those items that have been broken down into economically feasible units to facilitate DBE participation. For each item listed. show the dollar value and percentage of the total contract. It is your responsibility to demonstrate that suflicient work to meet the goal was made available to DBE firms. 2. Names of certified DBEs and dates on \vhich they \vere solicited to bid on the project. Include the items of work oflered. Describe the methods used for following up initial solicitations to determine with certainty if the DBEs were interested. and the dates of the follow-up. Attach supporting documents such as copies of letters. memos. facsimiles sent. telephone logs, telephone billing statements. and other evidence of solicitation. You are reminded to solicit certified DBEs through all reasonable and available means and provide sullicient time to allow DBEs to respond. 3. Name of selected firm and its status as a DBE lor each item of work made available. Include name. address. and telephone number of each DBE that provided a quote and their price quote. If the firm selected tor the item is not a DBE. provide the reasons lor the selection. 4. Name and date of each publication in which you requested DBE participation tor the project. Attach copies of the published ad·vertisemcnts. 5. Names of agencies and dates on which they were contacted to provide assistance in contacting. recruiting. and using DBE firms. If the agencies were contacted in writing. provide copies of supporting documents. 6. List of efforts made to provide interested DBEs with adequate information about the plans. specitications, and requirements of the contract to assist them in responding to a solicitation. If you have provided in formation, identifY the name of the DBE assisted. the nature of the information provided, and date of contact. Provide copies of supporting documents. as appropriate. 7. List of etlorts made to assist interested DBE.<i in obtaining bonding. lines of credit. insurance. necessal)' equipment. supplies. and materials. excluding supplies and equipment that the DBE subcontractor purchases or leases fi·om the prime contractor or its afliliate. If such assistance is provided by you, identif)' the name of the DBE assisted. nature of the assistanceotlered. and date assistance was provided. Provide copies of supporting documents. as appropriate. 8. Any additional data to support demonstration of good faith etlorts. The Agency may consider DBE commitments of the 2nd and 3rd bidders when determining whether the low bidder made good faith efforts to meet the DBE goal. c. Exhibit 15-G-Construction Contract DBE Con1mitment Complete and sign E"\hibit 15-G Construction Colllract DBE Commitment included in the contract documents regardless ofwhether DBE participation is reported. Provide written confirmation from each DBE that the DBE is participating in the Contract. A copy of a DBE's quote serves as written confirmation. If a DBE is participating as a joint venture partner. the Agency encourages you to submit a copy of the joint venture agreement.) d. Subcontractor and Disadvantaged Business Enterprise Records Use each DBE subcontractoras listed on E"\hibit 12-B Bidder's List of Subcontractors (DBE and Non-DB!:.) and E"\hibit 15-G Construction Contract DBE Commitment form unless you receive authorization tor a substitution. The Agency requests the Contractor to: I. Not if)· the Engineer of any changes to its anticipated DBE participation 2. Provide this notification before starting the atlccted work 3. Maintain records including: • Name and business address ofeach JS 1-tier subcontractor Page 3 of23 January 2018 20 Local Assistance Procedures Manual Exhibit 12-G Required Federal-Aid Contract Language • Name and business address ofeach DBE subcontractor. DBE vendor. and DBE trucking company. regardless of tier • Date of payment and total amount paid to each business If you are a DBE contractor. include the date of work performed by your O\\n forces and the corresponding value of the work. Before the 15th of each month, submit a Monthly DBE Trucking Verification form. If a DBE is decertified before completing its work. the DBE must not if)' you in writing of the decertification date. If a business becomes a certified DBE before completing its work. the business must notif)' you in writing of the certification date. Submit the notifications. On work completion. complete a Disadvantaged Business Enterprises (DBE) Certification Status Change. E'\hibit 17-0. fiJrm. Submit the form within 30 days of contract acceptance. Upon work completion. complete E\'hibit 17-F Final Report-Utili=ation of Disadvantaged Business Enterprises (DB£). First-Tier Subcontractors. Submit it within 90 days of contract acceptance. The Agency will withhold $10.000 until the form is submitted. The Agency releases the withhold upon submission of the completed form. e. Performallce of Disadva11tagetl Business Enterprises DBEs must perform work or supply materials as listed in the E\'hibit 15-G Construction Contract DB£ Commitment form. included in the Bid. Do not terminate or substitute a listed DBE for convenience and perform the work with your own forces or obtain materials fi·om other sources without authorization from the Agency. The Agency authorizes a request to usc other forces or sources of materials if it shows any of the following justifications: 1. Listed DBE tails or refuses to execute a written contract based on plans and specifications tor the project. 2. You stipulated that a bond is a condition of executing the subcontract and the listed DBE tails to meet your bond requirements. 3. Work requires a contractor's license and listed DBE docs not have a valid license under Contractors License Law. 4. Listed DBE tails or refuses to perfi.1rn1 the work or furnish the listed materials. 5. Listed DBE's work is unsatis lactol)· and not in compliance \vith the contract. 6. Listed DBE is ineligible to work on the project because of suspension or debarment. 7. Listed DBE becomes bankrupt or insoh·ent. 8. Listed DBE voluntarily withdraws with \\Titten notice fi·om the Contract 9. Listed DBE is ineligible to receive credit tor the type of work required. 10. Listed DBE O\'mer dies or becomes disabled resulting in the inability to perform the work on the Contract. 11. Agency determines other documented good cause. NotifY the original DBE of your intent to use other forces or material sources and provide the reasons. Provide the DBE with 5 days to respond to your notice and advise you and the Agency of the reasons why the usc of other forces or sources of materials should not occur. Your request to use other forces or material sources must include: I. One or more of the reasons listed in the preceding paragraph. 2. Notices fi·om you to the DBE regarding the request. 3. Notices fi·om the DBEs to you regarding the request. If a listed DBE is terminated or substituted. you must make good faith ellorts to find anotherDBE to substitute tor the original DBE. The substitute DBE must perform at least the same amount of work as the original DBE under the contract to the e~ent needed to meet the DBE goal. Page 4 of23 January 2018 21 Local Assistance Procedures Manual Exhibit 12-G Required Federal-Aid Contract Language The substitute DBE must be certified as a DBE at the time of request lor substitution Unless the Agency authorizes (I) a request to use other forces or sources of materials or (2) a good faith efi(Jrt tor a substitution ofa terminated DBE. the Agency does not pay for work listed on the E\hibit 15-G Consrrucrion Conrracr DBE Commirmenr form unless it is performed or supplied by the listed DBE or an authorized substitute. 2. BID OPENING The Agency publicly opens and reads bids at the time and place shO\m on the i\'otice to Contractors. 3. BID RIGGING The U.S. Department ofTransportation (DOT) provides a toll-ti·ee hot line to report bid rigging activities. Use the hotline to report bid rigging. bidder collusion. and other fraudulent activities. The hotline number is (800) 424-9071. The service is available 24 hours 7 days a week and is confidential and anonymous .. The hotline is part of the DOT's eflort to identit)· and investigate highway construction contract fraud and abuse and is operated under the direction ofthe DOT lnspectorGeneral. 4. CONTRACT A WARD Ifthe Agency awards the contract. the award is made to the lowest responsible and responsive bidder. 5. CONTRACTOR LICENSE The Contractor must be properly licensed as a contractor ttum contract award through Contract acceptance (Public Contract Code § 10164). 6. CHANGED CONDITIONS a. Differing Site Cotulitions I. During the progress of the work. if subsurface or latent physical conditions are encountered at the site ditlering materially from those indicated in the contract or if unknown physical conditions of an unusual nature. ditlering materially from those ordinarily encountered and generally recognized as inherent in the work provided for in the contract. are encountered at the sit e. the party discovering such conditions shall promptly not if)' the other party in writing of the specific ditlering conditions before the site is disturbed and before the atlected work is performed. 2. Upon \Hitten notification. the engineer will investigate the conditions. and if it is determined that the conditions materially diller and cause an increase or decrease in the cost or time required tor the performance of any work under the contract. an adjustment. excluding anticipated pro tits. will be made and the contract modified in \\Tiling accordingly. The engineer will notify the contractor of the determination whether or not an adjustment of the contract is warranted. 3. No contract adjustment which results in a benefit to the contractorwill be allowed unless the contractor has provided the required written notice. 4. No contract adjustment will be allowed under this clause for any etlects caused on unchanged work. (This pro vis ion may be omitted by the Local Agency. at their option.) b. Suspensions of Work Ordered by tile Engineer I. If the performance of all or any portion ofthe work is suspendedordelayed by the engineer in writing for an unreasonable period of time (not originally anticipated. customary. or inherent to the construction industry) and the contractor believes that additional compensation and/or contract time is due as a result of such suspension or delay. the contractor shall submit to the engineer in \\-Tiling a request tor adjustment within 7 calendar days of receipt of the notice to resume work. The request shall set forth the reasons and support for such adjustment. 2. Upon receipt. the engineer will evaluate the contmctor's request. If the engineer agrees thatthe cost and/or time required tor the performance of the contract has increased as a result of such suspension and the suspension was caused by conditions beyond the control of and not the fault of the contractor. its suppliers. or subcontmctors at any approved tier. and not caused by weather. the engineer will make an adjustment (excluding profit) and mod it)· the contract in writing accordingly. The contractor will be notified of the engineer's determination whether or not an adjustment of the contract is warranted. 3. No contract adjustment will be allowed unless the contractor has submitted the request tor adjustment within the time prescribed. Page 5 of 23 January 2018 22 Local Assistance Procedures Manual Exhibit 12-G Required Federal-Aid Contract Language -1. No contract adjustment will be allowed under this clause to the e~ent that perfonnance would have been suspended or delayed by any other cause. or tor which an adjustment is provided or excluded under any other tenn or condition of this contract. c. Sig11ijica11t Clla11ges ill tile Character of Work I. The engineer reserves the right to make. in \\Titing. at any time during the work. such changes in quantities and such alterations in the \vork as are neccssal)" to sat is lactorily complete the project. Such changes in quantities and alterations shall not invalidate the contract nor release the surety .and the contractor agrees to pertonn the work as altered. 2. If the alterations or changes in quantities significantly change the character of the work under the contract. whether such alterations or changes arc in themselves significant changes to the character of the work or by atlecting other work cause such other work to become significantly ditlerent in character. an adjustment. excluding anticipated profit. will be made to the contract. The basis tor the adjustment shall be agreed upon prior to the performance of the work. If a basis cannot be agreed upon, then an adjustment will be made either tor or against the contractor in such amount as the engineer may detennine to be lair and equitable. 3. If the alterations or changes in quantities do not significantly change the character of the work to be perfonned under the contract. the altered work will be paid for as provided elsewhere in the contract. 4. The tenn "significant change" shall be construed to apply only to the following circumstances: • When the character of the work as altered ditlers materially in kind or nature fi·om that involved or included in the original proposed construction: or • When a major item of work. as defined elsewhere in the contracL is increased in excess of 125 percent or decreased below 75 percent of the original contract quantity. Any allowance for an increase in quantity shall apply only to that portion in excess of I25 percent of original contract item quantity, or in case of a decrease below 75 percent. to the actual amount of work pertonned. 7. BEGINNING OF WORK, TIME OF COMPLETION AND LIQUIDATED DAMAGES The Contractor shall begin work within I5 calendar days after the issuance ofthe Notice to Proceed. This work shall be diligently prosecuted to <..'Ompletion before the expiration ofTEN ( 10) WORKING DAYS beginning on the fifteenth calendar day after the date shown on the Notice to Proceed. The Contractor shall pay to the City/County Palm Springs the sum of$ 1,900 per day. tor each and every calendar days' delay in finishing the work in excess of the number of working days prescribed above. 8. BUY AMERICA Furnish steel and iron materials to be incorporated into the work with certificates of compliance and certified mill test reports. Mill test reports must indicate where the steel and iron were melted and manufactured. Steel and iron materials must be produced in the U.S. except: I. Foreign pig iron and processed. pelletized. and reduced iron ore may be used in the domestic production of the steel and iron materials [60 Fed Reg 15478 (03/24/I995)]: 2. If the total combined cost of the materials does not exceed the greater of 0.1 percent of the total bid or $2.500. materials produced outside the U.S. may be used. Production includes: I. Processing steel and iron materials. including smelting or other processes that alter the physical tonn or shape (such as rolling. e:\lruding. machining. bending. grinding. and drilling) or chemical composition; 2. Coating application, including epo~y coating. galvanizing. and painting. that protects or enhances the value of steel and iron materials. 9. QUALITY ASSURANCE The Agency uses a Quality Assurance Program (QAP) to ensure a material is produced to comply with the Contract. Page 6 of23 January 2018 23 Local Assistance Procedures Manual Exhibit 12-G Required Federal-Aid Contract Language You may examine the records and reports of tests the Agency performs if they are available at the job site. Schedule work to allow time tor QAP. 10. PROMPT PA YMENTOF FUNDS WITHHELD TO SUBCONTRACfORS The agency shall hold retainage from the prime contractor and shall make prompt and regular incremental acceptances of portions.as determined by the agency. of the contract work. and pay retain age to the prime contractor based on these acceptances. The prime contractor. or subcontractor. shall return all monies withheld in retention from a subcontractor within 30 days alter receiving payment for work satisfactorily completed and accepted including incremental acceptances ofportions of the contract work by the agency. Federal law (49CFR26.29) requires that any delay or postponement of payment over 30 days may take place only tor good cause and with the agency·s prior written approval. Any violation of this provision shall subject the dolating prime contractor or subcontractorto the penalties. sanctions and other remedies specified in Section 7108.5 of the Business and Professions Code. These requirements shall not be construed to limit or impair any contractual. administrative. or judicial remedies otherwise available to the prime contractor or subcontractor in the event of a dispute involving late payment or nonpayment by the prime contractor. deficient subcontract performance, or noncompliance by a subcontractor. 11. FORM FHWA-1273 REQUIRED CONTRACT PROVISIONS FEDERAL-AID CONTRACfS (Excluding ATTACHMENT A-EMPLOYMENT AND MATERIALS PREFERENCE FOR APPALACHIAN DEVELOPMENT HIGHWAY SYSTEM OR APPALACHIAN LOCAL ACCESS ROAD CONTRACrS) !The following 10 pages must be physically inserted into the contract without modification.] FHVVA-1273 --Revised May 1, 2012 REQUIRED CONTRACT PROVISIONS FEDERAL-AID CONSTRUCTION CONTRACTS Page 7 of23 January 2018 24 Local Assistance Procedures Manual I. General II. Nondiscrimination Ill. No segregated Facilities IV. Davis-Bacon and Related Act Provisions V. Contract \,1\brk Hours and Safety StandardsAct Provisions VI. Subletting or Assigning the Contract VII. Safety: Accident Prevention VIII. False StatementsConceming Highway Projects IX. lmplementationofCieanAirAct and Federal Water Pollution Control Act X. Com pi iance with Government wide Suspension and Debarment Requirements XI. Certification Regarding Use of Contract Funds for Lobbying ATTACHMENTS A. Employment and Materials Preference for Appalachian Development Highway System or Appalachian Local Access Road Contracts (included in Appalachian contractsonly) I. GENERAL 1. Form FHWA-1273 must be physically incorporated in each construction contract funded under Title 23 (excluding emergency contractsrolely intended fordebrisremoval). The contractor(or subcontractor) must insert this form in each subcontract and further require its inclusion in alllowertiersubcontracts(excluding purchase orders. rental agreements and otheragreementsfor supplies or services). The applicable requirements of Form FHWA-1273 are incorporated by reference for work done under any purchase order, rental agreement or agreement for other services. The prime contractor shall be responsible forcompliance by any subcontractor,lower-tiersubcontractororservice provider. Form FHWA-1273 must be included in all Federal-aid design-build contracts, in all subcontracts and in lowertiersubcontracts(excluding subcontracts for design services, purchase orders. rental agreements and otheragreementsforsuppliesorservices). The design-buildershall be responsible for compliance by any subcontractor. lower-tier subcontractororservice provider. Contracting agencies may reference Form FHWA-1273 in bid proposal or request for proposal documents, however. the Form FHWA-1273 must be physically incorporated (not referenced) in all contracts, subcontracts and lower-tiersubcontracts(excluding purchase orders. rental agreements and other agreements for sup pi iesor services rei a ted to a construction contract). 2. Subject to the applicability criteria noted in the following sections, these contract provisions shall apply to all work performed on the contract by the contractor'sown organization and with the assistance ofworkers underthe contractor'simmediatesuperintendenceand to all work performed on the contract by piecework. station work. or by subcontract. 3. A breach of any of the stipulationscontained in these Required Contract Provisionsmay be sufficient groundsforwithholding of progress payments, withholding of final payment, termination of the contract. suspension I debarment or any other action determined to be appropriate by the contracting agency and FHWA. 4. Selection of Labor: During theperformanceofthiscontract. the contractor shall not use convict labor for any purpose within the limits of a construction project on a Federal-aid highway unless it is labor performed by convicts who are on parole, supervised release. or probation. The term Federal-aid highway does not include roadways functionally classified aslocal roadsorrural minorcollectors. Exhibit 12-G Required Federal-Aid Contract Language II. NONDISCRIMINA110N The provisionsofthissection related to 23 CFR Part 230 are applicable to all Federal-aid construction contracts and to all related construction subcontracts of $10.000 or more. The provisionsof 23 CFR Part 230 are not applicable to material supply, engineering, or architectural service contracts. In addition, the contractor and all subcontractors must comply with the following policies: Executive Order 11246,41 CFR 60, 29 CFR 1625- 1627, Title 23 USC Section 140, the Rehabilitation Act of 1973, as amended (29 USC 794 ), Titie VI of the Civil Rights Act of 1964, as amended,and related regulationsincluding49 CFR Parts21, 26 and 27; and 23 CFR Parts 200, 230, and 633. The contractor and all subcontractorsmust comply with: the requirementsofthe Equal Opportunity Clause in 41 CFR 60-1.4(b) and. for all construction contractsexceeding $10.000, the Standard Federal Equal Employment Opportunity Construction Contract Specifications in 41 CFR 60-4.3. Note: The U.S. Department of Labor hasexclusive authority to determine compliance with Executive Order 11246 and the policies of the Secretary oflaborincluding41 CFR 60, and 29 CFR 1625-1627. The contracting agency and the FHWA have the authority and the responsibility to ensure compliance with Title 23 USC Section 140, the Rehabilitation Act of 1973. as amended (29 USC 794), and Title VI of the Civil RightsAct of 1964, as amended, and related regulations including49 CFR Parts 21, 26 and 27; and 23 CFR Parts200, 230, and 633. The following provision isadopted from 23 CFR 230, Appendix A, with appropriate revisions to conform to the U.S. Department of Labor (US DOL) and FHWA requirements. 1. Equal Employment Opportunity: Equal employment opportunity (EEO) requirements not to discriminate and to take affirmative action to assure equal opportunity asset forth under laws, executive orders. rules, regulations(28 CFR 35, 29 CFR 1630, 29 CFR 1625-1627, 41 CFR 60 and 49 CFR 27)and orders of the Secretary of Labor as modified by the provisions prescribed herein. and imposed pursuant to 23 U.S.C. 140 shall constitute the EEO and specific affirmative action standards for the contractor's project activitiesunderthiscontract. The provisions of the Americans with OisabilitiesAct of 1990 (42 U.S.C. 12101 et seq.) set forth under28 CFR 35 and 29 CFR 1630 are incorporated by reference in this contract. In the execution of this contract, the contractoragreesto 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 term sand condit1onsof employmentand in their review of activitiesunderthe contract. b. The contractor will accept asitsoperating policy thefollo.ving statement: "It is the policy of this Company to assure that applicantsare employed, and thatemployeesare treated during employment without regard to their race, religion, sex, color, national origin, age ordisability. Such action shall include: employment. upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or otherformsofcompensation; and selection fortraining, including apprenticeship. pre-apprenticeship, and/or on-the-job training." FI-IVVA-1273 --Revised May 1, 2012 Page 8 of 23 January 2018 25 Local Assistance Procedures Manual 2. EEO Officer: The contractor will designate and make know n to the contracting officers and EEO Officer who will have the responsibility for and rrust be capable of effectively administering and prorroting and active EEO program and who must be assigned adequate author~y and responsibil~y to do so. 3. Dissemination of Policy: All mentlers of the contractor's staff who are authorized to hire, supervise, prorrote, and discharge employees, or who recommend such action, or w ho 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 rronths, at which time the contractor's EEO policy and its implementation will be reviewed and explained. The meetings will be conducted by the EEO Officer. b. All new supervisory or personnel office employees will be given a thorough indoctrination by the EEO Officer, covering all major aspects of the contractor's EEO obligations within thirty days following their reporting for duty with the contracta. c. All personnelw ho 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 Vv'hen advertising for employees. the contractor will include in all advertisements for employees the notation: "An Equal Opportunity ~Ioyer." All such advertisements will be placed in publications having a large circulation among minorities and women in the area fromw hich the projectworkforcewould 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 establishw ith such identified sources procedures whereby minority and w omen 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. Vv'here implementation of such an agreement has the effect of discriminating against ninorities or women, or obligates the contractor to do the same. such implementation violates Federal nondiscrimination provisions. Exhibit 12-G Required Federal-Aid Contract Language 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, prorrotion, transfer, derrotion, layoff, and termination, shall be taken without regard to race, color, religion, sex, national origin, age or disability. The following procedures shall be followed: a. The contractor will conduct periodic inspections of project s~es to insure that working cond~ions and employee facilities do not indicate discriminatory treatment of project site personnel. b. The contractor will periodically evaluate the spread of wages paid w ithin 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. Vv'here evidence is found, the contractor will promptly take corrective action. If the review indicates that the discrimination may extend beyond the actions reviewed, such corrective action shall include all affected persons. d. The contractor will promptly investigate all complaints of alleged discrimination made to the contractor in connection with its obligations under this contract, will attempt to resolve such complaints. and will take appropriate corrective action within a reasonable time. If the investigation indicates that the discrimination may affect persons other than the complainant, such corrective action shall include such other persons. Upon completion of each investigation, the contractor will inform every complainant of all of their avenues of appeal. 6. Training and Promotion: a. The contractor will assist in locating, qualifying, and increasing the skills of minorities and women who are applicants for employment or current employees. Such efforts should be aimed at developing full journey level status employees in the type of trade or job classification involved. b. Consistent with the contractor's work force requirements and as permissible under Federal and State regulations, the contractor shall make full use of training programs, i.e., apprenticeship, and on-the-job training programs for the geographical area of contract performance. In the event a special provision for training is provided under this contract, this subparagraph will be superseded as indicated in the special provision. The contracting agency may reserve training positions for persons who receive welfare assistance in accordance with 23 U.S.C. 140(a). c. The contractor will advise employees and applicants for employment of available training programs and entrance requirements for each. d. The contractorwillperiodically review the training and prorrotion potential of employees who are minorities and women and will encourage eligible employees to apply for such training and prorrotion. Page 9 of23 January 2018 26 Local Assistance Procedures Manual 7. Unions: If the contractor relies in whole or in part upon unions as a source of employees, the contractor will use good fa~h efforts to obtain the cooperation of such unions to increase opportun~ies for minor~ies and women. Actions by the contractor, e~her directly or through a contractor's association acting as agent, w ill include the procedures set forth below: a. The contractorwilluse good fa~h efforts to develop, in cooperation w ~h the unions, joint training programs aimed toward qualifying more minor~ies and women for merroership in the unions and increasing the skills of minor~ies and women so that they may qualify for higher paying employment. b. The contractor will use good fa~h efforts to incorporate an EEO clause into each union agreement to the end that such union will be contractually bound to refer applicants w ~hout regard to their race, color, religion, sex, national origin, age or disabil~y. 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 w ~hin 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 w ~h a reasonable flow of referrals w~hin the time limit set forth in the collective bargaining agreement, the contractor will, through independent recru~ment efforts, fill the errployment vacancies w ~hout regard to race, color, religion, sex, national origin, age or disability; making full efforts to obtain qualified and/or qualifiable minor~ies and women. The failure of a union to provide sufficient referrals (even though~ 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 contractorfrommeeting the obligations pursuant to Executive Order 11246, as amended, and these special provisions, such contractors hall imrrediately notify the contracting agency. 8. ReasonableAccommodationforApplicants/ Employees with Disabilities: The contractor must be familiar w ~h the requirements for and comply with the Americans with Disabilities Act and all rules and regulations established there under. B"rployers must provide reasonable accommodation in all errployment activities unless to do sow ould cause an undue hardship. 9. Selection of Subcontractors, Procurement of Materials and Leasing of Equipment The contractor shall not discriminate on the grounds of race, color, religion, sex, national origin, age or disability in the selection and retention of subcontractors, including procurement of materials and leases of equipment. The contractor shall take all necessary and reasonable steps to ensure nondiscrimination in the administration of this contract. a. The contractor shall notify all potential subcontractors and suppliers and lessors of their EEO obligations under this contract. b. The contractor will use good faith efforts to ensure subcontractor compliance w ~h their EEO obligations. Exhibit 12-G Required Federal-Aid Contract Language FHWA-1273 --Revised May 1, 2012 10. Assurance Required by 49 CFR 26.13(b): a. The requirements of 49 CFR Part 26 and the State DOTs U.S. DOT-approved DBE program are incorporated by reference. b. The contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT-ass is ted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may resu~ in the termination of this contract or such other remedy as the contracting agency deems appropriate. 11. Records and Reports: The contractor shall keep such records as necessary to document compliance w ~h 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 nurroer and work hours of minority and non-minority group merroers and women errployed in eachw orkclassmcation on the project; (2) The progress and efforts being made in cooperation with unions, when applicable, to increase employment opportunities for minor~ies 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 nurroer of rrinority, women, and non- minority group employees currently engaged in each work classification required by the contract work. This information is to be reported on Fnrm FHW:\-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 errployment data should reflect thew ork force on board during all or any part of the last payroll period preceding the end of July. Ill. NONSEGREGATBl FACILITIES This provision is applicable to all Federal-aid construction contracts and to all related construction subcontracts of $10,000 or more. The contractor must ensure that facilities provided for errployees are provided in such a manner that segregation on the basis of race, color, religion, sex, or national origin cannot resutt. The contractor may neither require such segregated use by written or oral policies nor tolerate such use by errployee custom The contractor's obligation extends further to ensure that ~s errployees are not assigned to perform their services at any location, under the contractor's contrd, where the f acil~ies are segregated. The term "f acil~ies" includes waiting rooms, work areas, restaurants and other eating areas, time clocks, restrooms, wash rooms, locker rooms, and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing provided for errployees. The contractor shall provide separate or single-user rest rooms and necessary dressing or sleeping areas to assure privacy between sexes. Page 10 of 23 January 2018 27 Local Assistance Procedures Manual IV. DAVIS-BACON AND REI..AT8J 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). The requirerrents apply to all projects located within the right-of-way of a roadway that is functionally classified as Federal-aid highway. This excludes roadways functionally classified as local roads or rural minor collectors, which are exerl1Jt. Contracting agencies may elect to apply these requirerrents to other projects. The following provisions are from the U.S. Departrrent of Labor regulations in 29 CFR 5.5 "Contract provisions and related matters" with minor revisions to conform to the FH'v\IA-1273 format and FH'vVA program requirerrents. 1. Minimumwages a. All laborers and rrechanics erl1Jioyed or working upon the site of thew ork, will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR part 3)). the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at tirre of payrrent corl1Juted at rates not less than those contained in the wage determination of the Secretary of Labor w hich 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 rrechanics. 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 rrechanics are considered wages paid to such laborers or rrechanics, subject to the provisions of paragraph 1.d. of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and rrechanics shall be paid the appropriate wage rate and fringe benefits on thew age 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 corl1Jensated at the rate specified for each classification for the tirre actually worked therein: A-ovided, That the erl1Jioyer's payroll records accurately set forth the time spent in each classification in which work is performed. Thew age determination (including any additional classification and wage rates conformed under paragraph 1.b. of this section) and the Davis-Bacon poster (V\11-i-1321) shall be posted at all times by the contractor and its subcontractors at the site of the w ork in a prominent and accessible placew here it can be easily seen by the workers. b. ( 1) The contracting officers hall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be erl1Jioyed under the contract shall be classified in conformance with thew age determination. The contracting officers hall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: Exhibit 12-G Required Federal-Aid Contract Language FH'vVA-1273 --Revised May 1, 2012 (i) The work to be perforrred by the classification requested is not perforrred by a classification in thew age determination; and (ii) The classification is utilized in the area by the construction industry; and (iii) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to thew age rates contained in the wage determination. (2) If the contractor and the laborers and mechanics to be erl1Jioyed 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 whereappropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Errployment Standards Administration, U.S. Department of Labor, Washington, DC 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (3) In the event the contractor, the laborers or mechanics to be erl1Jioyed 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, w here appropriate), the contracting officers hall refer the questions, including the views of all interested parties and the recomrrendation of the contracting officer, to the Wage and Hour Administrator for determination. The Wage and Hour Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (4) Thew age rate (including fringe benefits where appropriate) determined pursuant to paragraphs 1.b.(2) or 1.b.(3) of this section, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. c. Whenever the rrinimum wage rate prescribed in the contract for a class of laborers or rrechanics includes a fringe benefit w hich is not expressed as an hourly rate, the contractors hall either pay the benefit as stated in thew age determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. d. If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of thew ages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, A-ovided, 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 rreeting of obligations under the plan or program. Page 11 of 23 January 2018 28 Local Assistance Procedures Manual 2. Withholding • The contracting agency shall upon its own action or upon written request of an authorized representative of the Department of Labor, w ithholcl 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 necessal}' to pay laborers and mechanics. including apprentices, trainees, and helpers, eJlllloyed 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. efTllloyed or working on the site of the w ark, all or part of thew ages required by the contract, the contracting agency may, after written notice to the contractor, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. 3. Payrolls and basic records a. Payrolls and basic records relating thereto shall be maintained by the contractor during the course of thew ork and preserved for a period of three years thereafter for all laborers and mechanics working at the site of thew ark. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1 (b)(2)(B) of the Davis-Bacon Act), daily and weekly number of hours worked, deductions made and actualw ages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1 )(iv) that thew ages 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 which shON that the corrvnitment to provide such benefits is enforcealje, that the plan or program is financially responsible, and that the plan or program has been conmunicated in writing to the laborers or mechanics affected, and recordswhichshON the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs. the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. b. (1) The contractor shall submit weekly for each week inw hich any contract w ark is performed a copy of all payrolls to the contracting agency. The payrolls submitted shall set out accurat~ and COfTllletely 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 payrol information may be submitted in any form desired. Optional Form \NH-347 is available for this purpose from the Wage and Hour Division Web site at http://www.dol.gov/esamhd/formsmh347instr.htm or its successor site. The prime contractor is responsible for the submission of copies of pay rolls by all subcontractors. Contractors and subcontractors shall maintain the full social security number and Exhibit 12-G Required Federal-Aid Contract Language FHNA-1273 --Revised May 1, 2012 current address of each covered worker, and shall provide them upon request to the contracting agency for transmission to the State OOT, the FHNA or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. tt is not a violation of this section for a prime contractor to require a subcontractor to provide addresses and social security numbers to the prime contractor for its own records, without weekly submission to the contracting agency. (2) Each payroll submitted shall be accoJlllanied by a "Statement. of CofTllliance," signed by the contractor or subcontractor or h1s or her agent who pays or supervises the payment of the persons eJlllloyed under the contract and shall certify the following: (i) That the payroll for the payroll period contains the information required to be provided under §5.5 (a)(3)(ii) of Regulations, 29 CFR part 5, the appropriate information is being maintained under §5.5 (a)(3)(i) of Regulations. 29 CFR part 5, and that such information is correct and COJllllete; (ii) That each laborer or mechanic (including each helper, apprentice, and trainee) efTlJioyed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly. and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations, 29 CFR part 3; (iii) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (3) Thew eekly submission of a properly executed certification set forth on the reverses ide of Optional Form \NH-347 shall satisfy the requirement for submission of the "St~teme~t of Compliance" required by paragraph 3.b.(2) of th1s section. (4) The falsification of any of the above certifications may subject the contractor or subcontractorto civil or criminal prosecution under section 1001 of title 18 and section231 of title 31 of the United States Code. c. The contractor or subcontractors hall make the records required under paragraph 3.a. of this section available for inspection, copying, or transcription by authorized representatives of the contracting agency, the State DOT, the FHNA, or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontracta fails to submit the required records or to make them available, the FHNA may, after written notice to the contractor, the contracting agency or the State DOT. take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore. failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. Page 12 of 23 January 2018 29 Local Assistance Procedures Manual 4. Apprentices and trainees a. Apprentices (programs of the USOOL). Apprentices will be permitted to work at less than the predetermined rate for thew ork they performed when they are errployed pursuant to and individually registered in a bona fide apprenticeship program registered w nh the U.S. Department of Labor, Employment and Training Administration, Office of Apprentic~ship !raining, Erll>loyer and Labor Services, or with a State Apprent1cesh1p Agency recognized by the Office, or if a person is errployed in his or her first 90 days of probationary employment as an apprentice in ~uch an apprenticeship program, who is not individually registered_ln th~ program, but who has been certified by the Office of Appr~nt1ce~h1p Training, Errployer and Labor Services or a State Apprent1cesh1p Agency (where appropriate) to be eligible for probationary errployment as an apprentice. The allow able ratio of apprentices to journeymen on the job sne in any craft classification shall not be greater than the ratio ~ermitted to the contractor as to the entire workforce under the reg1stered program Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise errployed 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 addnion, any apprentice performing work on the job sne in exc~ss of the ratio perrmted under the registered program sha~l b~ pa1d not less than the applicable wage rate on thew age determnat1on for thew ork 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 (~x_pr~ssed 1n percentages of the journeyman's hourly rate) specified 1n the contractor's or subcontractor's registered programs hall 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 spe_cif1ed in the applicable wage determination. Apprentices shall be pa1d fringe benefits in accordance with the ~rovis_ions of the apprenticeship program If the apprent1cesh1p ~rogramdoes not specify fringe beneUs, apprentices must be pa1d the full amount of fringe benefns listed on thew age determination for t~e applicable classification. If the Adninistrator determines that a different practice prevails for the applic~ble apprentic~ cl~ssification. fringes shall be paid in accordance with that determnat1on. In the event the Office of Apprenticeship Training, Errployer and Labor Services, or a State Apprenticeship Agency recognized by the Office, withdrcms approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less . than the applicable predetermined rate for thew ork perf armed until an acceptable program is approved. b. Trainees (programs of the USOOL). Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for thew ork performed unless they are errployed 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. Exhibit 12-G Required Federal-Aid Contract Language FHVVA-1273 --Revised 1\Aay 1, 2012 The ratio of trainees to journeymen on the job site shall not be greater than perrmted under the plan approved by the Errployment 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 progr~~s, ~xpressed as a percentage of the journeyman hourly rate specif1e~ 1n t_he applicable wage determination. Trai~e~s shall be p~id fnnge benefits in accordancewnh the proviSIOns of the tra1nee program If the trainee program does not mention fringe beneUs, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and f-lour [)vision determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe_benefits for apprentices. Any errployee listed on the payroll at a tra1nee rate who is not registered and participating in a training plan approved by the Errployment and Training Administration shall b~ p~id not less than the applicable wage rate on thew age det~!mnat1on f~r the classification of work actually performed. In addition, any tra1nee 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 thew age deternination for thew ork actually performed. In the event the Erll>loyment and Training Administration w ithdJCMts approval of a training program, the contractor w_ill no longer be permitted to utilize trainees at less than the ap~hcable predetermined rate for thew ork performed unt1l an acceptable program is approved. c. Equal errployment opportunity. The utilization of apprentice~, trainees and journeymen under this part shall be in conformity with the equal errployment opportunity requirements of Executive Order 11246, as amended, and 29 CFR part 30. d. Apprentices and Trainees (programs of the U.S. DOT). Apprentices and trainees working under apprenticeship and skill training programs which have been certified ~y th~ Secretary o~ Transportation as promoting EEO in connection with Federal-aid highway construction programs are not subject to the requirements of paragraph 4 of this Section IV. The straight time hourly Yo! age rates for apprentices and trainees under such ~rograms will_ be established by the particular programs. The rat1o of apprentiCes and trainees to journeymen shall not be greater than permitted by the terms of the particular program 5. Com pliancewith Copeland Act requirements. Th~ contractor shall corrply with the requirements of 29 CFR part 3, w h1ch are incorporated by reference in this contract. 6. Subcontracts. The contractor or subcontractor shall insert Form FHVVA-1273 in any subcontracts and also require the subcontractors to include Form FHVVA-1273 in any lower tier subcontracts. The prime contractor shall be_ responsible for the_ corrpliance by any subcontractor or lower t1er subcontractor with all the contract clauses in 29 CFR 5.5. 1. 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. Page 13 of 23 January 2018 30 Local Assistance Procedures Manual 8. Com pliancewith Davis-Baconand 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 Departrrent of Labor set forth in 29 CFR parts 5, 6, and 7. Disputes within the rreaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the U.S. Departrrent of Labor, or the employees or their representatives. 1 0. Certification of eligibility. a. By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Governrrent contracts by virtue of section 3(a) of the Davis- BaconActor29 CFR 5.12(a)(1). b. No part of this contract shall be subcontracted to any person or firm ineligible for award of a Governrrent contract by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)( 1 ). c. The penaHy for making false staterrents is prescribed in the U.S. Criminal Code, 18 U.S. C. 1001. V. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT The following clauses apply to any Federal-aid construction contract in an amount in excess of $100,000 and subject to the overtirre provisions of the Contract Work Hours and Safety Standards Act. These clauses shall be inserted in addition to the clauses required by 29 CFR 5.5(a) or 29 CFR 4.6. As used in this paragraph, the terms laborers and rrechanics include watchmen and guards. 1. Overtime requirements. No contractor or subcontractor contracting for any part of the contractworkwhichmay require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in w hich he or she is employed on such work tow ork 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 forunpaidwages; liquidated damages. In the event of any violation of the clause set forth in paragraph ( 1.) of this section, the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Colurrt>ia 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 Exhibit 12-G Required Federal-Aid Contract Language FHVVA-1273 --Revised ~y 1, 2012 3. Withholding for unpaid wages and liquidated damages. The FHVVA or the contacting agency shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2.) of this section. 4. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (1.) through (4.) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1.) through (4.) of this section. VI. SUBLETTING OR ASSIGNING THE CONTRACT This provision is applicable to all Federal-aid construction contracts on the National Highway System. 1. The contractor shall performw ith its ow norganization 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 speciaHy items designated by the contracting agency. SpeciaHy items may be performed by subcontract and the amount of any such speciaHy 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 ON n organization (23 CFR 635.116). a. The term "performw ork with its own organization" refers to workers employed or leased by the prime contractor, and equipment ow ned or rented by the prime contractor, with or without operators. Such term does not include employees or equipment of a subcontractor or low ertier subcontractor, agents of the prime contractor, or any other assignees. The term may include payments for the costs of hiring leased employees from an employee leasing firm meeting all relevant Federal and State regulatory requirements. Leased employees may only be included in this term if the prime contractor meets all of the following conditions: ( 1) the prime contractor maintains control over the supervision of the day-to-day activities of the leased employees; (2) the prime contractor remains responsible for the quality of the work of the leased employees; (3) the prime contractor retains all power to accept or exclude individual employees fromw ork on the project; and ( 4) the prirre contractor remains uHimately responsible for the payment of predetermined minimum wages, the submission of payrolls. statements of compliance and all other Federal regulatory requirements. b. "Specialty ~ems" shall be construed to be limited tow ork that requires highly specialized know ledge, 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. Page 14 of 23 January 2018 31 Local Assistance Procedures Manual (1.) of this section, in the sum of $10 for each calendar day onw hich such individual was required or permitted tow ork in excess of the standard w or~eek of forty hours without payrrent of the overtirre wages required by the clause set forth in paragraph ( 1.) of this section. 2. The contract amount upon which the requirerrents set forth in paragraph ( 1) of Section VI is computed includes the cost of material and manufactured products which are to be purchased or produced by the contractor under the contract provisions. 3. The contractor shall furnish (a) a competent superintendent or supervisor who is employed by the firm, has full authority to direct performance of thew ork 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. 5. The 30% self -performance requirement of paragraph ( 1) is not applicable to design-build contracts; however, contracting agencies may establish their own self-performance requirements VII. SAFETY: ACCIDENT PREVENTION This provision is applicable to all Federal-aid construction contracts and to all related subcontracts. 1. In the performance of this contract the contractors hall comply with all applicable Federal, State, and local laws governing safety, health, and sanitation (23 CFR 635). The contractor shall provide all safeguards, safety devices and protective equipment and take any other needed actions as it determines, or as the contracting officer may determine, to be reasonably necessary to protect the life and health of employees on the job and the safety of the public and to protect property in connection with the performance of thew ork covered by the contract. 2. tt 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, tow ork in surroundings or under conditions which are unsanitary, hazardous or dangerous to his/her health or safety, as determined under construction safety and health standards (29 CFR 1926) prorrulgated by the Secretary of labor, in accordance with Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S. C. 3704). 3. F\Jrsuant 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 heatth standards and to carry out the duties of the Exhibit 12-G Required Federal-Aid Contract Language FKVVA-1273 --Revised May 1, 2012 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 hones~ as possible. Willful falsification, distortion, or misrepresentationwlh 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 FKVVA-1022 shall be posted on each Federal-aid highway project (23 CFR 635) in one or more places where it is readily available to all persons concerned with the project: 18 U.S. C. 1020 reads as follows: "Whoever, being an officer, agent, or employee of the United States, or of any State or Territory, orw hoever, 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 thew ork 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 claimw ith respect to the character, quality, quantity, or cost of any work perforrred or to be performed, or materials furnished or to be furnished, in connection with the construction of any highway or related project approved by the Secretary of Transportation; or Whoever knowingly makes any false statement or false representation as to material fact in any statement, certificate, or report submitted pursuant to provisions of the Federal-aid Roads Act approved July 1, 1916, (39 Stat. 355), as arrended and s upplerrented; Shall be fined under this title or imprisoned not more than 5 years or both." IX. IM PLEJ\11 ENTATION OF CLEAN AIR ACT AND FBJERAL WATER POLLUTION CONTROL ACT This provision is applicable to all Federal-aid construction contracts and to all related subcontracts. By submission of this bid/proposal or the execution of this contract, or subcontract, as appropriate, the bidder, proposer, Federal-aid construction contractor, or subcontractor, as appropriate, will be deemed to have stipulated as follows: 1. That any person w ho is or w ill be utilized in the performance of this contract is not prohibited from receiving an award due to a violation of Section 508 of the Clean Water Act or Section 306 of the Clean Air Act. 2. That the contractor agrees to include or cause to be included the requirements of paragraph ( 1) of this Section X in every subcontract, and further agrees to take such action as the contracting agency may direct as a means of enforcing such requirements. Page 15 of 23 January 2018 32 Local Assistance Procedures Manual Secretary under Section 1 07 of the Contract Work Hours and Safety Standards Act (40 U.S.C.3704). VIII. FALSE STATB\IIe.ITS CONCERNING HIGHWAY PROJECTS This provision is applicable to all Federal-aid construction contracts and to all related subcontracts. 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 resutt 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 w hetherto enter into this transaction. How ever, failure of the prospective first tier participant to furnish a certification or an explanation shall disqualify such a person from participation in this transaction. c. The certification in this clause is a material representation of fact upon which reliance was placed when the contracting agency determined to enter into this transaction. If it is later determined that the prospective participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the contracting agency may terminate this transaction for cause of defautt. d. The prospective first tier participant shall provide immediate w ritlen notice to the contracting agency tow hom this proposal is subrritted if any time the prospective first tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. e. The terms "covered transaction,'' "debarred,'' "suspended,'' "ineligible," "participant," "person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180 and 1200. "First Tier Covered Transactions" refers to any covered transaction between a grantee or subgrantee of Federal funds and a participant (such as the prime or general contract). "LONer Tier Covered Transactions" refers to any covered transaction under a First T~er Covered Transaction (such as subcontracts). "First T~er Participant" refers to the participant who has entered into a covered transaction with a grantee or subgrantee of Federal funds (such as the prime or general contractor). "LONer Tier Participant" refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers). f. The prospective first tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency entering into this transaction. g. The prospective first tier participant further agrees by submitting this proposal that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-LowerTierCoveredTransactions," provided by the department or contracting agency. entering into this covered Exhibit 12-G Required Federal-Aid Contract Language FI-WA-1273 --Revised May 1, 2012 X. CERTIFICATION REGARDING DEBARMe.IT, SUSPENSION, INaiGIBILITY AND VOLUNTARY EXCLUSION This provision is applicable to all Federal-aid construction contrads, design-build contracts, subcontracts, lower-tier subcontracts, purchase orders, lease agreements, consuttant contracts or any other covered transaction requiring FI-WA approval or that is estimated to cost $25,000 or more-as defined in 2 CFR Parts 180 and 1200. h. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants. each participant may, but is not required to, check the Excluded Parties List System website (httrs:i/\\\m.cpls.govi), whi:h is compiled by the General Services Administration. i. Nothing contained in the foregoing shall be construed to require the establishment of a system of records in order to render in good faith the certification required by this clause. The know ledge 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 defautt. 2. Certification Regarding Debannent, Suspension, Ineligibility and Voluntary Exclusion -First Tier Participants: a. The prospective first tier participant certifies to the best of its know ledge and belief, that it and its principals: (1) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency; (2) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud 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; (3) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (a)(2) of this certification; and (4) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State or local) terminated for cause or defautt. Page 16of 23 January 2018 33 Local Assistance Procedures Manual transaction, w ~hout rrodification, in all lower tier covered transactions and in all solic~ations for lower tier covered transactions exceeding the $25,000 threshold. 2. lnstrudionsforCertification-Lower Tier Participants: (Applicable to all subcontracts, purchase orders and other low ertier transactions requiring prior FHWA approval or estimated to cost $25,000 or rrore-2 CFR Parts 180 and 1200) a. By signing and submitting this proposal, the prospective lower ter 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. ff ~ is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in add~ion to other remedies available to the Federal Government, the department, or agency w ~h which this transaction originated may pursue available remedies, including suspension and/or debarment. c. The prospective lower tier participant shall provide irnrediate w r~en notice to the person tow hich this proposal is submitted if at any time the prospective lower tier participant learns that ~s certification was erroneous by reason of changed circumstances. d. The terms "covered transaction," "debarred," "suspended," "ineligible," "participant," "person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180 and 1200. You may contactthe person tow hich this proposal is submitted for assistance in obtaining a copy of those regulations. "First Tier Covered Transactions" refers to any covered transaction between a grantee or subgrantee of Federal funds and a participant (such as the prime or general contract). "Lc:wer T1er Covered Transactions" refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). "First T1er Participant" refers to the participant who has entered into a covered transaction w~h a grantee or subgrantee of Federal funds (such as the prime or general contractor). "Lc:wer 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 low ertier participant agrees by submitting this proposalthat, should the proposed covered transaction be entered into, ~ shall not knowingly enter into any lower tier covered transaction w~h a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency w ~h which this transaction originated. f. The prospective low ertier participant further agrees by submitting this proposal that~ will include this clause titled "Certification Regarding Debarment, Suspension,lneligibiltty and Voluntary Exclusion-Low erTier Covered Transaction," without rrodification. in all lower tier covered transactions and in all solic~ations for lower tier covered transactions exceeding the $25,000 threshold. g. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knc:ws that the certification is erroneous. A participant is responsible for ensuring that tts principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibil~ of tts principals. as well as the eligibility of any lower tier prospective participants, each participant may. but is not required to, check the Excluded Parties List System w ebstte Exhibit 12-G Required Federal-Aid Contract Language FHWA-1273 --Revised May 1, 2012 b. V\lhere the prospective participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. 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 w ~h which this transaction originated may pursue available remedies, including suspension and/or debarment. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Participants: 1. The prospective low ertier participant certifies, by submission of this proposal, that ne~her tt nor tts principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency. 2. VVhere the prospective lower tier participant is unable to certify to any of the statements in this certification. such prospective participant shall attach an explanation to this proposal. XI. CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING This provision is applicable to all Federal-aid construction contracts and to all related subcontracts which exceed $100,000 (49 CFR 20). 1. The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her know ledge and belief, that: a. No Federal appropriated funds have been paid or will be paid, by or on behaff of the undersigned, to any person for influencing or atterll>ting to influence an officer or erll>loyee of any Federal agency. a ~mber of Congress. an officer or erll>loyee of Congress, or an erll>loyee of a ~mber of Congress in connection with the aw arcling 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 rrodification of any Federal contract, grant, loan, or cooperative agreement. b. ff any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or atterll>ting to influence an officer or eJ'Tl>loyee of any Federal agency. a ~mber of Congress, an officer or erll>loyee of Congress, or an erll>loyee of a ~mber of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall COJ'Tl>lete 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 irll>osed 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 rrore than $100,000 for each such failure. 3.The prospective participant also agrees by submttting tts bid or proposal that the participant shall require that the language of this certification be included in all lower tier subcontracts. which Page 17 of 23 January 2018 34 Local Assistance Procedures Manual (httmV'""" cpls g.), t which is colll>iled by the General Services Admnis tration. 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 know ledge and normally possessed by a prudent person in the ordinary course of business dealings. Exhibit 12-G Required Federal-Aid Contract Language FHVVA-1273 --Revised May 1, 2012 exceed information of participant is not required to exceed that which is $100,000 and that all such recipients shall certify and disclose accordingly. Page 18 of 23 January 2018 35 Local Assistance Procedures Manual Exhibit 12-G Required Federal-Aid Contract Language 12. FEMALE AND MINORITY GOALS To comply with Section II. "Nondiscrimination." of"Required Contract Provisions Federal-Aid Construction Contracts." the following are tor female and minority utilization goals tor Federal-aid construction contracts and subcontracts that exceed $10.000: The nationwide goal tor female utilization is 6.9 percent. The goals tiu minority utilization [45 Fed Reg 65984 ( 10/311980) I arc as follows: MINORITY lJflLIZA TION GOALS F.conomic Area Redding CA: 174 Non-SMSA (Standard Metropolitan Statistical Area) Counties: CA Lassen; CA Modoc; CA Plumas: CA Shasta; CA Siskiyou: CA Tehama Eureka. CA 175 Non-SMSA Counties: CA Del Norte: CA Humboldt; CA Trinity San Francisco-Oakland-San Jose. CA: 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 CA Santa Clara. CA 176 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: SMSA Counties: 6920 Sacramento. ·cA 177 CA Placer: CA Sacramento; CA Yolo Non-SMSA Counties CA Butte; CA Colusa; CA El Dorado: CA Glenn: CA Nevada: CA Sierra; CA Sutter: CA Yuba Stockton-Modes to, CA: SMSA Counties: 5170 Modesto.CA 178 CA Stanislaus 8120 Stockton. CA CA San Joaquin Non-SMSA Counties CA Alpine: CA Amador; CA Calaveras: CA Mariposa: CA Merced: CA Tuolumne Fresno-Bakers field, CA SMSA Counties: 179 0680 Bakers tield, CA CA Kern 2840 Fresno. CA U>al (Percent) 6.8 6.6 28.9 25.6 19.6 14.9 9.1 17.1 23.2 16.1 14.3 12.3 24.3 19.8 19.1 26.1 Page 19 of 23 January 2018 36 Local Assistance Procedures Manual Exhibit 12-G Required Federal-Aid Contract Language CA Fresno Non-SMSA Counties: CA Kings: CA Madera: CA Tulare Los Angeles. CA: SMSA Counties: 0360 Anaheim-Santa Ana-Cilrden Grove. CA CA Omnge 4480 Los Angeles-Long Beach. CA CA Los Angeles 180 6000 0:\llard-Simi Valley-Ventum. CA CA Ventura 6780 Riverside-San Bernardino-Ontario. CA CA Riverside; CA San Bernardino 7480 Santa Barbara-Santa Maria-Lompoc. CA CA Santa Barbara Non-SM SA Counties CA lnyo: CA Mono; CA San Luis Obispo San Diego. CA: SMSA Counties 7320 San Diego. CA 181 CA San Diego Non-SMSA Counties CA Imperial For the last full week July during which work is performed under the contract. you and each non material-supplier subcontractor with a subcontractof$10.000 or more must complete Form FHW A PR-1391 (Appendix C to 23 CFR 230). Submit the forms by August 15. 13. TITLE VI ASSURANCES During the performance of this Agreement. the contractor. fbr itself: its assignees and successors in interest (hereinatler collectively referred to as CONTRACTOR) agrees as follows: 23.6 11.9 28.3 21.5 19.0 19.7 24.6 16.9 18.2 ( 1) Compliance with Regulations: CONTRACrOR shall comply with the regulations relative to nondiscrimination in federally assisted programs ofthc Department of Transportation. Title 49. Code of Federal Regulations, Part 21. as they may be amended tium time to time. (hereinatler referred to as the REGULA T1 ONS ). which are herein incorporated by reference and made a part of this agreement. (2) Nondiscrimination: CONTRACTOR. with regard to the work pertomtCd 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 progmm set forth in Appendix B of the Regulations. (3) Solicitations tor Sub-agreements. Including Procurements of Materials and EQuipment: In all solicitations either by competitive bidding or negotiation made by CONTRACTOR tor 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 CONTRACI"OR of the CONTRACTOR ·s obligations under this Agreement and the Regulations relative to nondiscrimination on the grounds ofmce. color. or national origin. (4) Information and Reports: CONTRACrOR shall provide all in formation and reports required by the Regulations, or directives issued pursuant thereto. and shall pern1it access to its books. records. accounts. other sources of information. and its facilities as may be determined by the California Department of Transportation or FHW A to be pertinent to ascertain compliance with such Regulations or directives. Where any information Page 20 of 23 January 2018 37 Local Assistance Procedures Manual Exhibit 12-G Required Federal-Aid Contract Language required of CONTRACTOR is in the exclusive possession ofanotherwho fails or refuses to furnish this intonnation. CONTRACI'OR shall so certit)' to the California Department of Transportation or the FHW A as appropriate. and shall set forth what ctlorts CONTRACTOR has made to obtain the infonnation. (5) Sanctions for Noncompliance: In the event of CONTRACTOR's noncompliance with the nondiscrimination provisions of this agreement. the California Department ofTransportation shall impose such agreement sanctions as it or the FHW A may determine to be appropriate. including, but not limited to: (a) withholding of payments to CONTRACI'OR under the Agreement within a reasonable period of time, not to exceed 90 days; and/or (b) cancellation. termination or suspension ofthe Agreement. in whole or in part. (6) Incorporation ofProvisions: CONTRACrOR shall include the provisions of paragraphs (I) through (6) in every sub-agreement. including procurements of materials and leases of equipment. unless exempt by the Regulations. or directives issued pursuant thereto. CONTRACrOR shall take such action with respect to any sub-agreement or procurement as the California Department of Transportation or FHWA may direct as a means of enforcing such provisions including sanctions tor noncompliance. provided, however, that. in the event CONTRACrOR becomes involved in, or is threatened with. litigation with a sub-applicant or supplier as a result of such direction, CONTRACTOR may request the California Department of Transportation enter into such litigation to protect the interests ofthe State. and. in addition, CONTRACTOR may request the United States to enter into such litigation to protect the interests of the United States. 14. USE OF UNITED STATES-FLAG VESSELS The CONTRACI'OR agrees- 1. To utilize privately O\\ned United States-flag commercial vessels to ship at least 50 percent of the gross tonnage (computed separately tor dry bulk carries. dry cargo liners. and tankers) involved. whenever shipping any equipment. material, or commodities pursuant to this contract. to the extent such vessels arc available at fair and reasonable rates tor United States-flag commercial vessels. 2. To Furnish within 20 days following the date of loading lor shipments originating within the United State or within 30 working days following the date of loading tor shipments originating outside the United States. a legible copy of a rated ·•on-board .. commercial ocean bill-ot:.lading in English tor each shipment of cargo described in paragraph ( 1) of this section to both the Contracting Otlicer (through the prime contractor in the case of subcontractorbills-ot:.lading) and to the Division of National Cargo. Otlicc of Market Development. Maritime Administration, Washington. DC 20590. 3. To insert the substance ofthe pro vis ions of this clause in all subcontracts issued pursuant to this contract. Page 21 of 23 January 2018 38 Local Assistance Procedures Manual Exhibit 12-G Required Federal-Aid Contract Language Fedeml Trainee Progmm Special Provisions (to be used when applicable) 15. FEDERAL TRAINEE PROGRAM For the Federal training program. the number of trainees or apprentices is ZERO This section applies if a number of trainees or apprentices is specified in the special provisions. As part of yourequal opportunity affirmative action program provide on-the-job training to develop full journeymen in the types of trades or job classifications involved. You have primary responsibility for meeting this training requirement. If you subcontract a contract part. determine how many trainees or apprentices are to be trained by the subcontractor. Include these training requirements in yoursubcontract. Where feasible. 25 percent of apprentices or trainees in each occupation must be in their I st year of apprenticeship or training. Distribute the number of apprentices or trainees among the work classifications on the basis of your needs and the availability ofjourneymen in the various classifications within a reasonable recruitment area. Before starting work. submit to the City/County of I. Number ofapprentices or trainees to betrained for each classification 2. Training program to be used 3. Training starting date for each classi lication Obtain the City/County's of Palm Springs approval for this submitted information before you start work. The City/County of Palm SprinQs credits you for each apprentice or trainee you employ on the work who is currently enrolled or becomes enrolled in an approved program. The primary objective ofthis section is to tmin and upgrade minorities and women toward journeymen status. Make every etlort to enroll minority and women apprentices or trainees. such as conducting systematic and direct recruitment through public and private sources likely toy ield minority and women apprentices or tminees. to the extent they are available within a reasonable recruitment area. Show that you have made the eiTorts. In making these ellorts. do not discriminate against any applicant lor tmining. Do not employ as an apprentice or tminec an employee: I. In any classification in \vhich the employee has successfully completed a training course leading to journeyman status orin which the employee has been employed as a journeyman 2. Who is not registered in a progmm approved by the US Department of Labor. Bureau of Apprenticeship and Training Ask the employee if the employee has success tully completed a tmining course leading to journeyman status or has been employed as a journeyman. Your records must show· the employee's answers to the questions. In your training program establish the minimum length and training type for each classification. The City/County of Palm SprinQs and FI I W A approves a program if one of the foiiO\ving is met: I. It is calculated to: • Meet the your equal employment opportunity responsibilities • QualitY the average apprentice or trainee ft)r journeyman status in the classification involved by the end of the training period 2. It is registered with the U.S. Department of Labor. Bureau of Apprenticeship and Training. and it is administered in a way consistent with the equal employment responsibilities of Federal-aid highway construction contracts Obtain the State's approval for your training program bet(ue you start work involving the classification covered by the program. Page 22 of 23 January 2018 39 Local Assistance Procedures Manual Exhibit 12-G Required Federal-Aid Contract Language Provide training in the construction crafts. not in clerk-typist or secretarial-type positions. Training is allowed in lower level management positions such as otlice engineers. estimators. and timekeepers if the training is oriented toward construction applications. Training is allowed in the laborer classification if significant and meaningful training is provided and approved by the division otlice. Otr-site training is allowed if the training is an integral part of an approved training program and does not make up a significant part oftheo,·erall training. The City/County of Palm Springs reimburses you 80 cents per hour of training given an employee on this contract under an approved training program: I. For on-site training 2. For otT-site training if the apprentice or trainee is currently employed on a Federal-aid project and you do at least one of the following: • Contribute to the cost of the training • Provide the instruction to the apprentice or trainee • Pay the apprentice's or trainee's wages during the ofl:.site training period 3. If you comply this section. Each apprentice or trainee must: I. Begin training on the project as soon as feasible after the start of work involving the apprentice's or trainee's skill 2. Remain on the project as long as training opportunities exist in the apprentice's or trainee's work classification or until the apprentice or trainee has completed the training program Furnish the apprentice or trainee: I. Copy of the progmm you will comply with in providing the training Page 23 of 23 January 2018 40 Attachment 3 41 STATE OF CALIFORNIA· CALIFORNIA STATE TRANSPORTATION AGENCY DEPARTMENT OF TRANSPORTATION Division of Local Assistance 1120 N STREET P.O. BOX 942874, MS# 1 Sacramento, CA 94274-0001 TTY 711 August17,2018 Mr. Thomas Garcia Director of Engineering Services I City Engineer City of Palm Springs 3200 E. Tahquitz Canyon Way Palm Springs, CA 92262 Dear Mr. Garcia: /l.iJ(J 2 u EDMUND G. BROWN Jr., Governor File : 08-RIV..O-PSP CMLN-5282(045) Northbound Gene Autry Trail at the intersection with Vista Chino Enclosed are two originals of the Program Supplement Agreement No. 048-F to Administering Agency-State Agreement No. 08-5282F15 and an approved Finance Letter for the subject project. Please retain the signed Finance Letter for your records. Please note that federal funding will be lost if you proceed with future phase(s) of the project prior to getting the "Authorization to Proceed" with that phase. Please review the covenants and sign both copies of this Agreement and retum both to this office, Office of Project Implementation-MS1 within 90 days from the receipt of this letter. If the signed Agreements are not received back In this office within 90 days, funds will be disencumbered and/or deobligated. Alterations should not be made to the agreement language or funding. ATTACH YOUR LOCAL AGENCY'S CERTIFIED AUTHORIZING RESOLUTION THAT CLEARLY IDENTIFIES THE OFFICIAL AUTHORIZED TO EXECUTE THE AGREEMENT ON THE AGENCY'S BEHALF. A fully executed copy of the agreement will be returned to you upon ratification by Caltrans. No Invoices for reimbursement can be processed until the agreement is fully executed. The State budget authority supporting the encumbered funds is only available for liquidation up to specific deadlines. These deadlines are shown on the attached Finance letter as the "Reversion Date". Please ensure that your Invoices are submitted at least 60 days prior to the reversion date to avoid any lapse of funds. If your agency is unable to seek reimbursement by this date you may request an extension through a Cooperative Work Agreement (CWA). A CWA is subject to the final approval of the State Department of Finance. If approved, the CWA may extend the deadline for up to two years. Your prompt action is requested. If you have questions, please contact your District Local Assistance Engineer. I j \ Sin~cerely, I . ~ . .kvJOHN HOOLE, Chief ~ -Office of Project Implementation -South Division of Local Assistance Enclosure c: DLA AE Project Files (08) DLAE-David Lee 42 DEPARTMENT OF TRANSPORTATION DIVISION OF ACCOUNTING F INANCE LETTER LOCAL PROGRAM ACCOUNTING BRANCH Attention: City of Palm Springs 1'1100lEE1TEas-P~::~~~R j TOTA~~~T OF . fED£R'X'[liART. r ~-if> COST f---~- Contract Items: $253.800 Contingencies : $20,024 Total: S27J 024 Construction Lump Sum $273.824., S272.224.oq 8a .53')1. I Agency Construction I lump Sum I $5,6-48.00 $5.6-49 , 8853% L Engineerirm_ Totals: I S27V,472.1!0 5277,872.~ m ;c Date: 08/14/2018 EA No: 0 CO RT: 08·RIV-O-PSP ProjectNo: CMLN-5282(045) Adv Project ld: 0815000144 Agreement End Date: 09/2012019 ~~EO!AALFUNDS I LOCAL FUHOS ro'fffElfFUffij~ 1 MOE3 $24 1.000., $31 ,224., $1 ,600()( I $5,000 ()() S648.0C so .o: Tz46,ooo., SJ1,872.01 51,600,()( - "'articipation Ratio: 99.43% This Finance Letter was created based on specific financial information provided by the responsible local agency. The following encumbrance history is prepared by Local Assistance Accounting Office and Is provided h ere for local agency's Information and action . Signature: Title: HQ Local Assistance Area Engi neer For questions regarding finance letter, contact: Printed Name : Patrick Louie Telephone No: (916) 653-7349 Remarks: 2017 SCAG FTIP 10 RIV131 001 . Based on amounts requested in agency pilot program request form dated 05108118 for construction and construction engineering. Reimbursement ra tio = 88.53%. I I APPROP , ENCUMBRANCE APPROP AIJV PROJECT ID UNIT STATE PROG. FED/STATE AMOUNT YEAR EXPENDITURE ENCUMBRANCE REVERSION AMOUNT BAI.ANCE DATE ACCOUNTING INFORMATION CM LN-5 262(04 5) 08 1500014.:..4~-L.-:1.:.8 1:..:0.:.2F_I.......:2:.:0.::..300:..:..:..108:.:.::..20:......J(L--_-_-=..F:::.:::.:::.:::.~:::.:::.:::.:::...:.$2.:...4.::..6 ,..:.000:..:..:00..:... 1718 r -~D_OO Li ___ S.:...24..:.6:..;..000:..:..:00:..:..:.. ___ o613012_ 3 Page of 1 Cooperative Work Agreement APPROVED AMOUNT EX.PIRAnoN DATE j 43 PROGRAM SUPPLEMENT NO. F048 to ADMINISTERING AGENCY-STATE AGREEMENT FOR FEDERAL-AID PROJECTS NO 08-5282F15 Adv ProjectiD Date: August 1, 2018 0815000144 Location: 08-RIV-0-PSP Project Number: CMLN-5282(045) E.A. Number: Locode: 5282 --------·------------·------------------------- This Program Supplement hereby adopts and incorporates the Administering Agency-State Agreement for Federal Aid which was entered into between the Administering Agency and the State on 11/14/16 and is subject to all the terms and conditions thereof. This Program Supplement is executed in accordance with Article I of the aforementioned Master Agreement under authority of Resolution No. approved by the Administering Agency on (See copy attached). The Administering Agency further stipulates that as a condition to the payment by the State of any funds derived from sources noted below obligated to this PROJECT, the Administering Agency accepts and will comply with the special covenants or remarks set forth on the following pages. PROJECT LOCATION: Northbound Gene Autry Trail at the intersection with Vista Chino TYPE OF WORK: 2nd left-tum lane Estimated Cost Federal Funds MOE3 $246,000.00 $279,472.00 CITY OF PALM SPRINGS By Title Date Attest -----··------·---~·---~---- LENGTH: O.O(MILES} Matching Funds -----,---- LOCAL j I $31,872.0q OTHER STATE OF CALIFORNIA Department of Transportation $1,600.00 By ----~~------------~ Chief, Office of Project Implementation Division of Local Assistance Date I hereby certify upon my.~ ~now.~ le. .''. at bu. d. geted funds are available for this e~~~. mbra .. nce: Accounting Officer -~-f4-"'10:.-_. Date /?j7 /Jcr ~:~;~~tf--.~-~:~~:m~ri;~~:F~~~e-1_~~~-A-~0;;~ $246.000.00 ____ ..__ ___ ...,___ __ ~----+-' _J____--+ -+------~- I I , . ---· .. -~--~ ~-_1_--~------·----~------·---~-·---·-· ... Program Supplement 08-5282F15-F048-ISTEA Page 1 of 6 44 STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION PROGRAM SUPPLMENT AND CERTIFICATION FORM PSCF (REV 01/2010) TO· FFICE FROM· Claims Audits 3301 .. C" Street. Rm 404 Sacramento, CA 95816 Department of Transportation SUBJECT· Encumbrance Document VENDOR/ LOCALAGENCY CITY OF PALM SPRINGS $246,000.00 Local Assistance CHAPTER STATUTES ITEM 14 2017 2660-102-0890 YEAR 2017/2018 Page_,_ of_,_ OATE PREPAREO PROJECT NUMBER 8/3/2018 0815000144 REQUISITION NUMBER I CONTRACT NUMBER RQS-2660-081900000055 PEC/ PECT TASK I SUBTASK 20.30.010.820 2620/0400 AMOUNT $246,000.00 TOTAL CONTRACT AMOUNT $246,000.00 ADA Notic For individuals with sensory disabilities. this document ts available In alternate formats. For rnformalton. call (91 ~) 654-6410 of TOO (916) -3880 or wnte 8 Records and Forms Management. 1120 N. Streel MS-89 Sacramento. CA 95814 45 08-RIV-0-PSP CMLN-5282(045) SPECIAL COVENANTS OR REMARKS 08/01/2018 1. A. The ADMINISTERING AGENCY will advertise, award and administer this project in accordance with the current published Local Assistance Procedures Manual. B. ADMINISTERING AGENCY agrees that it will only proceed with work authorized for specific phase(s) with an "Authorization to Proceed" and will not proceed with future phase(s) of this project prior to receiving an "Authorization to Proceed" from the STATE for that phase(s) unless no further State or Federal funds are needed for those future phase(s). C. STATE and ADMINISTERING AGENCY agree that any additional funds which might be made available by future Federal obligations will be encumbered on this PROJECT by use of a STATE-approved "Authorization to Proceed" and Finance Letter. ADMINISTERING AGENCY agrees that Federal funds available for reimbursement will be limited to the amounts obligated by the Federal Highway Administration. D. Award information shall be submitted by the ADMINISTERING AGENCY to the District Local Assistance Engineer within 60 days of project contract award and prior to the submittal of the ADMINISTERING AGENCY'S first invoice for the construction contract. Failure to do so will cause a delay in the State processing invoices for the construction phase. Attention is directed to Section 15.7 .. Award Package" of the Local Assistance Procedures Manual. E. ADMINISTERING AGENCY agrees, as a minimum, to submit invoices at least once every six months commencing after the funds are encumbered for each phase by the execution of this Project Program Supplement Agreement, or by STATE's approval of an applicable Finance Letter. STATE reserves the right to suspend future authorizations/obligations for Federal aid projects, or encumbrances for State funded projects, as well as to suspend invoice payments for any on-going or future project by ADMINISTERING AGENCY if PROJECT costs have not been invoiced by ADMINISTERING AGENCY for a six-month period. If no costs have been invoiced for a six-month period, ADMINISTERING AGENCY agrees to submit for each phase a written explanation of the absence of PROJECT activity along with target billing date and target billing amount. ADMINISTERING AGENCY agrees to submit the final report documents that collectively constitute a "Report of Expenditures" within one hundred eighty (180) days of PROJECT completion. Failure of ADMINISTERING AGENCY to submit a "Final Report of Expenditures., within 180 days of PROJECT completion will result in STATE imposing sanctions upon ADMINISTERING AGENCY in accordance with the current Local Assistance Procedures Manual. F. Administering Agency shall not discriminate on the basis of race, religion, age, disability, color, national origin, or sex in the award and performance of any Federal- Program Supplement 08-5282F15-F048-ISTEA Page 2 of& 46 08-RIV-0-PSP CMLN-5282(045) SPECIAL COVENANTS OR REMARKS 08/01/2018 assisted contract or in the administration of its DBE Program Implementation Agreement. The Administering Agency shall take all necessary and reasonable steps under 49 CFR Part 26 to ensure nondiscrimination in the award and administration of Federal-assisted contracts. The Administering Agency's DBE Implementation Agreement is incorporated by reference in this Agreement. Implementation of the DBE Implementation Agreement including but not limited to timely reporting of DBE commitments and utilization, is a legal obligation and failure to carry out its terms shall be treated as a violation of this Agreement. Upon notification to the Administering Agency of its failure to carry out its DBE Implementation Agreement, the State may impose sanctions as provided for under 49 CFR Part 26 and may, in appropriate cases, refer the matter for enforcement under 18 U.S.C. 1001 and/or the Program Fraud Civil Remedies Act of 1986 (31 U.S.C. 3801 et seq.). G. Any State and Federal funds that may have been encumbered for this project are available for disbursement for limited periods of time. For each fund encumbrance the limited period is from the start of the fiscal year that the specific fund was appropriated within the State Budget Act to the applicable fund Reversion Date shown on the State approved project finance letter. Per Government Code Section 16304, all project funds not liquidated within these periods will revert unless an executed Cooperative Work Agreement extending these dates is requested by the ADMINISTERING AGENCY and approved by the California Department of Finance. ADMINISTERING AGENCY should ensure that invoices are submitted to the District Local Assistance Engineer at least 75 days prior to the applicable fund Reversion Date to avoid the lapse of applicable funds. Pursuant to a directive from the State Controller's Office and the Department of Finance; in order for payment to be made, the last date the District Local Assistance Engineer can forward an invoice for payment to the Department's Local Programs Accounting Office for reimbursable work for funds that are going to revert at the end of a particular fiscal year is May 15th of the particular fiscal year. Notwithstanding the unliquidated sums of project specific State and Federal funding remaining and available to fund project work, any invoice for reimbursement involving applicable funds that is not received by the Department's Local Programs Accounting Office at least 45 days prior to the applicable fixed fund Reversion Date wiJI not be paid. These unexpended funds will be irrevocably reverted by the Department's Division of Accounting on the applicable fund Reversion Date. H. As a condition for receiving federal-aid highway funds for the PROJECT, the Administering Agency certifies that NO members of the elected board, council, or other key decision makers are on the Federal Government Exclusion List.· Exclusions can be found at www.sam.gov. 2. A. ADMINISTERING AGENCY shall conform to all State statutes, regulations and procedures (including those set forth in the Local Assistance Procedures Manual and the Local Assistance Program Guidelines, hereafter collectively referred to as "LOCAL ASSISTANCE PROCEDURES") relating to the federal-aid program, all Title 23 Code of Program Supplement 08-5282F15-F048-ISTEA Page 3 of6 47 08-RIV-0-PSP CMLN-5282(045) SPECIAL COVENANTS OR REMARKS 08/01/2018 Federal Regulation (CFR) and 2 CFR Part 200 federal requirements, and all applicable federal laws, regulations, and policy and procedural or instructional memoranda, unless otherwise specifically waived as designated in the executed project-specific PROGRAM SUPPLEMENT. B. Invoices shall be submitted on ADMINISTERING AGENCY letterhead that includes the address of ADMINISTERING AGENCY and shall be formatted in accordance with LOCAL ASSISTANCE PROCEDURES. C. ADMINISTERING AGENCY must have at least one copy of supporting backup documentation for costs incurred and claimed for reimbursement by ADMINISTERING AGENCY. ADMINISTERING AGENCY agrees to submit supporting backup documentation with invoices if requested by State. Acceptable backup documentation includes, but is not limited to, agency's progress payment to the contractors, copies of cancelled checks showing amounts made payable to vendors and contractors, and/or a computerized summary of PROJECT costs. D. Indirect Cost Allocation Plan/Indirect Cost Rate Proposals (ICAP/ICRP), Central Service Cost Allocation Plans and related documentation are to be prepared and provided to STATE (Caltrans Audits & Investigations) for review and approval prior to ADMINISTERING AGENCY seeking reimbursement of indirect costs incurred within each fiscal year being claimed for State and federal reimbursement. ICAPs/ICRPs must be prepared in accordance with the requirements set forth in 2 CFR, Part 200, Chapter 5 of the Local Assistance Procedural Manual, and the ICAP/ICRP approval procedures established by STATE. E. STATE will withhold the greater of either two (2) percent of the total of all fe9eral funds encumbered for each PROGRAM SUPPLEMENT or $40,000 until ADMINISTERING AGENCY submits the Final Report of Expenditures for each completed PROGRAM SUPPLEMENT PROJECT. . F. Payments to ADMINISTERING AGENCY for PROJECT-related travel and subsistence (per diem) expenses of ADMINISTERING AGENCY forces and its contractors and subcontractors claimed for reimbursement or as local match credit shall not exceed rates authorized to be paid rank and file STATE employees under current State Department of Personnel Administration (DPA) rules. If the rates invoiced by ADMINISTERING AGENCY are in excess of DPA rates, ADMINISTERING AGENCY is responsible for the cost difference, and any overpayments inadvertently paid by STATE shall be reimbursed to STATE by ADMINISTERING AGENCY on demand within thirty (30) days of such invoice. G. ADMINISTERING AGENCY agrees to comply with 2 CFR, Part 200, Uniform Administrative Requirements, Cost Principles and Audit Requirement for Federal Awards. H. ADMINISTERING AGENCY agrees, and will assure that its contractors and subcontractors will be obligated to agree, that Contract Cost Principles and Procedures, Program Supplement 08-5282F15-F048-ISTEA Page4of6 48 08-RIV-O~PSP CMLN-5282(045) SPECIAL COVENANTS OR REMARKS 08/01/2018 48 CFR, Federal Acquisition Regulations System, Chapter 1, Part 31, et seq., shall be used to determine the allowability of individual PROJECT cost items. I. Every sub-recipient receiving PROJECT funds under this AGREEMENT shall comply with 2 CFR, Part 200, 23 CFR, 48 CFR Chapter 1, Part 31, Local Assistance Procedures. Public Contract Code (PCC) 10300-10334 (procurement of goods), PCC 10335-10381 (non-A&E services), and other applicable STATE and FEDERAL regulations. J. Any PROJECT costs for which ADMINISTERING AGENCY has received payment or credit that are determined by subsequent audit to be unallowable under 2 CFR, Part 200, 23 CFR, 48 CFR, Chapter 1, Part 31, and other applicable STATE and FEDERAL regulations, are subject to repayment by ADMINISTERING AGENCY to STATE. K. STATE reserves the right to conduct technical and financial audits of PROJECT WORK and records and ADMINISTERING AGENCY agrees, and shall require its contractors and subcontractors to agree, to cooperate with STATE by making all appropriate and relevant PROJECT records available for audit and copying as required by the following paragraph: ADMINISTERING AGENCY, ADMINISTERING AGENCY'S contractors and subcontractors, and STATE shall each maintain and make available for inspection and audit by STATE, the California State Auditor, or any duly authorized representative of STATE or the United States all books, documents, papers, accounting records, and other evidence pertaining to the performance of such contracts, including, but not ·limited to, the costs of administering those various contracts and ADMINISTERING AGENCY shall furnish copies thereof if requested. All of the above referenced parties shall make such AGREEMENT, PROGRAM SUPPLEMENT, and contract materials available at their respective offices at all reasonable times during the entire PROJECT period and for three (3) years from the date of submission of the final expenditure report by the STATE to the FHWA. L. ADMINISTERING AGENCY, its contractors and subcontractors shall establish and maintain a financial management system and records that properly accumulate and segregate reasonable, allowable, and allocable incurred PROJECT costs and matching funds by line item for the PROJECT. The financial management system of ADMINISTERING AGENCY, its contractors and all subcontractors shall conform to Generally Accepted Accounting Principles, enable the determination of incurred costs at interim points of completion, and provide support for reimbursement payment vouchers or invoices set to or paid by STATE. M. ADMINISTERING AGENCY is required to have an audit in accordance with the Single Audit Act of 2 CFR 200 if it expends $750,000 or more in Federal Funds in a single fiscal year of the Catalogue of Federal Domestic Assistance. N. ADMINISTERING AGENCY agrees to include all PROGRAM SUPPLEMENTS adopting the terms of this AGREEMENT in the schedule of projects to be examined in Program Supplement 08-5282F15-F048-ISTEA Page 5 of6 49 08-RIV-0-PSP CMLN-5282(045) SPECIAL COVENANTS OR REMARKS 08/01/2018 ADMINISTERING AGENCY's annual audit and in the schedule of projects to be examined under its single audit prepared in accordance with 2 CFR, Part 200. 0. ADMINISTERING AGENCY shall not award a non-A&E contract over $5,000, construction contracts over $10,000, or other contracts over $25,000 [excluding professional service contracts of the type which are required to be procured in accordance with Government Code sections 4525 {d), (e) and (f)] on the basis of a noncompetitive negotiation for work to be performed under this AGREEMENT without the prior written approval of STATE. Contracts awarded by ADMINISTERING AGENCY, if intended as local match credit, must meet the requirements set forth in this AGREEMENT regarding local match funds. P. Any subcontract entered into by ADMINISTERING AGENCY as a result of this AGREEMENT shall contain provisions B, C, F, H, I, K, and L under Section 2 of this agreement. Program Supplement 08-5282F15-F048-ISTEA Page 6 of 6 50 Attachment 4 51 RESOLUTION NO. __ A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF PALM SPRINGS, CALIFORNIA, APPROVING PROGRAM SUPPLEMENT AGREEMENT NO. 048-F TO ADMINISTERING AGENCY-STATE AGREEMENT FOR FEDERAL-AID PROJECTS NO. 08-5282F15 WITH THE STATE OF CALIFORNIA, IN THE AMOUNT OF $246,000 FOR USE OF CONGESTION MITIGATION AND AIR QUALITY (CMAQ) FEDERAL-AID FUNDS FOR THE GENE AUTRY TRAIL AT VISTA CHINO DUAL LEFT TURN LANES, CITY PROJECT NO. 14-13, FEDERAL-AID PROJECT NO. CMLN-5282 (045); AND AUTHORIZING THE CITY MANAGER TO EXECUTE THE AGREEMENT ON BEHALF OF THE CITY OF PALM SPRINGS WHEREAS, the Congress of the United States has enacted the lntermodal Surface Transportation Efficiency Act (ISTEA) of 1991 and subsequent Transportation Authorization Bills to fund transportation programs; and WHEREAS, the Legislature of the State of California has enacted legislation by which certain federal-aid funds may be made available for use on local transportation related projects of public entities qualified to act as recipients for these federal-aid funds in accordance with the intent of federal law; and WHEREAS, before federal-funds will be made available for a specific program project, the City of Palm Springs and State of California are required to enter into an agreement to establish terms and conditions applicable to the City of Palm Springs when receiving federal funds for a designated project facility and to the subsequent operation and maintenance of that completed facility; and WHEREAS, the City of Palm Springs has submitted to the California Department of Transportation a request for authorization to proceed with the construction phase of the Gene Autry Trail at Vista Chino Dual Left Turn Lanes, City Project No. 14-13, Federal Aid Project No. CMLN-5282 {045), requiring obligation of $246,000 of Congestion Mitigation and Air Quality ("CMAQ") federal-aid funds; and WHEREAS, the California Department of Transportation has prepared Program Supplement Agreement No. 048-F to the current Master Agreement, Administering Agency -State Agreement No. 08-5282F15 with the state of California, obligating $246,000 of federal-aid funds for the Gene Autry Trail at Vista Chino Dual Left Turn Lanes, City Project No. 14-13, Federal Aid Project No. CMLN-5282 (045). THE CITY COUNCIL OF THE CITY OF PALM SPRINGS DOES HEREBY RESOLVE AS FOLLOWS: 52 Resolution No. Page 2 SECTION 1. Program Supplement Agreement No. 048-F to Administering Agency - State Agreement No. 08-5282F15, with the state of California, obligating $246,000 of federal-aid funds for the Gene Autry Trail at Vista Chino Dual Left Turn Lanes, City Project No. 14-13, Federal Aid Project No. CMLN-5282 (045) is hereby approved. SECTION 2. The City Manager is hereby authorized to execute and administer the Program Supplement Agreement No. 048-F as may be necessary. ADOPTED THIS 5th day of September, 2018. David H. Ready, City Manager ATTEST: Anthony Mejia, City Clerk CERTIFICATION STATE OF CALIFORNIA ) COUNTY OF RIVERSIDE ) ss. CITY OF PALM SPRINGS) I, ANTHONY MEJIA, City Clerk of the City of Palm Springs, hereby certify that Resolution No. __ is a full, true and correct copy, and was duly adopted at a regular meeting of the City Council of the City of Palm Springs on September 5, 2018, by the following vote: AYES: NOES: ABSENT: ABSTAIN: Anthony Mejia, City Clerk City of Palm Springs, California 53