Loading...
HomeMy WebLinkAbout11- Bus Shelter at 7th and Tamarack Agreement with Ingram-ClevengerM-- SAIA 717 fi I CONTRACTOR: (Name, legal status and address) Ingram-Clevenger, Inc. P,O. Box 5387 Helena, MT 59601 OWNER: (Name, legal status and address) City of Bozeman 121 North Rouse, P.O. Box 1230 Bozeman, MT 59771-1230 Bond No. CA2516051 SURETY: (Name, legal status and principal place of business) Great American Insurance Company 580 Walnut Street Cincinnati, OH 45202 COUNTERSIGNED: HUB INTER NkFIONAL MOUNTAIN STATES LIHTED 491E GLEV4��� CONSTRUCTION CONTRACT Date: Amount: $ Seventeen Thousand Fifty and No/] 00 Dollars ($17,050.00) Description: (Name and location) Construction and Installation of Bus Shelter on Previously Poured Concrete Slab Located at 912 N. 7th, Bozeman, MT BOND Date: (Nat earlier than Construction Contract Date) Amount: $ Seventeen Thousand Fifty and No1100 Dollars ($17,050.00) Modifications to this Bond: X None = See Section 16 CONTRACTOR AS PRINCIPAL SURETY Ingrarri-Clevenger, Inc. Great American Insurance Company Company: (Corporate Seal) Company: (Corporate Seal) ADDITIONS AND DELETIONS: The author of this document has added information needed for its completion. The author may also have revised the text of the original AIA standard form. An Additions and Deletions Report that notes added information as well as revisions to the standard form text is available from the author and should be reviewed. A vertical line in the left margin of this document indicates where the author has added necessary information and where the author has added to or deleted from the original AIA text. This document has important legal consequences. Consultation with an attorney is encouraged with respect to its completion or modification. Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. Signature: Signature: Name and Ui 'I �"Q. ov Name and Ileth A. Windom 'Title: C 1 0 � 4 !" Title: Attorney-In-Fact (Any additional signatures appear on the last page of this Peiformance Bond.) (FOR INFORMA ONL Y — Name, address and telephone) AGENT or BROKER: OWNER'S REPRESENTATIVE: (Architect, Engineer or other party.) Hub International Mountain States Limited 100 Park Drive South Great Falls, MT 59401 (406) 453-1464 AIA Document A312 — 2010 Payment Bond. The American Institute of Architects. All rights reserved. WARNING. This Ai g Document is protected by Init. U.S, Copyright Law said Internitionail Treaties. Unauthorized repiodUCtiOn or distribution of this AIA Document, or any portion of it, sway result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 09:14:12 on 0312412011 under Order No.7101322774_1 which expires on 10128/2011, and is not for resale. User Notes: (1479239729) § 1 The Contractor and Surety, jointly and severally, bind thernselves, their heirs, executors, administrators, successors and assigns to the Owner to pay for labor, materials and equipment furnished for use in the performance of the Construction Contract, which is incorporated herein by reference, subject to the following terms. § 2 If the Contractor promptly makes payment ofall sums due to Claimants, and defends, 'indemnifies and holds harmless the Owner from claims, demands, liens or suits by any person or entity seeking payment for labor, materials or equipment furnished for use in the performance of the Construction Contract, then the Surety and the Contractor shall have no obligation under this Bond. § 3 If there is no Owner Default under the Construction Contract, the Surety's obligation to the Owner under this Bond shall arise after the Owner has promptly notified the Contractor and the Surety (at the address described in Section 13) of claims, demands, liens or suits against the Owner or the Owner's property by any person or entity seeking payment for labor, materials or equipment furnished for use in the performance of the Construction Contract and tendered defense of such claims, demands, liens or suits to the Contractor and the Surety. § 4 When the Owner has satisfied the conditions in Section 3, the Surety shall promptly and at the Surety's expense defend, indemnify and hold harmless the Owner against a duly tendered claim, demand, lien or suit. § 5 The Surety's obligations to a Claimant under this Bond shall arise after the following: § 5.1 Claimants, who do not have a direct contract with the Contractor, .1 have furnished a written notice of non - payment to the Contractor, stating with substantial accuracy the amount claimed and the name of the party to whom the materials were, or equipment was, furnished or supplied or for whom the labor was done or performed, within ninety (90) days after having last performed labor or last furnished materials or equipment included in the Claim; and .2 have sent a Claim to the Surety (at the address described in Section 13). § 5.2 Claimants, who are employed by or have a direct contract with the Contractor, have sent a Claim to the Surety (at the address described in Section 13), § 6 If notice of non- payment required by Section 5. 1.1 is given by the Owner to the Contractor, that is sufficient to satisfy a Claimant's obligation to furnish a written notice of non - payment under Section 5.1.1. § 7 When a Claimant has satisfied the conditions of Sections 5.1 or 5.2, whichever is applicable, the Surety shall promptly and at the Surety's expense take the following actions: § 7.1 Send an answer to the Claimant, with a copy to the Owner, within sixty (60) days after receipt of the Claim, stating the amounts that are undisputed and the basis for challenging any amounts that are disputed; and § 7.2 Pay or arrange for payment of any undisputed amounts. § 7.3 The Surety's failure to discharge its obligations under Section 7.1 or Section 7.2 shall not be deemed to constitute a waiver of defenses the Surety or Contractor may have or acquire as to a Claim, except as to undisputed amounts for which the Surety and Claimant have reached agreement. If, however, the Surety fails to discharge its obligations under Section 7.1 or Section 7.2, the Surety shall indemnify the Claimant for the reasonable attorney's fees the Claimant incurs thereafter to recover any sums found to be due and owing to the Claimant. § 8 The Surety's total obligation shall not exceed the amount of this Bond, plus the amount of reasonable attorney's fees provided under Section 7.3, and the amount of this Bond shall be credited for any payments made in good faith by the Surety. § 9 Amounts owed by the Owner to the Contractor under the Construction Contract shall be used for the performance of the Construction Contract and to satisfy claims, if any, under any construction performance bond. By the Contractor furnishing and the Owner accepting this Bond, they agree that all funds earned by the Contractor in the performance of the Construction Contract are dedicated to satisfy obligations of the Contractor and Surety under this Bond, subject to the Owner's priority to use the funds for the completion of the work. AIA Document A312 Payment Bond. The American Institute of Architects. All rights reserved. WARNING: This Ale Document is protected by [nit. Ul & Copyright Law and international Treaties, Unauthorized reproduction or distribution of this Alk' Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the lava. This document was produced by AIA software f at 09:14:12 on 03/2412011 under Order No.7101322774_1 which expires on 10/28/2011, and is not for resale. User dotes: (1479239729) § 10 The Surety shall not be liable to the Owner, Claimants or others for obligations of the Contractor that are unrelated to the Construction Contract, The Owner shall not be liable for the payment of any costs or expenses of any Claimant under this Bond, and shall have under this Bond no obligation to make payments to, or give notice on behalf of, Claimants or otherwise have any obligations to Claimants under this Bond. § 11 The Surety hereby waives notice of any change, including changes of time, to the Construction Contract or to related subcontracts, purchase orders and other obligations. § 12 No suit or action shall be commenced by a Claimant under this Bond other than in a court of competent jurisdiction in the state in which the project that is the subject of the Construction Contract is located or after the expiration of one year from the date (1) on which the Claimant sent a Clain to the Surety pursuant to Section 51.2 or 5.2, or (2) on which the last labor or service was performed by anyone or the last materials or equipment were furnished by anyone under the Construction Contract, whichever of (1) or (2) first occurs. If the provisions of this Paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. § 13 Notice and Claims to the Surety, the Owner or the Contractor shall be mailed or delivered to the address shown on the page on which their signature appears. Actual receipt of notice or Claims, however accomplished, shall be sufficient compliance as of the date received. § 14 When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. § 15 Upon request by any person or entity appearing to be a potential beneficiary of this Bond, the Contractor and Owner shall promptly furnish a copy of this Bond or shall permit a copy to be made. § 16 Definitions § 16.1 Claim. A written statement by the Claimant including at a minimum; .1 the name of the Claimant; .2 the name of the person for whom the labor was done, or materials or equipment furnished; 3 a copy of the agreement or purchase order pursuant to which labor, materials or equipment was furnished for use in the performance of the Construction Contract; .4 a brief description of the labor, materials or equipment furnished; .5 the date on which the Claimant last performed labor or last furnished materials or equipment for use in the performance of the Construction Contract; .6 the total amount earned by the Claimant for labor, materials or equipment furnished as of the date of the Claim; .7 the total amount of previous payments received by the Claimant; and X the total amount due and unpaid to the Claimant for labor, materials or equipment furnished as of the date of the Claim. § 16.2 Claimant. An individual or entity having a direct contract with the Contractor or with a subcontractor of the Contractor to furnish labor, materials or equipment for use in the performance of the Construction Contract. The term Claimant also includes any individual or entity that has rightfully asserted a claim under an applicable mechanic's lien or similar statute against the real property upon which the Project is located. The intent of this Bond shall be to include without limitation in the terms "labor, materials or equipment " that part of water, gas, power, light, heat, oil, gasoline, telephone service or rental equipment used in the Construction Contract, architectural and engineering services required for performance of the work of the Contractor and the Contractor's subcontractors, and all other items for which a mechanic's lien may be asserted in the jurisdiction where the labor, materials or equipment were furnished. § 16.3 Construction Contract. The agreement between the Owner and Contractor identified on the cover page, including all Contract Documents and all changes made to the agreement and the Contract Documents. Init. AIA document A31'2TM — 2010 Payment Bond. The American Institute of Architects. All rights reserved. WAi' MNG: This AW document is protected by U.S. Copyright Law and Cnternationai Treaties, Unauthorized reproduction or distribution of this A19' Document, or Luny portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software / at 09:14:12 on 03/24/2011 under Order No. 7101322774_1 which expires on 10/2 812411, and is not for resale. User /Votes: (1479239729) § 16.4 Owner Default. Failure of the Owner, which has not been remedied or waived, to pay the Contractor as required under the Construction Contract or to perform and complete or comply with the other material terms of the Construction Contract. § 16,5 Contract Documents. All the documents that comprise the agreement between the Owner and Contractor. § 17 If this Bond is issued for an agreement between a Contractor and subcontractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. § 18 Modifications to this bond are as follows: ('Space is provided below,for additional signatures of added parties, other than those appearing on the cover page.) CONTRACTOR AS PRINCIPAL SURETY Company: (Corporate ,Seal) Company: (Corporate Seal) Signature: Name and Title: Address: Signature: Name and Title: Address: Init. AIA Document A312 Payment Bond. The American Institute of Architects. All rights reserved. WARNING: This Ate Document is protected by U.S. Copyright Laws and International Treaties, Unauthorized reproduction or distribution of this AIA" Document, or any portion of it, may result In 4 severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software t at 09:14 :12 on 03/2412011 under Order No,7101322774 1 which expires on 10/2812011, and is not for resale. User Notes: (1479239729) GREAT AMERICAN INSURANCE: COMPANY(g) Administrative Office: 580 WALNUT STREET 0 CINCINNATI, OHIO 45202 0 513- 369 -5000 0 FAX 573- 723 -2740 The number ofpersons authorized by this power of attorney is not more than THREE POWER OF ATTORNEY No. 014098 OW ALL TMEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY a corporation xi and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons nam sting under ed below, on individually organized and existing more than one is named, its true and lawful attorney -in -fact, for it and in its name, place and stead to execute on behalf of the said Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; provided that the liability of the said Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below, JOHN D. LEAF Name Address Limit of Po BETH A. WINDOM ALL OF ALL JENNY JOHNSON GREAT FALLS, $75,000,000.00 MONTANA This Power of Attorney revokes all previous powers issued in behalf of the attomey(syin -fact named above. IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by its appropriate officers and its corporate seat hereunto affixed this l day of, MAY , 2009. ,Attest Y` STATE OF OHIO, COUNTY OF HAMILTON - ss: GREAT AMERICAN INSURANCE COMPANY i�aR "r'isirnuvl.5eaawr h, " M CAVa) C. K7CHIN (513- 412_4so2) On this 1 day of MAY 2009„ before me personally appeared DAVID C. KITCHIN, to me known, being duly swom, deposes and says that he resides in Cincinnati, Ohio, that he is the Divisional Senior Vice President of the Bond Division of Great American Insurance Company, the Company described in and which executed the above instrument; that he knows the seal of the said Company; that the seal affixed to the said instrument is such corporate seal; it was so affixed by authority of his office under the By -Laws of said Company, and that he signed his name thereto by like authority. KAREN L. GRQSHEIM NOTARY PUBLIC, STATE OF OHIO � DIY COMMISSION EXPIRES 02.20 -11 This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurancc Company by unanimous written consent dated March 1, 1993. 1 , he a nd hereby is authorized, fr . That the Division President, the Division Senior Vice President, any one of f them, the several Divisional Vice Presidents and Divisional Assistant Vice Presidents, bo uls, or em, lae and time to time, to appoint one or more Attorneys -in -Fact to execute on behalf of the Company, as surety, any and all undertakings and contracts of suretyship, or other written obligations in the nature thereof to prescribe their respective duties and the respective limits of their authority, • and to revoke any such appointment at any time. RESOL VED FURTHER: That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant Secretary of the Company may be affixed by facsimile to anypower of attorney or certi)?cate of eith either given for the execution of any bond, undertaking, contract or suretysh p or other written obligation in the nature thereof, such signature and seal when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company; to he valid and binding upon the Company with the same force and effect as though manually axed CIERTMCATION 1, STEPHEN C. BERAHA, Assistant Secretary of Great American Insurance Company, do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors of June 9, 2008 have not been revoked and are now in full force and effect.. Signed and sealed this day of, � , 51029Y (10/08) ihs,asraa�t Sr�rra�tur.�. Client##. 125403 271NGCLEV A q ®3/23 dA'rE 1 r � 0 11 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER, THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER, IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, Subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Y NAME. BIIIy -. B ®It Hub Int`I. Mountain States Ltd PHONE - .. 406-542-5126 I AX xs 4466 542 -5647 2703 Cannery Way MAIL L IA II, Nfl) ,..... - ADDRESS bill ...... Missoula, MT 59548 - PR - GpuaER .._....._ ._.__ _...., _- 446 542 -5126 INSURERS) AFFORDING COVERAGE NAIC 4 INSURED INSURE A M ad- C ontinent Casualty Company 23418 City of Bozeman .- ..- 129 North Rouse Bozeman, MT 59771 I H INSURER c ! SURE D INSURER E: COVERArsFS r..PIZTl °ar`A rC N.II IU;Zlizo THIS IS TO CERTIF THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED T 0 THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. IN R..... ADDLISLIBRI T TYPE OF INSURANCE IN §R GENERAL D.. !: POLICY NUMBER LIC:YEFF MMIDDIYYTY POLICY NJIMdDOIYYYY I LIMITS A LIABILITY R4144703231114599 43123!2411 0612312012 EACH OCCURRENCE $1,0 0 44 COMMERCIAL GENERAL LIABILITY DAMAGE AGE TOR N1 F::C+ ........ m. .., .., CLAIMS f,�OCI.IR PHFIw +ISF.S {Fay rt,cu — .. $n9a , ...... .......__. I x Owners & Cont I 'v"I_ r) EXP (Any orie person) r $n9a Vii__......- ._,__......_ ._..._...... - ___ - -- P ERSONAL & ADV INJURY anfa X'. Protective Liab ility GENER AGG REaA` tE s2 4 . GFN'L AGGREGATE .LIMITAPPLIESPER. I I'I2OilUC CO 1I I sn POLICY PRO- LpC fi AUTOMOBILE LIABILITY I COMBINED INCI E LIMIT ANY AUTO E erw tsr11) ALL OWNED AUTOS s %fJD11 Y €Pa.1lJ2Y {r�or parfan� r d INJURY S SCHEDULEDAUTCTS _ HIRED AUTOS. PR DAM.IAGEarw^Yrn0 " (Pei aC;<:denl) NON -OWNED AUTOS , ,a UMBRELLA L$AB r OCCUR .. EACH OCCURRENCE I... ._.. f EXCESS LIAR Ct.AI Nv1AC1E ......._ AGGREGAT -... ...._. DEDUCTIBLE ...... -._ .... .. ... .. 5 rS RETENTION S WORKERS COMPENSATION � _ 7 UVC >TAfU OTIf _. AND EMPLOYERS' LIABILITY YIN �.... � !_ IGMiY...f.1i,51L ... Eli -.. ...... ANY PROPRIETUOR ART EWEXE "LITIVE I E L EACH ACCIDENT IUENT; OFPICERiMEMBER EXCLUDED? NIA (Mandatnry in NH} .. E 1 DISEASE EA E MPLOYEE ...,.. ...... ....... . If yes, describe lsndeT .._ ....w.. _.,.. —._ ...... _____ ..,.,...... DESCRIPTION OF bPERATION5 b eiau, E l . DI'.SFASE - POLICY LI MIT 3 S I I I DESCRIPTION OF OPERATIONS I LOCATIONS f VEHICLES (Attach ACORD 1001, Additional Remarks Schedule, If more ,'pace is rertufred) re: Streamline Bus Shelter. Contractor. Ingrain - Clevenger, Inc. City of Bozeman 121 North Rouse Bozeman, MT 59771 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE. THE EXPIRATION DATE, THEREOF., NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2009109) 1 of 1 #S193546/M193545 Q 1988 -2109 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY, This endorsement modifies the insurance provided under the following COMMERCIAL GENERAL LIABILITY COVERAGE PART A. SECTION 11 — WHO IS AN INSURED is amender to include as an additional insured any person or organization when you have agreed in w6ting in a contract or agreement that such perrsor or organization be added as an additlmnal insurer on your policy. Such person or organization is an. additional insured only with respect to liability for "bodily injury," 'property damage" or "personal and advertising injury' caused, In whale„ by. 1 Your acts or omissions; or Z The acts or omissions of those wsting on your behalf, in the performance of: a. your ongoing operations for fhe addibonal insured or b. 'Your work" for the additional insu, P-d and included in the 'products — completed operations hazard". K With respect to the insuranoe afforded to these additional insureds, the following additional exclusions apply: This insurance does riot apply to: 1. "Bodily Injury,' "property damage" or "personal and advertising injury' resulting from any ac or omlsslon by, or willful, misconduct of tj additional insured, whether the sole or a contributing cause of the loss;. The coverage afforded to the additional insured is limited solely to the additional insureds "vicarious liability" that is a specific and direct result of your conduct, "Vicarious liability" as used in this endorsement means liability that is Imposed on the addftnN insured solely by virtue of its relationship with you, and not due to any act or omission of the additional insured. Z `Bodity injury," " properly dal,1@gel' or , pers and adveTt!slng injury"' arising out of the rendering of, or failufe to rerlaer any professionat, ardhilecJurat, engineering or v , services including: a. The preparing, approving, or failing to prepare c' r approve reaps, shop drawings,. op4ilons, reports, surveys, field orders, Change orders or drawings rand sptc. or b, Superviso ry, inspection, architectural or engineering aetivities, C. The litre is Of irISUrancp - applicable to the addifiona irsured are ft-sp specified in the Dedafations, of this poilcy or in the written contract or vaftten agreement, whichever is lower D, Any roverage provided hereunder shall be excess over any other valid and colleo"ible insurance available to the addlt�onal lnsured whether that insurance is primary, excess, contingent or on any other basis, un'Iess you and the additional ur',;Ured have specifically agreed in a written contract or written agreement that this insirance be primary, When coverage is provided or a primary basis wc will not seek contribution from any other insurance available to the addltonal insured if a written contract or written agreement requires that this insvrnrice be noncontributory, I-, Afl other terms and conditions of INN policy remain unchanged, S7482.3(1-08 Includes a3pyrighted tratprial of ISO Properties, Inc, WiUi its DeTrrrl5sion, pa"le 1 0" 1 CONTRACT CONTRACT AGREEMENT THIS CONTRACT AGREEMENT is dated as of the day of 6)1 in the year 2011 by and between CITY OF BOZE N hereinafte� called OWNER and Ingram Inc. hereinafter called CONTRACTOR. OWNER AND CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK. CONTRACTOR shall complete all Work as specified or indicated in the Contract. The Project Work is generally described as follows: 1.1 Construction and installation of bus shelter on previously poured concrete slab located at 912 N. 7 as specified in Exhibit A attached hereto. Article 2. CONTRACT TIME. 2.1 The Work will be completed within 60 calendar days after the date the written notice to proceed is issued. Final payment will be withheld until final completion and acceptance of the work as stipulated in this Agreement. Article 3. CONTRACT PRICE. 3.1 OWNER shall pay CONTRACTOR for performance of the Base Bid Work in accordance with the Contract Documents the sum (subject to adjustment as provided in the Contract Documents) of twelve thousand nine hundred fifty and no/100 Dollars ($12,950.00). Alternate 1 to provide and install bench and provide (do not install) trash receptacle as shown on the drawings in accordance with the Contract Documents the sum (subject to adjustment as provided in the Contract Documents) of four thousand one hundred and no/100 Dollars ($4,100.00). Article 4. PAYMENT PROCEDURES. CONTRACTOR shall submit applications for payment in accordance with the Montana Public Works Standard Specification, Fifth Edition General Conditions. Applications for payment will be 0 CDN7RACP processed as provided in the General Conditions. 4.1 Payment. Upon satisfactory final completion and acceptance of the Work in accordance with the General Conditions, OWNER shall pay the full contract price. 4.1.1 Measurement and Payment. Payment for the work satisfactorily completed in accordance with this contract shall be made on a lump-sum basis upon completion of the work. No item that is required by Contract for the proper and successful completion of the Work will be paid for outside of or in addition to the prices submitted in the contract. All work not specifically set forth as a pay item herein shall be considered a subsidiary obligation of the CONTRACTOR and all costs in connection therewith shall be included in the contract price. Article 5. CONTRACTOR'S REPRESENTATIONS. In order to induce OWNER to enter into this Agreement, CONTRACTOR makes the following representations: 5.1 CONTRACTOR has familiarized himself with the nature and extent of the Contract Documents, Work, locality, and with all local conditions and federal, state and local laws, ordinances, rules and regulations that in any manner may affect cost, progress or performance of the Work. 5.2 CONTRACTOR has studied carefully all reports of investigations and tests of subsurface and latent physical conditions at the site or otherwise affecting cost progress or performance of the Work. 5,3 CONTRACTOR has made or caused to be made examinations, and investigations as he deems necessary for the performance of the Work at the contract price, within the contract time and in accordance with the other terms and conditions of the Contract Documents, and no additional examinations, investigations, tests, reports or similar data are or will be required by CONTRACTOR for such purposes. 5.4 CONTRACTOR has correlated the results of all such observa- tions, examinations, investigations, tests, reports and data with the terms and conditions of the Contract Documents. 2 Article 6. CONTRACT DOCUMENTS. The Contract Documents which comprise the entire agreement between OWNER and CONTRACTOR as attached to or referenced in this Agreement, are made a part hereof and consist of the following: 6.1 This Agreement. 6.2 Construction Documents prepared by architecture118, attached as Exhibit A. 6.3 Certificates of Insurance and Performance and Payment Bonds, 6.4 Notice to Proceed. There are no Contract Documents other than those listed above in this Article 6. The Contract Documents may only be altered, amended or repealed by a written modification (as defined in Section 01 2000 Part I of Exhibit A). Article 7. GENERAL REQUIREMENTS. 7.1 Contractor Use of Premises. The CONTRACTOR shall confine his operations at site of the proposed work to within the right- of-way or public access easements provided. It shall be understood that the responsibility for protection and safekeeping of equipment and materials on or near the site will be entirely that of the CONTRACTOR and that no claim shall be made against the OWNER by reason of any act of an employee or trespasser. It shall be further understood that should any occasion arise necessitating access by the OWNER to the sites occupied by these stored materials and equipment, the CONTRACTOR owning or responsible for the stored materials or equipment shall immediately remove same. No materials or equipment may be placed upon any private property until the property OWNER has agreed in writing to the location contemplated by the CONTRACTOR to be used for storage. 7.2 Protection of Existing Structures. The CONTRACTOR shall be solely responsible for locating all existing underground installations, including service connections, in advance of excavating or trenching, by contacting the OWNERS thereof and prospecting. The CONTRACTOR shall use his own information and shall not rely solely upon information shown on the drawings concerning existing underground installations. The CONTRACTOR 3 shall repair all damage to existing utilities or property at his own expense. The CONTRACTOR shall, at a minimum, call the "One - Call" utility locate system (Phone: 1-800-424-5555) at least 72 hours in advance of starting construction. Where excavation will be required adjacent to existing struc- tures, the CONTRACTOR shall be solely responsible to maintain the structural integrity of the existing structures. The CONTRACTOR shall take whatever means necessary to insure that the existing structure is not damaged and if necessary shall install sheet piling. The CONTRACTOR shall repair all damage to the existing structures at his own expense. Any fences destroyed during construction shall be repaired to the satisfaction of the property owner. Any delay, additional work, or extra cost to the CONTRACTOR caused by existing underground installations shall not constitute a claim for extra work, additional payment or damages. 7.3 Protection of Existing Mailboxes, Curbs and Gutters and Driveways, etc. The CONTRACTOR shall take whatever means necessary to insure that the existing mailboxes, curbs and gutters and driveways, and other public or private improvements are not damaged during construction. If it is necessary to remove or disturb mailboxes during construction, the CONTRACTOR shall repair and restore the mailboxes at his own expense to the satisfaction of the property owner. Any curb, gutter, or driveways damaged during construction, not noted to be replaced an the drawings, shall be replaced by the CONTRACTOR at his own expense. 7.4 Surface Drainage. Water from such sources as surface runoff, dewatering and flushing of water lines during project construction shall not be allowed to enter into drainage ways or open areas that will cause flooding of existing structures, street intersections, or lawn areas. 7.5 Work Sequence. The CONTRACTOR shall schedule the work to minimize inconvenience to the OWNER and to adjacent property owners and to minimize interruptions to utility service. This shall include minimizing obstruction to local traffic especially on dead end streets. Work shall be scheduled so as to minimize disruptions to local mail delivery. Close coordination will he required between the CONTRACTOR, OWNER, and COUNTY. The utility service companies such as power, gas, telephone, and video shall be contacted at least 72 hours in advance of when locating of services will be required. 4 Article 8. Warrantv and Guarantee. 8.1 CONTRACTOR warrants and guarantees to OWNER that all Work will be in accordance with the Contract Documents and will not be defective. Prompt notice of all defects shall be given to CONTRACTOR. All defective Work, whether or not in place, may be rejected, corrected or accepted as provided in Exhibit A. Article 9. Traffic Control. 9.1 The CONTRACTOR shall conduct his work so as to interfere as little as possible with public travel, whether vehicular or pedestrian. Whenever it is necessary to cross, obstruct, or close roads and walks, the CONTRACTOR shall obtain approval of such actions from the County or Montana Department of Transportation and shall provide and maintain suitable and safe lighted detours or other temporary expedients for the accommodation of public and private travel in accordance with the current edition of the Manual on Uniform Control Devices for Streets and Highways (MUTCD). The CONTRACTOR shall not occupy the work site or initiate construction until all traffic control provisions are in place and the OWNER has been so notified. 9.2 Safety Provisions. Safety provisions must be entirely adequate and meet with City, County, State and Federal regulations to protect the public on these streets and roads. 9.3 Barricades and Lights. Prior to the start of construction across roads or walks, all construction permits shall be obtained, utility companies notified, and traffic patterns, signing, location of flagmen, barricades and other safety measures arranged. Providing and maintaining safety barricades, and other work site safety measures shall be the responsibility of the CONTRACTOR and shall be included in the contract price. The CONTRACTOR shall cooperate and coordinate his methods with the OWNER'S traffic control plans prior to the disruption of the normal flow of any traffic. All open trenches and other excavations shall be provided with suitable barriers, signs, and lights to the extent that adequate protection is provided to the public. Obstructions, such as material piles and equipment, shall be provided with similar warning signs and lights. All barricades and obstructions shall be illuminated by means of warning lights from sunset to sunrise. Materials stored upon or alongside public streets and highways shall be provided with similar warning signs and lights. 5 All barricades, signs, lights and other protective devices shall be installed and maintained in conformity with applicable statutory requirements and, where within railroad and highway right-of-way, as required by the authority having jurisdiction thereover. Work performed within property under the OWNER'S jurisdiction shall have all barricades, signs, lights and protective devices installed and maintained. Article 10 STATE LAWS AND REGULATIONS. 10.1 All applicable laws, ordinances and the rules and regula- tions of all authorities having jurisdiction over construction of the project shall apply to the contract throughout. 10.1.1 MONTANA CONTRACTOR REGISTRATION REQUIREMENTS No bids will be considered that do not carry the Bidder's Certificate of Contractor's Registration number on the envelope containing the Bid and on the Bid. Information pertaining to the Montana Contractor Registration requirements may be obtained from the Montana State Department of Revenue, Helena, Montana. (1 800 -556- 6694) 10.1.2 ADDITIONAL CONTRACTOR LICENSE FEE (MONTANA CONTRACTORS GROSS RECEIPTS TAX) In accordance with Title 15, Chapter 50, MCA, the Owner shall withhold, in addition to other amounts withheld as provided by law or specified herein, I percent (I",1) of all payments due the Contractor and shall transmit such moneys to the Montana Department of Revenue, 10.1.3 The CONTRACTOR'S attention is called to the Industrial Accident Insurance laws in force in Montana and to the responsibility of the OWNER for the collection of premiums thereunder. The CONTPACTOR'S compliance with said laws is required and shall relieve the OWNER of any responsibility for payment of premiums thereunder and shall furnish the OWNER with satisfactory evidence showing that all premiums arising from this contract have been paid before payment is made on the final estimate. 10.1.4 LOCAL LABOR Contractor shall give preference to the employment of Montana residents in accordance with applicable portions of Title 18, Chapter 2, Part 4, MCA, 10.1.5 PREVAILING WAGE RATES See Exhibit A. 6 Article 11. PERFORMANCE AND PAYMENT BONDS. The CONTRACTOR shall furnish a Performance Bond and a Payment Bond in favor of the OWNER each in an amount equal to one-hundred Percent (1000) of the Agreement amount. Article 12. INSURANCE. Without limiting any of the other obligations or liabilities of the CONTRACTOR, CONTRACTOR shall secure and maintain such insurance from an insurance company (or companies) authorized to write insurance in the State of Montana, with minimum "A.M. Best Rating" of B+, VI, as will protect himself, his subcontractors, the Owner and their respective agents and employees from claims for bodily injury, death or property damage which may arise from operations and completed operations under this Agreement. Such coverage shall be written for claims arising out of all premises/ operations, sub- contracted operations, products/completed operations, and all liability assumed by the CONTRACTOR under any contract or agreement. CONTRACTOR shall not commence work under this Agreement until such certified copies of the insurance policy shall have been filed with the OWNER. The City of Bozeman shall be named as additional insured on any insurance certificates. All insurance coverages shall remain in effect throughout the life of the Agreement. Each insurance policy shall contain a clause providing that it will not be cancelled by the insurance company without 45 days written notice to the OWNER and Contractor of intention to cancel. The minimum amounts of such insurance coverages being as state in Section 005 of the Construction Documents, Exhibit A. Article 13. MISCELLANEOUS. 13.1 Terms used in this Agreement which are defined in the General Conditions shall have the meanings indicated in the General Conditions of the Montana Public Works Standard Specifications, Fifth Edition. 13.2 This Agreement and all of the covenants hereof shall inure to the benefit of and be binding upon the OWNER and the CONTRACTOR respectively and his partners, successors, assigns, and legal representatives. Neither the OWNER nor the CONTRACTOR shall have the right to assign, transfer or sublet his interest or obligations hereunder without written consent of the other party. The Owner reserves the right to withdraw at any time from any subcontractor whose work has proven unsatisfactory the right to be engaged in or employed upon any part of the Work. 7 13.3 In the event it becomes necessary for either party to this Agreement to retain an attorney to enforce any of the terms or conditions of this Agreement or to give any notice required herein, then the prevailing party or the party given notice shall be entitled to reasonable attorney's fees and costs, including fees, salary, and costs of in-house counsel. 13.4 Any amendment of modifications of this Agreement or any provisions herein shall he made in writing and executed in the same manner as this original document and shall after execution become a part of the Agreement. 13.5 The CONTRACTOR hereby agrees to indemnify, defend, and hold the OWNER harmless from all claims and liability due to the activities of CONTRACTOR, their agents, employees, or both, in performing the work required. The CONTRACTOR is and shall perform this agreement as an independent contractor, and as such, is responsible to the OWNER only as to the results to be obtained in the work herein specified, and to the extent that the work shall be done in accordance with the terms, plans and specifications. The CONTRACTOR shall have and maintain complete control over all of its employees, subcontractors, agents and operations, being responsible for any required payroll deductions and providing required benefits, such as, but not limited to, workman's compensation and unemployment insurance. 13.6 The Contractor agrees not to discriminate in the fulfillment of this Agreement on the basis of race, color, religion, creed, sex, age, marital status, national origin, or actual or perceived sexual orientation, gender identity or disability. The Contractor agrees this requirement shall apply to the hiring and treatment of the Contractor's employees and to all subcontracts. Article 14. Special Provisions 14.1 Upon completion of the work, the Contractor shall provide a representative for a final inspection to be conducted with the owner and/or owner's representative, Scott Hedglin, Architect. M . IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first above written. Ingram— Clevenger, Tnc. (Contractor) By__ Title Sccretary/Treasurer Montana Contractor Registration Number 2009 V SkA"L" AND ATTEST City of Bozeman Owne r)... , A B Title City Manager 4� 0' ' � SEAL 4AN ";'TE By t Title ty, 9 SMINlifie BE Relity North 7th Avenue and Tamarack Street, Bozeman, Montana EXHIBIT A CONSTRUCTION DOCUMENTS February 28, 201 Project #0L10.05 architectureI18 PA Box 6123 Bozeman Mont 59M wwarch � l 8.wi NOTICE: This project is funded in whole or in part using funds from the American Recovery and Reinvestment Act (ARRA). Successful bidders shall comply with all ARRA reporting requirements and provide any ARRA related documentation as requested by the Owner or the Architect, Under ARRA requirements, Federal Davis-Bacon Prevailing Wages Rates (rya II Iiy I g 1� db 2 , 70 e �sc p, il 20"! and Certified Payroll to allow a 1 0 for tracking of job hours �Nvv n l k JJ 1 10-07a ee � apply to the project. Recipients and their first-tier recipients must maintain current registrations in the Central Contractor Registration (http://www.ccr.gov) at all times during which they have active federal awards funded with Recovery Act funds. A Dun and Bradstreet Data Universal Numbering System (DUNS) Number (http www.dnb.com) is one of the requirements for registration in the Central, Contractor Registration, Page 1 of 4 General Decision Number: MT100044 02/04/2011 MT44. State: Montana Construct..on Type: Building County: Gallatin County in Montana. PUILDING CONSTRUCTION PROJECTS (does not include single family homes or apartments up to and including 4 stories). Modification Number Publication Date 0 02/04/2011 ASBE0082 -002 08/01/2009 Rates Fringes Heat and Frost Insulator ......... $ 25.74 1.3.78 DOIL0011-002 04/01/2010 Rates Fringes BOILERMAKER ......................`a 30.16 21.75 BRMT0005 -001. 01/01/2011 Rates fringes BRICKLAYER .......................5 26.06 10.23 CARP0557 -003 05/01./2010 Rates Fringes CARPENTER (Includes Acoustical Ceiling Installation, Drywall. ,finishing /Taping, Lryoaall Hanging and Formwork) ............ $ 19.25 9.45 ELEV0019 -005 01 101/2010 Rates Fringes ELEVa,TOR MECHANIC ................$ 44.14 20.035+ -Ad -B FOOTNOTE: a. Employer contributes 8% of the basic; hourly rate for over 5 year's service and P of the basic hourly rate for 6 months to 5 years' of service as vacation paid credit. b. Eight paid holidays. New Year's Day; Memorial Day; Independence Day; Labor Day; Veteran's Day; Thanksgiving Day; Friday after Thanksgiving and Christmas Day IRON0732 -013 06/01/2010 http.// www. wdo[. gov/ wdol /scafiles /davisbacon /MT44.dvb 2/18/2011 Page 2 of 4 Rates Fringes IRONWORKER, REINFORCING AND ST RUCTURAL .......................$ 25.57 1 °7.21 LABO1686 -006 05/01/2010 Rates Fringes LABORER (Zone 1) Mason Tender-Brick .......... $ 1 °7.43 8.54 ZONE DEFINITIONS FOR LABORERS The burly wage rates applicable to each project shall be determined by measuring the road miles over the shortest practical maintained route from the County Courthouse in Great Frills to the center of the job. ZONE 1: 0 to 1.5 miles ZONE 2: 15 to 30 miles, add $0.65 to Zone 1 rate. ZONE 3: 30 to 50 miles, add $0.85 to Gone 1 rate. ZONE 4: Over 50 males, add .x1.25 to none 1 rate. PLUM0041 -008 0 "7/'0112010 Rates Fringes PIPE,FIT'TER, Excluding HVAC Pipe Installation ................$ 28.25 13.05 PLUMBER (Including HVAC Pipe Install .ation) ....................$ 28.25 13.05 SFMT0669 -002 04 ✓01/2010 Rates Fringes SPRINKLER FI'TT'ER (Fire Sprinklers ) ......................$ 29.00 16.85 SUMT2011 --009 01/0412011. Rates CEMENT MASON /CONCRETE FINISHER...$ 18.27 ELECTRICIAN (Low Voltage Wiring for Alarms and Computers Only) ..................$ 26.86 ELECTRICIAN, Excluding Low Voltage Wiring for Alarms and Computers ........................$ 24.04 GLAZIER ..........................$ 17.93 LABORER: Common or General ...... $ 16.52 OPERATOR: Crane .................$ 24.04 Fringes 1.50 3.69 3.51 2.62 5. 46 7.41 http:// www. wdol. gov/ wdol /scafiles /davisbacon /.MT44.dvb 2/1 9/2011 Page 3 of 4 OPERATOR: Excavator .............$ 22.20 6.75 OPEIlRTOR: Forklift ..............$ 21.44 8.05 PAIN'T'ER. Brush, Roller and Spray (Excluding Drywall Finishing/Taping) ................$ 19.62 0.00 ROOFED . ...........................$ 14.10 5.68 SHEETMEETAL WORKER (HVAC Duct Installation Only) ...............$ 25.89 2.81 TRUCK DRIVER: Dump Truck ........ $ 19.36 5.37 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29 CFR In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benef..it. rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION? APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: an existing published wage determination * a survey underlying a wage determination * a. Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rater ru.1ing On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and I-lour Regional Office for the area in which the survey was conducted because those Regional Offices http:// www. wdol. gov/ wdol /scafiles /davisbacon /MT44.dvb 2/18/2011 Page 4 of 4 have responsibility for the Davis - -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2_) and 3.) should be followed. With regard to any other matter not yet ripe for the formal. process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and .Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested. party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CF°R Part 1.8 and 29 CFR Part 7 ) . Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material., etc.) that the requester considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.} All decisions by the Administrative Review Board are final... END OF GENERAL DECISION http:ll www. wdol. gov/ wdol /scafiles /davisbacon /MT44.dvb 2/18/2011 Streamline Bus Shelter TECHNICAL SPECIFICATIONS TABLE OFCONTENTS DIVISION 00 0]1OOO ... ......... INVITATION TJB|D-- ...... — ......................... ....... .............................. ...................... .......... CO2OOO ........ —INSTRU[3|ONSTO BIDDERS ....... ........ ...... ......................... ................ —....... ......... —.. 0O4OD0 ......... ..... BID FORM .... — .... .................................. .............. —.................................. —........... ........ . 0O50O0— ..... ...... CONTRACTING FORMS AND SUPPLEMENTARY COMD0ONS— ... -- ...... —_............. OOGODO .... ... --SPECIAL TERMS AND CONO|TlONSFORTHEEECBGPROGRAM -- ----------' 00bOO1 ....... ..... SUPPLEMENTARY CONDITIONS —ARRA .......... ---...... .................. ............................. DIVISION 0' GENERAL REQUIREMENTS O110OQ............... SUMMARY .................................. —.............. —.......... ...... ................................. ........... _. O12000 ........ — ... PRICE AND PAYMENT PROCEDURES .......... ............ — .............. ......... ....... --................. O13OQO ........ ...... ADMINISTRATIVE REQUIREMENTS ....... —......... ----...... ... ....................................... O14O0O ....... ... —QUALITY REQUIREMENTS ....... .......... ----.......... --...... ...... ........ .............................. O18OOO .............. PRODUCT REQUIREMENTS ....... --- ...... _--- ... .............. — ............................... .............. END OF TABLE OFCONTENTS 1 3 2 2 24 5 1 2 3 1 2 3 2/28/2011 TABLE OFCONTENTS Streamline Bus Shelter SECTION 001000 - INVITATION TO BID On behalf of the City of Bozeman � Sealed Bids for STREAMLINE BUS SHELTER located at North 7� Avenue and Tamarack Street, Bozeman, Montana, will be received by the City Clerk — 121 North Rouse, Bozeman, Montana 59771. Bids will be received until 1:00 pm, March 15, 201 local time. Bids will be publically opened and read aloud at that time, The proposed project is the fabrication and installation of a steel and glass bus shelter on an existing concrete pad. Plans and Specifications may be obtained from Architecturel 18, PO Box 6723, Bozeman, MT 59771, 406 Bids shad be submitted on the Bid Form provided in the Specifications, A bid security of not less than ten percent (10%) of the total bid amount, in the form of cash, certified check or appropriate bid bond, payable to the City of Bozeman, shall accompany each bid. No bidder may withdraw their bid for at least thirty (30) days after the scheduled time of public opening, Issuance of the Invitation to Bid does not commit the City of Bozeman to award any contract, to pay any costs incurred in preparation of a proposal or to procure or contract for services, The City of Bozeman reserves the right to reject any and all proposals, to re-advertise, to waive any irregularities, to award a contract based on original proposals without further negotiations, and to make awards in the best interest of the City of Bozeman, 212812011 001000-1 INVITATION TO BID Streamline Bus Shelter SECTION 00 2000 - INSTRUCTIONS TO BIDDERS 1.1 BID SUBMISSION & Bids signed, executed, and dated will be received by the City Clerk at 121 North Rouse, Bozeman, Mon- tana 59771, before 1:00 pm local time on November 18, 2010, Submit bids in a closed, opaque envelope clearly marked with the Bidders name, project name, and Owner's name on the outside. Bids will be pub- lically opened shortly thereafter. B. Bids submitted after the above time shall be returned to the Bidder unopened, C. Submit Bids on the Bid Form provided in the specifications, All Bids must be signed by a person legally authorized to bind the Bidder to a Contract, D. Bidders shall be solely responsible for the delivery of their bids. Oral, faxed, or electronically submitted bids will not be accepted. 1.2 CONTRACT TIME A. Identify Contract Time in the Bid Form. The Completion Date in the Agreement shall be the Contract Time added to the Date of Notice to Proceed. B. Anticipated completion is May 15, 201 1.3 CONTRACT DOCUMENTS A. Contract Documents are identified as Architect's Project Number 01-10-05 as prepared by Architec- turel 18, PO Box 6723, Bozeman, MT 59771, Contract Documents include drawings, specifications, ad- denda, and all information contained in the Project Manual, B. Contract Documents may be obtained from Architecturel 18, PO Box 6723, Bozeman, MT 59771, (406) 599-7549. C, Upon receipt of the Contract Documents, verify that all documents are complete, Notify Architect imme- diately should documents be incomplete. D. Notify Architect immediately of any discrepancies, omissions, or ambiguities in the documents. 1�4 INQUIRES/ ADDENDA A, Direct all questions to the Architect. B. Addenda may be issued during the bidding period. All addenda become part of the Contract Documents and must be acknowledged on the Bid Form, Bid Amount shall include all costs associated with all ad- denda, C. Verbal answers are not binding on any party, 2128/2011 00 2000 -1 INSTRUCTIONS TO BIDDERS Streamline Bus Shelter D� Questions or clarifications requested by bidders must be in writing not less than seven (7) days before the date of Bid Opening, Responses will be issued by addenda and forwarded to known plan holders, 1.5 SUBSTITUTIONS A. Materials, products and equipment described in the Contract Documents establish a standard of required function, dimension, appearance, and quality to be met by any substitution. B. Substitution Requests must be received by the Architect no less than seven (7) days before the date of Bid Opening. If the substitution is accepted by the Architect, an addendum will be issued and forwarded to known plan holders, C. Substitution Requests shall provide sufficient information to determine acceptability of product. Such re- quests shall include the name of the material or equipment and a complete description of the proposed substitution including, but not limited to, drawings, performance and test data, proof of acceptable opera- tion by means of demonstration, contact references for existing comparable installations, and other infor- mation necessary for an evaluation. Differences between the specified item and the proposed substitution shall be highlighted. A written statement acknowledging all changes to other materials, equipment, or oth- er portions of the Work shall be included. The burden of proof of the merit of the proposed substitution is on the proposer. The Architect's decision of approval or disapproval of Substitution Requests shall be fi- nal. D. No substitutions will be considered after the Contract Award unless specifically provided in the Contract Documents, 1,6 SITE K All bidders are responsible for visiting the site and familiarizing themselves with the Work and existing conditions prior to submitting a bid. No additions to the Contract Sum will be made for Work this is af- fected by conditions that are visually present at the time of bidding. 1.7 SUBCONTRACTORS/SUPPLIERS/OTHERS A. Owner reserves the right to reject a proposed prime or sub-contractor for reasonable cause. 1.8 BID SECURITY A. A bid security of not less than ten percent (10%) of the total bid amount, in the form of cash, certified check or appropriate bid bond, payable to the City of Bozeman, Montana, shall accompany each bid. The bid security shall be forfeited if a bidder who has been awarded the contract fails to execute the Own- er/Contractor Agreement and required bonds within ten (10) days of notification by Owner. 13, Bid security for unsuccessful bidders will be returned no later than thirty (30) days after the contract is awarded. C. No bidder may withdraw their bid for at least thirty (30) days after the scheduled time of public opening 2/28/2011 002000-2 INSTRUCTIONS TO BIDDERS Streamline Bus Shelter 1.9 PERFORMANCE,, LABOR AND MATERIAL PAYMENT BONDS A. The successful bidder shall be required to submit a Performance bond in the amount of one- hundred per- cent (100 %) of the Contract Sum. B. The successful bidder shall be required to submit a Labor and Material Payment bond in the amount of one- hundred percent (100 %) of the Contract Sum. C. Bonds must be executed by a surety company licensed to do business at the location of the project and approved by the Owner. Bond form shall be AIA Document A312 or reasonable facsimile thereof, END OF SECTION 00 2000 2128/201' 1 002000-3 INSTRUCTIONS TO BIDDERS Streamline Bus Shelter SECTION 00 4000 — BID FORM 1.1 PROJECT: A. Streamline Bus Shelter, North 7 11 Avenue and Tamarack Street, Bozeman, Montana 1.2 OWNER: A. City of Bozeman, 121 North Rouse, Bozeman, Montana 59771 1.3 SUBMITTED BY: A. Bidder / Company Name: B. Address: C. Name / Title of person submitting: D. Signature: E. Date: F. Contractor License G. Phone / Fax / Emaili: 1,4 BASE BID: (in accordance with Federal Davis-Bacon Prevailing Wage Rates and inclusive of the 1 %a Gross Receipts Tax) A. The Bidder proposes to perform all of the Work required by the Contract Documents for the amount of (in words and numbers): dollars. $ B. The Bidder has attached the required Bid Security and Buy America Certification Form, hereto, C. This offer shall be open to acceptance and shall not be withdrawn for thirty (30) days from the bid closing date. D. If this bid is accepted by Owner within the time period stated above, we will 1, Execute the Agreement within ten (10) days of receipt of Notice of Award. 2. Furnush the required bonds within ten (10) days of receipt of Notice of Award. 3, Commence work within seven days after written Notice to Proceed. 1.5 CONTRACT TIME: A. The Work shall be completed within days of the Notice to Proceed, 1.6 ADDENDA 212812011 00 4000 -1 BID FORM Streamline Bus Shelter A, The following Addenda have been received, The modifications to the Bid Documents noted below have been considered and all costs are included in the Bid Sum. 1. Addendum #: Date: 2, Addendum 4: Date: 17 ALTERNATE(S) A. The following are costs of Alternates to the Work as described in the Contract Documents. 1 Description: Provide and install surface-mounted bench as shown on the drawings. Provide (do not install) trash receptacle as shown on the drawings. a, [add] to the Base Bid: dollars. $ END OF SECTION 00 4000 2128/2011 004000-2 BID FORM Streamline Bus Sheiter SECTION 005000 - CONTRACTING FORMS AND SUPPLEMENTARY CONDITIONS 1.1 FORM OF AGREEMENT A. AIA Document A105, STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR FOR A RESIDENTIAL OR SMALL COMMERCIAL PROJECT, B, If mutually agreeable, the City's Standard Contract Agreement may be used in place of the above docu- ment. 1.2 GENERAL CONDITIONS A. As included in the Form of Agreement, 1.3 SPECIAL TERMS AND CONDITIONS FOR THE ENERGY EFFICIENCY AND CONSERVATION BLOCK GRANT PROGRAM A. As specified in sections 006000 and 006001. 1.4 SUPPLEMENTARY CONDITIONS A. These Supplementary Conditions amend and supplement the General Conditions and other provisions of the Contract Documents as indicated below. All provisions that are not so amended or supplemented re- main In full force and effect. B. The terms used in these Supplementary Conditions that are defined in the General Conditions have the meanings assigned to them In the General Conditions, LABOR AND MATERIALS The Contractor shall comply with all fair labor practices and must meet the requirements of the State Statutes which require that preference be given to the employment of Montana residents and must pay the prevailing rate of wages for contracts over $25,000. It shall be the Contrac- tor's responsibility to secure and comply with the most recent publication of wage rates. The contractor shall furnish the Owner with certified payroll forms completed for every person work- ing on the project within 10 working days of the end of each payroll period. PROGRESS AND COMPLETION A Date of commencement will be established in the contract. PROGRESS PAYMENTS Prior to Substantial Completion, the Owner will pay the Contractor 95% of the approved total on each monthly Application for Payment for work completed and materials and equipment re- ceived and suitably stored during the period. In accordance with state law governing Gross Receipts Withholding, the Owner will withhold 1% of the amount due on each payment and transmit such amount to the State Department of Revenue, 212812011 005000-1 CONTRACTING FORMS AND SUPPLEMENTARY CONDITIONS Streamline Bus Shelter SAFETY OF PERSONS AND PROPERTY The Contractor shall maintain occupational health and safety policies uLleast to the extent re- quired bytheapp|icableFedora|ond Montana State statures, standards, rules and regulations. CONTRACTOR'S LIABILITY INSURANCE Liability Insurance shall include all major divisionaofcovorageandbeonacumpmehenoive basis including: 1. Premises and Operations 2. Independent Contractor Protective 3. Products and Completed Operations 4. Personal Injury LIability 5. Contractual - including specified provision for the Contractor's obligations under paragraph 4.18 0. Owned, non-owned and hired motor vehicles 7. All Contractor's insurance policies shall name the Architect and the Owner as additional in- sureds, 11.11,110 The insurance required by Subparagraph 11.1.1 . shall be written for not less than the follow- ing, or greater if required bylaw: 1. Worker's Compensation -Statutory 2. Comprehensive General Liability (including Premises - Operations; Independent Contrac- tor's; PmduutandComp|et*Operahnno: .1 Bodily Injury ondPmpertvDamege: $1.0OD.O0J per occurrence 2 Bodily Injuries amdPmpertyDamagg: $2.0UU.O0O general aggregate .3 Products and Completed Operations: $2.QOO,DOO general aggregate .4 Products and Completed Operations Insurance to be maintained for three (3) years af- ter final payment 3. Contractual Liability: .1 Bodily Injury and Property Damage: $1 each occurrence .2 Bodily Injury and Property Damage: $1.U0U annual aggregate 4. Personal Injury: G1 annual aggregate 5. Comprehensive Automobile Liability: .1 Bodily Injury ondpmporty0amoge: $Y.00O,O80 combined single limit ,2 The Contractor shall be certain this insurance conforms to the specific stipulations of governing Montana statutes. 0. Owner's and Contractor's Protective: .1 Bodily Injury and Property Damage: $1.UQO.0O0 per occurrence .2 Bodily Injury oodPmpedyDomaye: $2.Q0U.OUO annual aggregate PERFORMANCE AND PAYMENT BOND The bond value requirements are anfollows: 1. Provide o1O0 percent Performance Bond, 2. Provide n18O percent Payment Bond, END OF SECTION 00 5000 2/28/3011 005000'2 CONTRACTING FORMS AND SUPPLEMENTARY CONDITIONS Streamline Bus Shelter SPECIAL TERMS AND CONDITIONS FOR THE ENERGY EFFICIENCY & CONSERVATION BLOCK GRANT PROGRAM America Recovery and Reinvestment Act (ARRA) funding policies 2/2812011 006000-0 SPECIAL TERMS AND CONDITIONS Streamline Bus Shelter SPECIAL TERMS AND CONDITIONS FOR THE ENL'RGY EFFICIENCY AND CONSERVATION BLOCK GRANT PROGRAM — FORMULA GRANTS 2 FA- TC -0001A - RESOLUTION OF CONFLICTING CONDITIONS ..................... ..............................2 FA -TC -00018 AWARD AGREEMENT TERMS AND CONDITI ONS ................ ............................... 2 FA- TC -0001C - AWARD PROJECT PERIOD AND BUDGET PERIODS ............. ............................... 2 FA -TC- 0003.1 - PAYMENT PROCEDURES - ADVANCES THROUGH THE AUTOMATED STANDARD APPLICATION FOR PAYMENTS (ASAP) SYSTEM ............................................. ............................... 2 FA- TC- 0007.1 - REBUDGETING AND RECOVERY OF INDIRECT COSTS - REIMBURSABLE INDIRECT COSTS AND FRINGE BENEFITS ......................................................... ..............................3 FA -TC -0008 - PRE -AWARD COSTS .......................................................................... ............................... 3 FA- TC- 0009.1 - USE OF PROGRAM INCOME - ADDITIO N ................................ ............................... 3 FA -TC -0010 - STATEMENT OF FEDERAL STEWARDSHIP ............................... ............................... 3 FA -TC -0012 - SITE VISITS ......................................................................................... ............................... 3 FA- TG0013 - REPORTING REQUIREMENTS ......... ............................... ............ ..............................3 FA -TC -0014 — PUBLICATIONS ................................................................................. ............................... 4 FA -TC -0015 - FEDERAL, STATE, AND MUNICIPAL REQUIREMENTS .......... ............................... 4 FA -TC -0016 - INTELLECTUAL PROPERTY PROVISIONS AND CONTACT INFORMATION.. 4 FA -TC -0017 - NATIONAL SECURI"T"Y. CLASSIFIABLE RESULTS ORIGINATING UNDER AN AWARD ......................................................................................................................................... ............................... 4 FA -TC -0019 - LOBBYING RESTRICTIONS ............................................................ ............................... 5 FA -TC -0020 - NOTICE REGARDING THE PURCHASE OF AMERICAN -MADE EQUIPMENT AND PRODUCTS -- SENSE OF CONGRESS ..................................................................... ............................... 5 FA -TC -0028 - INSOLVENCY, BANKRUPTCY OR RECEIVERSHIP ............................ ................. 5 FA -TC -0031 - NATIONAL ENVIRONMENTAL POLICY ACT (N EPA) REQUIREMENTS [Project Specific for Applications without a Strategy (Conditional NEPA Approval); If Strategy Submitted (Final or Unconditional NEPA Approval), Delete Paragrapht .................................................. ............................... 6 FA -TC -0033 - DECONTAMINATION AND /OR DECOMMISSIONING (D &D) COSTS ................. 6 FA -TC -0034 - SPECIAL PROVISIONS RELATING TO WORK FUNDED UNDER AMERICAN RECOVERY AND REINVESTMENT ACT OF 2009 ............. ............................... ..............................6 FA- TC- 0035 - REPORTING AND REGISTRATION REQUIREMENTS UNDER SECTION 1512 OF THE RECOVERYACT ....................................................................................................... ............................... 10 FA -TC -0036 - REQUIRED USE OF AMERICAN IRON, STEEL, AND MANUFACTURED GOODS -- SECTION 1605 OF THE AMERICAN RECOVERY AND REINVESTMENT ACT OF 2009......... 10 FA -TC -0038 - WAGE RATE REQUIREMENTS UNDER SECTION 1606 OF THE RECOVERY ACT ....................................................................................................................................... ............................... 12 FA -TC -0039 - RECOVERY ACT" TRANSACTIONS LISTED IN SCHEDULE OF EXPENDITURES OF FEDERAI, AWARDS AND RECIPIENT RESPONSIBILITIES FOR INFORMING SUBRECIPIENTS ....................................................................................................................................... ............................... 12 FA -TC -0040 HISTORIC PRESERVATION... ............... ........................................................................ 13 FA- TC -XXXX ENERGY EFFICIENCY AND CONSERVATION STRA'T'EGY (Project Specific) . 13 (This is applicable to the grantee if this block is checked) ........................................ ........................ ......13 FA -TC -0052 DAVIS BACON ACT AND CONTRACT WORK HOURS AND SAFETY STANDARDS ACT ....................................................................................................................................... ............................... 14 FA -TC -0055 —RECIPIENT FUNCTIONS ............................................................... ............................... 19 FA -RW -0001 RECIPIENT RESPONSIBILITIES FOR DAVIS BACON ACT .... ............................... 20 FA -TC -0056 FINAL INCURRED COST AUDIT ....................................................... .............................21 FA -TC -0057 PROPERTY ............................................................................................. .............................21 FA -TC -0058 INDEMNITY ......................................................................................... ............................... 21 FA -TC -0059 ADVANCE PATENT WAIVER .......................................................... ............................... 21. 2/28/2011 006000-1 SPECIAL. TERMS AND CONDITIONS Streamline Bus Shelter SPECIAL, TERMS AND CONDITIONS FOR THE ENERGY EFFICIENCY AND CONSERVATION BLOCK GRANT PROGRAM — FORMULA GRANTS FA- TC -0001A - RESOLUTION OF CONFLICTING CONDITIONS Any apparent inconsistency between Federal statutes and regulations and the terms and conditions contained in this award must be referred to the DOE Award Administrator for guidance. FA -TC -0001 B - AWARD AGREEMENT TERMS AND CONDITIONS This award/agreement consists of the Grant and Cooperative Agreement cover page, plus the following: a. Special terms and conditions. b. Attachments: Attachment No. Title 1 Intellectual Property Provisions 2 Project Activity Worksheet(s) 3 Federal Assistance Reporting Checklist 4 Davis Macon Wage Determination S Strategy Plan 6 Budget Sheet 7 Iii- Lateral Signature Page C. .Applicable program regulations - Title y. Subtitle E of'the F,nerr~y Independence and Security „Ar t CF:1SA1 of 2007 funded by the American Recovery and Reinvestment Act of "2.009. Public Law 1 l 1 -5 (Recovery Act or Act), d. DOE Assistance Regulations, 10 CFR Part 600 at http: //eefr.gpoaccess.gov and if the award is for research and to a university or non- profit, the Research Terms & Conditions and the DOE Agency Specific Requirements at http: /hNtivrv. rrst. gov /bf� /d ias /po I i cy /rtc /irlde, jsp. e. Application /proposal as approved by DOE. f. National Policy Assurances to Be Incorporated as Award Terms in effect on date of award at http:// inFttia gcment,energy,gov /btisiness doe /1.374,htm. FA- TC -0001C - AWARD PROJECT PERIOD AND BUDGET PERIODS The Project Period for this award is 36 months from the date of award. FA- TC- 0003.1 - PAYMENT PROCEDURES - ADVANCES THROUGH THE AUTOMATED STANDARD APPLICATION FOR PAYMENTS (ASAP) SYSTEM a. Method of Payment. Payment will be made by advances through the Department of Treasury's ASAP system. b. Requesting Advances. Requests for advances must be made through the ASAP system. You may submit requests as frequently as required to meet your needs to disburse funds for the Federal share of project costs. If feasible, you should time each request so that you receive payment on the same day that you disburse funds for direct project costs and the proportionate share of'any allowable indirect costs. If same -day transfers are not feasible, advance payments must be as close as is administratively feasible to actual disbursements. C. Adjusting payment requests for available cash. You must disburse any funds that are available from repayments to and interest earned on a revolving fund, program income, rebates, refunds, contract settlements, audit recoveries, credits, discounts, and interest earned on any of those funds before requesting additional cash payments from DOE /N'NSA. d. Payments. All payments are made by electronic funds transfer to the bank account identified on the ASAP Bank Information Form that you filed with the U.S. Department of Treasury. 2/2812011 006000-2 SPECIAL TERMS AND CONDITIONS Streamline Bus Sheiter FA- TC- 0007.1 - REBUDGETING AND RECOVERY OF INDIRECT COSTS - REIMBURSABLE INDIRECT COSTS AND FRINGE BENEFITS a. If actual allowable indirect costs are less than those budgeted and funded under the award, you may use the difference to pay additional allowable direct costs during the project period. If at the completion of the award the Government's share of total allowable costs (i.e., direct and indirect), is less than the total costs reimbursed, you must refund the difference. b. Recipients are expected to manage their indirect costs. DOE will not amend an award solely to provide additional funds for changes in indirect cost rates. DOE recognizes that the inability to obtain full reimbursement for indirect costs means the recipient must absorb the underrecovery. Such underrecovery may be allocated as part of the organization's required cost sharing. FA -TC -0008 - PRE -AWARD COSTS You are entitled to reimbursement for costs incurred on or after [AlonthDayl'ear as authorized by the pre - award costs letter dated [Date of *Approval Lettei], if such costs are allowable in accordance with the applicable Federal cost principles referenced in 10 C'FR Part 600. FA- TC- 0009.1 - USE OF PROGRAM INCOME - ADDITION If you earn program income during the project period as a result of this award, you may add the program income to the funds committed to the award and use it to further eligible project objectives, FA- TC- 0010 -- STATEMENT OF FEDERAL STEWARDSHIP DOE/NNSA will exercise normal Federal stewardship in overseeing the project activities performed under this award. Stewardship activities include, but are not limited to, conducting site visits; reviewing performance and financial reports; providing technical assistance and/or temporary intervention in unusual circumstances to correct deficiencies which develop during the project; assuring compliance with terms and conditions; and reviewing technical performance after project completion to ensure that the award objectives have been accomplished, FA -TC -0012 - SITE VISITS DOE's authorized representatives have the right to make site visits at reasonable times to review project accomplishments and management control systems and to provide technical assistance, if required. You must provide, and must require your subawardees to provide, reasonable access to facilities, office space, resources, and assistance for the safety and convenience of the government representatives in the performance of their duties, All site visits and evaluations must be performed in a manner that does not unduly interfere with or delay the work. FA=TC -001.3 - REPORTING REQUIREMENTS a. Requirements. The reporting requirements for this award are identified on the Federal Assistance Reporting Checklist, DOE F 4600.2, attached to this award. Failure to comply with these reporting requirements is considered a material noncompliance with the terms of the award. Noncompliance may result in withholding of future payments, suspension, or termination of the current award, and withholding of future awards. A willful failure to perform, a history of failure to perform, or unsatisfactory performance of this and /or other financial assistance awards, may also result in a debarment action to preclude future awards by Federal agencies. b. Dissemination of scientific /technical reports, Scientilte/technical reports submitted under this award will be disseminated on the Internet via the DOE Information Bridge (www.osti.gov/bridge), unless the report contains patentable material, protected data, or SBIR /STTR data. Citations for journal articles produced under the award will appear on the DOE Energy Citations Database (wNvNv.osti.gov/energycitations). 2/2812011 006000-3 SPECIAL TERMS AND CONDIT QNS Streamline Bus Shelter C. Restrictions. Reports submitted to the DOE Information Bridge must not contain any Protected Personal Identifiable Information (PII), limited rights data (proprietary data), classified information, information subject to export control classification, or other information not subject to release. FA -TC -0014 — PUBLICATIONS a. You are encouraged to publish or otherwise make publicly available the results of the work conducted under the award. b. An acknowledgment of Federal support and a disclaimer must appear in the publication of any material, whether copyrighted or not, based on or developed render this project, as follows: Acknowledgment: "This material is based upon work supported by the Department of Energy under Award Number (See block I of Assistance Agreement). Disclaimer: " "Phis report was prepared as an account of work sponsored by an agency of the United States Government. Neither the United Slates Government nor any agency thereof, nor any of their employees, makes any warranty, express or implied, or assumes any legal liability or responsibility for the accuracy, completeness, or usefulness of any information, apparatus, product, or process disclosed, or represents that its use would not infringe privately owned rights. Reference herein to any specific commercial product, process, or service by trade name. trademark, manufacturer, or otherwise does not necessarily constitute or imply its endorsement, recommendation, or favoring by the United States Government or any agency thereof: The views and opinions of authors expressed herein do not necessarily state or reflect those of the United States Government or any agency thereof." FA- TC- 001;.5 - FEDERAL, STATE, AND MUNICIPAL REQUIREMENTS You must obtain any required permits and comply with applicable federal, state, and municipal flaws, codes, and regulations for kvork performed under this award. FA -'TC -0016 - INTELLECTUAL PROPERTY PROVISIONS AND CONTACT INFORMATION a. The intellectual property provisions applicable to this award are provided as an attachment to this award or are referenced on the Agreement Face Page. A list of all intellectual property provisions may be found at http: /kw °wvkv.gc.doe.gov/ inancial assistaiice_awvards.htm. b. Questions regarding intellectual property matters should be referred to the DOE Award Administrator and the Patent Counsel designated as the service provider for the DOE office that issued the award. The IP Service Providers List is found at http: Uvvw% v. gc. doc .govldocurnents /Intellectiial Property (IP) Service Providers fir Acquisition.pdf FA -TC -0017 - NATIONAL SECURITY: CLASSIFIABLE RESULTS ORIGINATING UNDER AN AWARD a. This award is intended fiver unclassified, publicly releasable research. You will not be granted access to classified information. DOE /NNSA does not expect that the results of the research project will involve classified information. Under certain circumstances, however, a classification review of information originated under the award may be required. The Department may review research work generated under this award at any time to determine if it requires classification. b. Executive Order 12958 (60 Fed. Reg. 19,825 (1995)) states that basic scientific research information not clearly related to the national security shall not be classified. Nevertheless, some information concerning (among other things) scientific, technological, or economic matters relating to national security or cryptology may require classification. If you originate information during the course of this award that you believe requires classification, you must promptly: I. Notify the DOE Project Officer and the DOT; Award Administrator; 2/28/2011 006000-4 SPECIAL TERMS AND CONDITIONS Streamline Bus Shelter 2. Submit the information by registered mail directly to the Director, Office or Classification and Information Control, SO- 10.2; U.S. Department of Energy; P.O. Box A, Germantown, MD 20875 -0963, for classification review. 3. Restrict access to the information to the maximum extent possible until you are informed that the information is not classified, but no longer than 30 days after receipt by the .Director, Office of Classification and Information Control. C. If you originate information concerning the production or utilization of special nuclear material (i.e.. plutonium, uranium enriched in the isotope 233 or 235, and any other material so determined under section 51 of the Atomic Energy Act) or nuclear energy, you must: Notify the DOE Project Officer and the DOE Award Administrator; 2. Submit the information by registered mail directly to the Director, Office of Classification and Information Control, SO -10.2; U.S. Department of Energy; P. O. Box A; Germantown, MD 20875 -0963 for classification review within 180 days of the date the recipient first discovers or first has reason to believe that the information is useful in such production or utilization; and 1 Restrict access to the information to the maximum extent possible until you are informed that the information is not classified, but no longer than 90 days after receipt by the Director, Office of Classification and Information Control. d. If DOE determines any of the information requires classification, you agree that the Government may terminate the award by mutual agreement in accordance with 10 CFR 600.25(d). All material deemed to be classified must be forwarded to the DOE, in a manner specified by DOE. e. if DOE does not respond within the specified time periods, you are under no further obligation to restrict access to the information. FA -TC -0019 - LOBBYING RESTRICTIONS By accepting funds under this award, you agree that none of the funds obligated on the award shall be expended, directly or indirectly, to influence congressional action on any legislation or appropriation matters pending before Congress, other than to communicate to Members of Congress as described in 18 U.S.C. 1913. This restriction is in addition to those prescribed elsewhere in statute and regulation. FA -TC -0020 - NOTICE REGARDING THE PURCHASE OF AMERICAN! -MADE EQUIPMENT AND PRODUCTS -- SENSE OF CONGRESS It is the sense of the Congress that, to the greatest extent practicable, all equipment and products purchased with funds made available under this award should be American -made. FA -TC -0028 - INSOLVENiCY, BANKRUPTCY OR RECEIVERSHIP a. You shall immediately notify the DOE of the occurrence of any of the following: events: (i) you or your parent's filing of a voluntary case seeking liquidation or reorganization under the Bankruptcy Act; (ii) your consent to the institution of an involuntary case under the Bankruptcy Act against you or your parent; (iii) the tiling of any similar proceeding for or against you or your parent, or its consent to, the dissolution, winding -up or readjustment of your debts, appointment of a receiver, conservator, trustee, or other officer with similar powers over you, under any other applicable state or federal law; or (iv) your insolvency due to your inability to pay your debts generally as they become due. b. Such notification shall be in writing and shall: (i) specifically set out the details of the occurrence of an event referenced in paragraph a; (ii) provide the facts surrounding that event; and (iii) provide the impact such event 2/28/2011 006000-5 SPECIAL TERMS AND CONDITIONS Streamline Bus Shelter will have on the project being funded by this award C. Upon the occurrence of any of the four events described in the first paragraph, DOE reserves the right to conduct a review of your award to determine your compliance with the required elements of the award (including such items as cost share, progress towards technical project objectives, and submission of required reports). If the DOE review determines that there are significant deficiencies or concerns with your performance under the award, DOE reserves the right to impose additional requirements, as needed, including (i) change your payment method; or (ii) institute payment controls. d. Failure of the Recipient to comply with this provision may be considered a material noncompliance of this financial assistance award by the Contracting Officer. FA -TC -0031 - NATIONAL ENVIRONMENTAL POLICY ACT (NEPA) REQUIREMENTS [Project Specific for Applications without as Strategy (Conditional NEPA Approval) If Strategy Submitted (Final or Unconditional NEPA A pproval), Delete Par.agraphl Perscrintion for Clause F A-TC -0031 1, 11'you iracicrcic: tlu; claLLIC in the I s Cs. voa must list the actiw itics that have been approti ed by the NEPA 011icor or nol appnn ed by the NEPA officer, The idea here is to ,pecii, %Oat project actin hies tlic; recipient can \�nrk on Per the CA' ectiv e datc of tho grant 4% %'ard. 11'ti uu dolcte the elausc from the l n C`s. it implies that 1 of the project acaivitics ha c been approved by the You are restricted from taking any action using Federal funds, which would have an adverse effect on the environment or limit the choice of reasonable alternatives prior to DOF.,/NNSA providing either a NEPA clearance or a final NEPA decision regarding this project, For this recipient, the wurnbcr of project activities) ac°tMties id�lititied have been determined to be cate«orica'lly exempt from furthc r NI- 1 reviews, I Irrweever. an�additional project actie ilios wwill need to be for NL;l'A compliance. Ifyou move forward with activities that are not authorized for federal funding by the DOE Contracting. Officer in advance of the final NEPA decision, you are doing so at risk of not receiving federal funding and such costs may not be recognized as allowable cost share. If this award includes construction activities, you must submit an environmental evaluation report /evaluation notification form addressing NEPA issues prior to DOE/NNSA initiating the NEPA process. FA -TC -0033 - DECONTAMINATION AND /OR DECOMMISSIONING (D &D) COSTS Notwithstanding any other provisions of this Agreement, the Government shall not be responsible for or have any obligation to the recipient for (i) Decontamination and/or Decommissioning (D &D) of any of the recipient's facilities, or (ii) any costs which may be incurred by the recipient in connection with the D &D of any of its facilities due to the performance ofthe work under this Agreement, whether said work was performed prior to or subsequent to the effective date of this Agreement. FA -TC- 0034- SPECIAL PROVISIONS RELATING TO WORK FUNDED UNDER AMERICAN RECOVERY AND REINVESTMENT ACT OF 2009 Preamble The American Recovery and Reinvestment Act of 2009, Pub. L. 111 -5, (Recovery Act) was enacted to preserve and create jobs and promote economic recovery, assist those most impacted by the recession, provide investments needed to increase economic efficiency by spurring technological advances in science and health, invest in 2/28/2011 006000-6 SPECIAL TERMS AND CONDITIONS Streamline Bus Shelter transportation, environmental protection, and other infrastructure that will provide long -term economic benefits, stabilize State and local government budgets, in order to minimize and avoid reductions in essential services and counterproductive State and local tax increases. Recipients shall use grant funds in a manner that maximizes job creation and economic benefit. The Recipient shall comply with all terms and conditions in the Recovery Act relating generally to governance, accountability, transparency, data collection and resources as specified in Act itself and as discussed below. Recipients should begin planning activities for their first tier subrecipients, including obtaining a .DUNS number (or updating the existing DUNS record), and registering with the Central Contractor Registration (CCR). Be advised that Recovery Act funds can be used in conjunction with other funding as necessary to complete projects, but tracking and reporting must be separate to meet the reporting requirements of the Recovery Act and related guidance. For projects funded by sources other than the Recovery Act, Contractors must keep separate records for Recovery Act funds and to ensure those records comply with the requirements of the Act. The Government has not fully developed the implementing instructions of the Recovery Act, particularly concerning specific procedural requirements for the new reporting requirements. The Recipient will be provided these details as they become available. The Recipient must comply with all requirements of the Act. if the recipient believes there is any inconsistency between ARRA requirements and current award terms and conditions, the issues will be referred to the Contracting Officer for reconciliation. Definitions For purposes of this clause, Covered Funds means funds expended or obligated from appropriations under the American Recovery and Reinvestment Act of 2009, Pub. L. 111 -5. Covered Funds will have special accounting codes and will be identified as Recovery Act funds in the grant, cooperative agreement or TlA and /or modification using Recovery Act funds. Covered Funds must be reimbursed by September 30, 2015. Non - Federal employer means any employer with respect to covered funds — the contractor, subcontractor, grantee, or recipient, as the case may be, if the contractor, subcontractor, grantee, or recipient is an employer; and any professional membership organization, certification of other professional body, any agent or licensee of the Federal government, or any person acting directly or indirectly in the interest of an employer receiving covered funds; or with respect to covered funds received by a State or local government, the State or local government receiving the funds and any contractor or subcontractor receiving the funds and any contractor or subcontractor of the State or local government; and does not mean any department, agency, or other entity of the federal government. Recipient means any entity that receives Recovery Act funds directly from the Federal government (including Recovery Act funds received through grant, loan, or contract) other than an individual and includes a State that receives Recovery Act. Funds. Special Provisions A. Flow Down Requirement Recipients must include these special terns and conditions in any subaward. B. Segregation of Costs Recipients must segregate the obligations and expenditures related to funding under the Recovery Act. Financial and accounting systems .should be revised as necessary to segregate, track and maintain these funds apart and separate from other revenue streams. No part of the funds from the Recovery Act shall be commingled with any other funds or used for a purpose other than that of making payments for costs allowable for Recovery Act projects. 212812011 006000-7 SPECIAL TERMS AND CONDITIONS Streamline Bus Shelter C. Prohibition on Use of Funds Nonc ol`the Funds provided under this agreement derived from the American Recovery and Reinvestment Act of 2009, Pub. L. 111 -5, may be used by any State or local government, or any private entity, for any casino or other gambling establishment, aquarium, zoo, golf course, or swimming pool. D. Access to Records With respect to each financial assistance agreement awarded utilizing at least some of the funds appropriated or otherwise made available by the American Recovery and Reinvestment Act of 2009, Pub. L. 111 -5, any representative of an appropriate inspector general appointed under section 3 or SG of the Inspector General Act of 1948 (5 U.S.C. App.) or ofthe Comptroller General is authorized (1) to examine any records of the contractor or grantee, any of its subcontractors or subgrantees, or any State or local agency administering such contract that pertain to, and involve transactions relation to, the subcontract, subcontract, grant, or subgrant; and (2) to interview any officer or employee of the contractor, grantee, subgramee. or agency regarding such transactions. E. Publication An application may contain technical data and other data, including trade secrets and/or privileged or confidential information, which the applicant does not want disclosed to the public or used by the Government for any purpose other than the application. To protect such data, the applicant should specifically identify each page including each line or paragraph thereof containing the data to be protected and mark the cover sheet of the application with the following Notice as well as referring to the Notice on each page to which the Notice applies: Notice of Restriction on Disclosure and Use of Data The data contained in pages - - -- of this application have been submitted in confidence and contain trade secrets or proprietary information, and such data shall be used or disclosed only for evaluation purposes, provided that if this applicant receives an award as a result of or in connection with the submission of this application, DOE. shall have the right to use or disclose the data here to the extent provided in the award. This restriction does not bruit the Government's right to use or disclose data obtained without restriction from any source, including the applicant. Information about this agreement will be published on the Internet and linked to the website www.recoverv.aov, maintained by the Accountability and Transparency Board. The Board may exclude posting contractual or other information on the website can a case -by -case basis when necessary to protect national security or to protect information that is not subject to disclosure under sections 552 and 552a of title 5, United States Code, F. Protecting State and Local Government and Contractor Whistleblowers. The requirements of Section 1553 of the Act are summarized below. They include, but are not limited to: Prohibition on Reprisals: An employee ofany non - Federal employer receiving covered funds under the American Recovery and Reinvestment. Act of 2009. Pub. L. 111 -5, may not be discharged, demoted,, or otherwise discriminated against as a reprisal for disclosing, including a disclosure made in the ordinary course of an employee's duties, to the Accountability and Transparency Board, an inspector general, the Comptroller General, a member of Congress, a State or Federal regulatory or law enforcement agency, a person with supervisory authority over the employee (or other person working for the employer who has the authority to investigate, discover or terminate misconduct, a court or grantjury, the head of a Federal agency, or their representatives) information that the employee believes is evidence of- gross mismanagement of an agency contract or grant relating to covered funds; • a gross waste of covered funds • a substantial and specific danger to public health or safety related to the implementation or use of covered Funds; • an abuse of authority related to the implementation or use of covered funds; or 2/2812011 006000-8 SPECIAL TERMS AND CONDITIONS Streamline Bus Shelter • a violation of law, rule, or regulation related to an agency contract (including the competition for or negotiation of a contract) or grant, awarded or issued relating to covered funds. Agency Action: Not later than 30 days after receiving an inspector general report of an alleged reprisal, the head of the agency shall determine whether there is sufficient basis to conclude that the non - Federal employer has subjected the employee to a prohibited reprisal. The agency shall either issue an order denying rel ief in whole or in part or shall take one or more of the following actions: • Order the employer to take affirmative action to abate the reprisal. • Order the employer to reinstate the person to the position that the person held before the reprisal, together with compensation including back pay, compensatory damages, employment benefits, and other terms and conditions of employment that would apply to the person in that position if the reprisal had not been taken. • Order the employer to pay the employee an amount equal to the aggregate amount of°all costs and expenses (including attorneys' fees and expert witnesses' fees) that were reasonably incurred by the employee for or in connection with, bringing the complaint regarding the reprisal, as determined by the head of a court of competent jurisdiction. 1* onenforceablity of Certain Provisions Waiving Rights and remedies or Requiring Arbitration: Except as provided in a collective bargaining agreement, the rights and remedies provided to aggrieved employees by this section may not be waived by any agreement, policy, farm, or condition of employment, including any predispute arbitration agreement. No predispute arbitration agreement shall be valid or enforceable if it requires arbitration of dispute arising out of this section. Requirement to Post Notice of Rights and Remedies: Any employer receiving covered funds under the American Recovery and Reinvestment Act of 2009, Pub. L. 111-5, shall post notice of the rights and remedies as required therein. (Refer to section 1553 of the American Recovery and Reinvestment Act of 2009, Pub, L. 111 -5, tivww.Rccovery.gov, for specific requirements of this section and prescribed language for the notices.). G. Request for Reimbursement Reserved. 1 -f. False Claims Act Recipient and sub- recipients shall promptly refer to the DOE or other appropriate Inspector General any credible evidence that a principal, employee, agent, contractor, sub- grantee, subcontractor or other person has submitted a false claim under the False Claims Act or has committed a criminal or civil violation of laws pertaining to fraud, conflict or interest,. bribery, gratuity or similar misconduct involving those funds. 1. Information in supporting of Recovery Act Reporting Recipient may be required to submit backup documentation for expenditures of funds under the Recovery Act including such items as timecards and invoices. Recipient shall provide copies of backup documentation at the request of the Contracting Officer or designee. J. Availability of Funds Funds appropriated under the Recovery Act and obligated to this award are available for reimbursement of costs for 36 months from date of award. K. Reserved L. Certifications With respect to funds made available to State or local governments for infrastructure investments under the American Recovery and Reinvestment Act of 2009, Pub. L. 111 -5, the Governor, mayor, or other chief executive, as appropriate, certified by acceptance of this award that the infrastructure investment has received the full review and 2/2812011 006000-9 SPECIAL TERMS AND CONDITIONS Streamline Bus Shelter vetting required by late and that the chief executive accepts responsibility that the infrastructure investment is an appropriate use of taxpayer dollars. Recipient shall provide an additional certification that includes a description of the investment, the estimated total cost, and the amount ol'covered funds to be used for posting on the Internet. A State or local agency may not receive infrastructure investment funding from funds made available by the Act unless this certification is made and posted. FA -TC' -0035 - REPORTING, AND REGISTRATION REQUIREMENTS UNDER SECTION 1512 OF THE RECOVERY ACT (a) This award requires the recipient to complete projects or activities which are funded under the American Recovery and Reinvestment Act of 2009 (Recovery Act) and to report on use of Recovery Act fiends provided through this award. Information from these reports will be made available to the public. (b) The reports are due no later than ten calendar days after each calendar quarter in which the recipient receives the assistance award funded in whole or in part by the Recovery Act. (c) Recipients and their first -tier recipients must maintain current registrations in the Central Contractor Registration (http: ✓hv4vw.cer,gov) at all times during which they have active federal awards funded with Recovery Act funds. A Dun and Bradstreet Data Universal Numbering System (DUNS) Number (http : / /xv vw.dnb.com) is one of the requirements for registration in the Central Contractor Registration. (d) The recipient shall report the information described in section 1512(c) of the Recovery ,pct using the reporting instructions and data elements that will be provided online at Iwttp : //www\v.f�'ederalReporting.gov and ensure that any information that is pre - filled is corrected or updated as needed. FA -TC -0036 - REQUIRED USE OF AMERICAN IRON, STEEL, AND MANUFACTURED GOODS -- SECTION 1605 OF THE AMERICAN RECOVERY AND REINVESTMENT ACT OF 2009 (a) Delmitions. As used in this award term and condition- - (1) Manufactured good means a good brought to the construction site for incorporation into the building or work that has been -- (i) Processed into a specific Corm and shape„ or (ii) Combined with other raw material to create a material that has different properties than the properties of the individual raw materials. (2) Public building and public wwrork means a public building of, and a public work of, a governmental entity (the United States: the District of Columbia; commonwealths, territories, and minor outlying islands of the United States; State and local governments; and multi - State, regional, or interstate entities which have governmental functions). These buildings and works may include, without limitation, bridges, dams, plants, highways, parkways, streets, subways, tunnels, sewers, mains, power lines, pumping stations, heavy generators, railways, airports, terminals, docks. piers, wharves, ways, lighthouses, buoys, jetties, breakwaters, levees, and canals, and the construction, alteration, maintenance, or repair of such buildings and works, (3) Steel means an alloy that includes at least 50 percent iron, between .02 and 2 percent carbon, and may include other elements. (b) Domestic preference. (1) This award term and condition implements Section 1605 of the American Recovery and Reinvestment Act of 2009 (Recovery Act) (Pub. L. 111 - -5), by requiring that all iron. steel, and manufactured goods used in the project are produced in the united States except as provided in paragraph (b)(3) and (b)(4) of this section and condition. (2) This requirement does not apply to the material listed by the Federal Government as follows: 212812011 00 6000 -10 SPECIAL TERMS AND CONDITIONS Streamline Bus Shelter [ Award official to list applicable excepted materials or indicate "none" (3) The award official may add other iron. steel, and/or manufactured goods to the list in paragraph (b)(2) of this section and condition if the Federai Government determines that- - (i) The cost of the domestic iron, steel, and /or manufactured goods would be unreasonable. The cost of domestic iron, steel, or manufactured goods used in the project is unreasonable when the cumulative cost of such material will increase the cost of the overall project by more than 25 percent; (ii) The iron, steel, and/or manufactured good is not produced, or manufactured in the United States in sufficient and reasonably available quantities and of a satisfactory quality, or (iii) The application of the restriction of section 1605 of the Recovery Act would be inconsistent with the public interest. (c) Request for determination of inapplicability of Section 1605 of the Recovery Act. (1)(i) Any recipient request to use foreign iron, steel, and/or manufactured goods in accordance with paragraph (b)(3) of this section shall include adequate information for Federal Government evaluation of the request, including- - (A) A description of the foreign and domestic iron, steel, and/or manufactured goods; (13) Unit of measure, (C) Quantity: (D) Cost; (1) Time of delivery or availability; (F) Location of the project; (G) Name and address of the proposed supplier, and (1l) A detailed justification of the reason for use of foreign iron, steel, and /or manufactured goods cited in accordance with paragraph (b)(3) of this section. (ii) A request based on unreasonable cost shall include a reasonable survey of the market and a completed cost comparison table in the format in paragraph (d) of this section. (iii) The cost of iron, steel, and/or manufactured goods material shall include all delivery costs to the construction site and any applicable duty. (iv) Any recipient request for a determination submitted after Recovery Act funds have been obligated for a project for construction, alteration, maintenance, or repair shall explain why the recipient could not reasonably foresee the need for such determination and could not have requested the determination before the funds were obligated. If the recipient does not submit a satisfactory explanation, the award official need not make a determination. (2) If the Federal Government determines after funds have been obligated for a project for construction, alteration, maintenance, or repair that an exception to section 1605 of the Recovery Act applies, the award official will amend the award to allow use of the foreign iron, steel, and/or relevant manufactured goods. When the basis for the exception is nonavailability or public interest, the amended award shall reflect adjustment of the award amount, redistribution of budgeted funds, and/or other actions taken to cover costs associated with acquiring or using the foreign iron, steel, and/or relevant manufactured goods. When the basis for the exception is the unreasonable cost of the domestic iron, steel, or manufactured goods, the award official shall adjust the award amount or redistribute budgeted funds by at least the differential established in 2 CFR 1'76.110(a). 2128/2011 00 6000 -11 SPECIAL TERMS AND CONDITIONS Streamline Bus Shelter (3) Unless the Federal Government determines that an exception to section 1605 of the Recovery Act applies, use of foreign iron, steel, and /or manufactured goods is noncompliant with section 1605 of the American Recovery and Reinvestment Act. (d) Data. To permit evaluation of requests under paragraph (b) of this section based on unreasonable cost.. the Recipient shall include the following information and any applicable supporting data based on the survey of suppliers: Foreign and Domestic Items Cost Comparison Description Unit of measure Quantity Cost (dollars)* Item 1: Foreign steel, iron, or manufactured good Domestic steel, iron, or manufactured good Item 2: Foreign steel, iron, or manufactured good Domestic steel, iron, or manufactured good _. [List name, address, telephone number, email address, and contact for suppliers surveyed. attach copy of response; iforal, attach summary.] [Include other applicable supporting information.]' [Include all delivery costs to the construction site.1 FA -TC -003$ - WAGE RATE REQUIREMENTS UNDER SECTION 1606 OF THE RECOVERY ACT (a) Section '1606 of the Recovery Act requires that all laborers and mechanics employed by contractors and subcontractors on projects banded directly by or assisted in whole or in part by and through the Federal Government pursuant to the Recovery Act shall be paid wages at rates not less than those prevailing on projects of a character similar in the locality as determined by the Secretary of Labor in accordance with subchapter IV of chapter 31 of title 40, United States Code. Pursuant to Reorganization Plan No. 14 and the Copeland Act, 40 U.S.C. 3145, the Department of Labor has issued regulations at 29 CFR parts 1, 3, and 5 to implement the Davis - Bacon and related Acts. Regulations in 29 CFR 5.5 instruct agencies concerning application of the standard Davis- Bacon contract clauses set forth in that section. Federal agencies providing grants. cooperative agreements, and loans under the Recovery Act shall ensure that the standard Davis -Bacon contract clauses found in 29 CFR 5.5(a) are incorporated in any resultant covered contracts that are in excess of $2,000 for construction, alteration or repair (including painting and decorating). (b) For additional guidance on the wage rate requirements of section 1.606, contact your awarding agency. Recipients of grants, cooperative agreements and loans should direct their initial inquiries concerning the application of Davis -Bacon requirements to a particular federally assisted project to the Federal agency funding the protect. The Secretary of Labor retains final coverage authority under Reorganization Plan Number 14. FA- TC- 0039 RECOVERY ACT TRANSACTIONS LISTED IN SCHEDULE OF :EXPENDITURES OF FEDERAL AWARDS AND RECIPIENT RESPONSIBILITIES FOR INFORMING SUBRECIPIENTS (a) To maximize the transparency and accountability of funds authorized under the American Recovery and Reinvestment Act of 2009 (Pub. L. t 11 - -5) (Recovery Act) as required by Congress and in accordance with 2 CFR. 215.21 "Uniform Administrative Requirements for Grants and Agreements" and OMB Circular A - -102 Common Rules provisions. recipients agree to maintain records that identify adequately the source and application of Recovery Act funds. OMB Circular A--t 02 is available at http: / /x "vw.NNvhi tehouse.goviomb /c i r eulars /a l 02 /a l 02.html. 212812011 00 6000 -12 SPECIAL TERMS AND CONDITIONS Streamline Bus Shelter (b) For recipients covered by the Single Audit Act Amendments of 1996 and OMB Circular A —] 33, "Audits of States, Local Governments, and Non -Profit Organizations," recipients agree to separately identify the expenditures for Federal awards under the Recovery Act on the Schedule of Expenditures of Federal Awards (SEFA) and the Data Collection Form (SF - -SAC) required by OMB Circular A- -'I33, OMB Circular A - -133 is available at http: / /ww /omb /circulars /a]33 /a]33.htinl. This shall be accomplished by identifying expenditures for Federal awards made under the Recovery Act separately on the SETA, and as separate rows under Item 9 of Part Ill on the SF- -SAC by CFDA number, and inclusion of the prefix "ARRA -" in identitying the name of the Federal program on the SEFA and as the first characters in Item 9d of Part III on the SF- -SAC. (c) Recipients agree to separately identify to each subrecipient, and document at the time of subaward and at the time ol'disbursement of funds, the Federal award number, CFDA number, and amount of Recovery Act funds. When a recipient awards Recovery Act funds for an existing program, the information furnished to subrecipients shall distinguish the subawards of incremental Recovery Act funds from regular subawards under the existing program. (d) Recipients agree to require their subrecipients to include on their SEFA information to specifically identify Recovery Act funding similar to the requirements for the recipient SEFA described above. This information is needed to allow the recipient to properly monitor subrecipient expenditure of ARRA funds as well as oversight by the Federal awarding agencies, Offices of Inspector General and the Government Accountability Office. FA -TC -0040 HISTORIC PRESERVATION Prior to the expenditure of Federal funds to alter any structure or site, the Recipient is required to comply with the requirements of Section 106 of the National Historic Preservation Act (NHPA), consistent with DOE's 2009 letter of delegation of authority regarding the NIIPA. Section 106 applies to historic properties that are listed in or eligible for listing in the National Register of Historic Places. In order to fulfill the requirements of Section 106, the recipient must contact the State Historic Preservation Officer (SHPO), and, if applicable, the Tribal Historic Preservation Officer (THPO), to coordinate the Section 106 review outlined in 36 CFR Part 800. SHPO contact information is available at the following link: http: / /e+,wnv.neshpo.org; /lied /index.htm `HPO contact information is available at the following link. htt :Ilwrvw.nath o.or Ima: .html . Section I I0(k) of the NIIPA applies to DOE funded activities. Recipients shall avoid taking any action that results in an adverse effect to historic properties pending compliance with Section 106. Recipients should be aware that the DOE Contracting Officer will consider the recipient in compliance with Section 106 of the N14PA only after the Recipient has submitted adequate background documentation to the SHPO /l'HPO for its review, and the SHPO /THPO has provided written concurrence to the Recipient that it does not object to its Section 106 finding or determination. Recipient shall provide a copy of this concurrence to the Contracting Officer. FA- TC -XXXX ENERGY EFFICIENCY .ANTI CONSERVATION STRA'T'EGY (Project Specilne) (This is applicable to the grantee it this block is checked) Funding Opportunity Notice DE- FOA- 0000013 (FOA) requires units of local governments to submit a proposed Energy Efficiency and Conservation Strategy (SECS). °l'he first activity identified on the EEECBS Activity Worksheet which was submitted with your application was to develop the SECS. Your strategy must follow Attachment D in the FOA. Your strategy is due no later than 120 days after the effective date of the award identified in Block 3 of the Assistance Agreement. Please submit your Strategy to the Contracting Officer identified in the award and submit to the address in Block 16 of the Assistance Agreement. In addition, along with the FIECS, the following must be submitted, as applicable. Any additional Project Activities along with the Project Activity Worksheets SF 424A Budget Justification Davis Bacon Wage Assurance Environmental Questionnaire (one for each new project activity) 2/28/201.1 00 6000 -13 SPECIAL TERMS AND CONDITIONS Streamline Bus Shelter • Forms and instructions to fill them out are available in the FOA DE- FOA- 000013 Email the Strategy plan to: Original To: Namc of 1'roojcct t )ff icer.. mailing addres's and email address Copy To: Name of Crswmcling Officer. mailing address and email address FA -TC -0052 DAVIS BACON ACT AND CONTRACT WORK HOURS AND SAFETY STANDARDS ACT Definitions: For purposes of this article, Davis Bacon Act and Contract Work Hours and Safety Standards Act, the following definitions are applicable; (1) "Award" means any grant, cooperative agreement or technology investment agreement made with Recovery Act funds by the Department of Energy (DOE) to a Recipient. Such Award must require compliance with the labor standards clauses and wage rate requirements of the Davis -Bacon Act (DBA) for work performed by all laborers and mechanics employed by Recipients (other than a unit of State or local government whose own employees perform the construction) Subrecipients, Contractors and subcontractors. (2) "Contractor" means an entity that enters into a Contract. For purposes of these clauses, Contractor shall include (as applicable) prime contractors, Recipients, Subrecipients, and Recipients' or Subrecipients` contractors, subcontractors, and lower -tier subcontractors. "Contractor " does not mean a unit of State or local government where construction is performed by its own employees." (3) "Contract" means a contract executed by a Recipient, Subrecipient, prime contractor or any tier subcontractor for construction. alteration, or repair, It may also mean (as applicable) (i) financial assistance instruments such as grants, cooperative agreements, technology investment agreements, and loans; and, (ii) Sub awards, contracts and subcontracts issued under financial assistance agreements. "Contract" does not mean a financial assistance instrument with a unit of State or local government where construction is performed by its own employees. (4) "'Contracting Officer " means the DOE official authorized to execute an Award on behalf of DOE, and who is responsible far the business management and non- program aspects of the financial assistance process. (S) "Recipient" means any entity other than an individual that receives an Award of Federal funds in the form of a grant, cooperative agreement or technology investment agreement directly from the Federal (:government and is financially accountable for the use of an y DOE funds or property, and is legally responsible for carrying out the terms and conditions of the program and Award. (b) "Subaward" means an award of financial assistance in the form of money, or property in lieu of money, made under an award by a Recipient to an eligible Subrecipient or by a Subrecipient to a lower- tier subrecipient. The term includes financial assistance when provided by any legal agreement, even if the agreement is called a contract, but does not include the Recipient's procurement of goods and services to carry out the program nor does it include any form of assistance which is excluded from the definition of "Award" above. (7) "Subrecipient" means a non-Federal entity that expends Federal funds, received from a Recipient to carry out a Federal program, but does not include an individual that is a beneficiary of such a program. (a) Davis Bacon .Act (1) Minimum wages. (i) All laborers and mechanics employed or working upon the site of the work (or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project), 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 and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor 212812011 006000-14 SPECIAL TERMS AND CONDITIONS Streamline Bus Shelter which is attached hereto and madem part hereof. regardless of any contractual relationship which may be alleged to exist between the Contractor and such laborers and mechanics. Contributions made m costs reasonably anticipated for bona fide fringe benefits under section l(6)(2) of the Davis- RucooActumhobulfnflahorono/muobanicnmnuuoxidem,dwugcopaidtouxch\xhorernorm*cbmnios,uubjuxm the provisions of paragraph (u)(l)(iv) of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall De paid the upproprimewugc rate and fringe benefits oo the wage determination for the classification of work actually performed, without regard to skill, except as provided in y 5.51(a)(4). Laborers or mechanics performing work iu more than one clunnifiumbwnmay bc compensated mu the rate specified for each classification for the time actually worked therein: Provided, That the employer's payroll records accurately set forth the time spent in each classification in which work io performed. The wage determination (including any additional classification and wage rates conformed under paragraph {a)(1)(ii) of this section) and the Davis-Bacon poster (WH- 132 })sbu0bcpoxtodmuDtinucnhftheContmcmruudbonubcoutractommt8coitcmfdhe,m,kioupromiuounnd accessible place where lt can be easily seen hy the workers. (iU(A) The Contracting Officer shall require that any class of laborers or mechanics, including helpers. which isnot listed lo the wage determination and which iwmho employed under the Contract shall he classified iuconformance with the wage determination. The Contracting Uffiue,shall approve uo additional clauuifi"utiooand wage rate and fringe benefits therefore only when the following criteria have been met: (l)T6c work "wbe performed »y the classification requested io not performed byuc|usmifioudnolo the wage determination; and (2) The classification io utilized iu the area by the construction industry; and (3) The proposed wage rate, including any bona fidcfringe benefits, bears u reasonable relationship to the wage rates contained (o the wage determination. (13) If the Contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the Contracting Officer agree on the classification and wage rate (including the amount designated for fringe beocfitowhere upprop,i`ge),u report uf the action taken shall be sent 6y the Contracting Officer to the Administrator of the Wage and Hour Division, U.S. Department of I...abor, Washington, DC 202 10. 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 3O-dmy period that additional time lsnecessary. (C) In the event the Contractor, the laborers to be employed iu the classification mtheir representatives, and the Contracting Officer do not agree on the proposed classification and wage rate (including the amount designated for fringe kcvcfizx.where uppropdote). the Contracting Officer shall refer the questions, including the views ufall interested parties and the recommendation of the Contracting Officer. tm the Administrator for determination. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt and om advise the Contracting Officer nr will notify the Contracting Officer within the 38-duyperiod that additional time is necessary. (D) The wage rate (including fringe boncfimwhere appropriate) determined pursuant uo paragraphs (o)OX[U(8}or (C)of this section, shall bm paid nnall workers performing work inthe cluonlfioatiovunder this Contract from the first day on which work is performed in the classification, (iii) Whenever the minimum wage rate prescribed iuthe Contract for x class pf|uhorer*o, mechanics includes o fringe heneficwhich is not expressed umuu hourly rate, the Contractor shall either pay the benefit um stated inthe wage determination nr shall pay another honu5defriogc6cucDtnruo600dyuaa6equi*alenu,hereo[ (iv) If the Contractor does not make payments to a trustee or other third person, the Contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide Streamline Bus Shelter fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the Contractor, that the applicable standards of the Davis -Bacon Act have been met. The Secretary of Labor may require the Contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. (2) Withholding, The Department of Energy or the Recipient or Subrecipient shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the Contractor under this Contract or any other Federal contract with the same prime contractor, or any other federally- assisted contract subject to Davis -Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the Contractor or any subcontractor the full amount of wages required by the Contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work (or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project), all or part of the wages required by the Contract, the Department of Energy, Recipient, or :Subrecipient, may, after written notice to the Contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. (3) Payrolls and basic records, (i) Payrolls and basic records relating thereto shall be maintained by the Contractor during the course of the work and preserved for a period o f three years thereafter for all laborers and mechanics working at the site ol'the work (or under the [united States blousing Act of 1937, or under the Housing Act of 1949, in the construction or development of the project). 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 thereol'of the types described in section I (b)(2)(B) ofthe Davis -Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section I(b)(2)(B) of the Davis -Bacon Act, the Contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. (ii) (A) The Contractor shall submit weekly for each week in which any Contract work is performed a copy of all payrolls to the Department of Energy if the agency is a party to the Contract, but if the agency is not such a party, the Contractor will submit the payrolls to the Recipient or Subrecipient (as applicable), applicant, sponsor, or owner, as the case may be, for transmission to the Department of Energy. The payrolls submitted shall set out accurately and completely all ofthe information required to be maintained under 29 CFR 5.5(a)(3)(i), except that full social security numbers and home addresses shall not be included on weekly transmittals. Instead the payrolls shall only need to include an individually identifying, number for each employee (e.g., the last four digits of the employee's social security number). The required weekly payroll information may be submitted in any farm desired. Optional Form WH -347 is available for this purpose from the Waage and Hour Division Web site at http: / /www.dol.gov /esa /whd /forms /wh347instr.htin or its successor site. The prime Contractor is responsible for the submission of copies of payrolls by all subcontractors. Contractors and subcontractors shall maintain the full social security number and current address of each covered worker, and shall provide them upon request to the Department of Energy if the agency is a party to the Contract, but if the agency is not such a party, the Contractor will submit them to the Recipient or Subrecipient (as applicable), applicant, sponsor, or owner, as the case may be, for transmission to the Department of Energy, the Contractor, or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a violation ofthis section for a prhne contractor to require a subcontractor to provide addresses and social security numbers to the prime contractor for its own records, without weekly submission to the sponsoring government agency (or the Recipient or Subrecipient (as applicable), applicant, sponsor, or owner). 2/28/2011 00 6000 -16 SPECIAL. TERMS AND CONDITIONS Streamline Bus Shelter (F3) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the Contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the Contract and shall certify the following: (1) That the payroll for the payroll period contains the information required to be provided under § 5.5 (a)(3)(ii) of Regulations, 29 CFR part 5, the appropriate information is being maintained under § 5.5 (a)(3)(i) of Regulations, 29 CFR part 5, and that such information is correct and complete, (2) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the Contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations, 29 CFR part 39 (3) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the Contract. (C) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH -347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph (a)(3)(ii)(B) of this section. (D) 'The falsification of any of the above certifications may subject the Contractor or subcontractor to civil or criminal prosecution under section 1001 of title 18 and section 3729 of title 31 of the United States Code. (iii) The Contractor or subcontractor shall make the records required under paragraph (a)(3)(i) of this section available for inspection, copying, or transcription by authorized representatives of the Department of Energy or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the Contractor or subcontractor fails to submit the required records or to make them available, the Federal agency may, after written notice to the Contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to subunit the required records upon request or to snake such records available may be grounds for debarment action pursuant to 29 CFR 5.12. (4) Apprentices and trainees (i) Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Gabor,. Employment and Training Administration, Office of Apprenticeship Training, Employer and Labor Services, or with a State Apprenticeship Agency recognized by the Office, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Office of Apprenticeship Training, Employer and Labor Services or a State Apprenticeship Agency (where appropriate) to be eligible l"or probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the Contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess ofthe ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a Contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the Contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. Ifthe apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator 212812011 00 6000 -17 SPECIAL TERMS AND CONDITIONS Streamline Bras Shelter determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Office of apprenticeship Training, Employer and Labor Services,. or a State Apprenticeship Agency recognized by the Office, withdraws approval of an apprenticeship program, the Contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (ii) 'Trainees. Except as provided in 29 CFR 5. 16. trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and 'Fraining administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and 'Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and "braining Administration withdraws approval of a training program, the Contractor will no longer be permitted to utilize trainees at Less than the applicable predetermined rate for the work performed until an acceptable program is approved. (iii) Equal employment opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended and 29 CFR part 30. (5) Compliance with Copeland Act requirements. The Contractor shall comply with the requirements of 29 CFR part 3, which are incorporated by reference in this Contract. (6) Contracts and Subcontracts. The Recipient, Subrecipient, the Recipient's and Subrecipient';s contractors and subcontractor shall insert in any Contracts the clauses contained herein in(a)(1) through (10) and such other clauses as the Department of Energy may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The Recipient shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all of the paragraphs in this clause. (7) Contract termination: debarment. A breach of the Contract clauses in 29 CFR 5.5 may be grounds for termination of the Contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. (8) Compliance with Davis -Bacon and Related Act requirements. All rulings and interpretations of the Davis -Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are herein incorporated by reference in this Contract. (9) Disputes concerning labor standards. Disputes arising out of the labor standards provisions of this Contract shall not be subject to the general disputes clause of this Contract. Such disputes shall be resolved in accordance with the procedures of the Department of I.,abor set forth in 29 CFR parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the Recipient, Subrecipient, the Contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives. (10) Certification of eligibility. (i) By entering into this Contract.. the Contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the Contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) oft he Act or 29 CFR 5.12(x)(1), 2/2812011 00 6000 -18 SPECIAL TERMS AND CONDITIONS Streamline Bus Shelter (ii) No part of this Contract shall be subcontracted to any person or firm ineligible for award ofuGovernment contract by virtue of section 3k0ofthe Davis-Bacon Act or 29CfK5,12(a)(1). (iii) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. (b) Contract Work Hours and Safety Standards Act. Ax used iu this paragraph, the terms laborers and mechanics include watchmen and guards. (l) Overtime requirements. No Contractor or subcontractor contracting for any part uf the Contract work which may require or involve the employment of laborers or mechanics shall require or permit any such taborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all buuzm,ortedio excess of forty bouroKu such workweek. {2) Violation; liability for unpaid wages; |iquldateddummgox. ln the event of any violation uf the clause set forth in paragraph (b)(1) of this section the Contractor and any subcontractor responsible therefore shall be liable for the unpaid wages. In addition, such Contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual taborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (b)(1) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek oibnrty hours without payment of the overtime wages required 6y the clause set forth io paragraph (h)(l) of this section. (3) Withholding for unpaid wages and liquidated damages. The Department of Energy or the Recipient or Subrecipient 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 oulJ^c,tothe Contract Work 8oun and Safety Standards Act, which in held hy the same prime contractor, such sums om may be determined t^he necessary tn satisfy any liabilities of such Contractor or subcontractor for unpaid wages and liquidated damages *y provided iuthe clause set forth im paragraph (6)(2)nfthis m:otinu (4) Contracts and Subcontracts, The Recipient, 8ubroip|ont, and Recipient's and 8uhrm:ipieot's contractor o« subcontractor shall insert in any Contracts, the clauses set forth in paragraph (b)(I ) through (4) of this section and also uclause requiring the subcontractors to include these clauses in any lower tier subcontracts. The Recipient shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (b)(l) through (4)of this section. (5) The Contractor or subcontractor shall maintain payrolls and basic payroll records during the course of the work and shall preserve them for a period of three years from the completion of the Contract for all laborers and mechanics, including guards and watchmen, working on the Contract. Such records shall contain the name and address o{ each such employee, social security number, correct c)ummi5codonm. hourly rates *f wages paid, daily and weekly number m[ hours worked, deductions made, and actual wages paid. The records to6c maintained under this paragraph shall be made available by the Contractor or subcontractor for inspection, copying, or transcription by authorized representatives of the Department of Energy and the Department of Labor, and the Contractor or subcontractor will permit such representatives to interview employees during working hours on the job. FA-TC-D055— RECIPIENT FUNCTIONS (1) On behalfof the Department of Energy (DOE), Recipient shall perform the following functions: (a) Obtain, maintain, and monitor all DBA certified payroll records submitted by the Subrecipients and Contractors at any tier under this Award; 2128/2011 006000'19 SPECIAL TERMS AND CONDITIONS Streamline Bus Shelter (b) Review all DBA certified payroll records for compliance with DBA requirements, including applicable DOE wage determinations; (c) Notify DOE of any non - compliance with DBA requirements by Subrecipients or Contractors at any tier, including any non- compliances identified as the result of reviews performed pursuant to paragraph (b) above; (d) Address any Subrecipient and any Contractor DBA non - compliance issues; if DBA non - compliance issues cannot be resolved in a timely manner, forward complaints, summary of investigations and all relevant information to DOE; (e) Provide DOE with detailed information regarding the resolution of any DBA non- compliance issues; (f) Perform services in support of DOE investigations of complaints filed regarding noncompliance by Subrecipients and Contractors with DBA requirements; (g) Perform audit services as necessary to ensure compliance by Subrecipients and Contractors with DBA requirements and as requested by the Contracting Officer; and (h) Provide copies of all records upon request by DOE or DOE in a timely manner. (2) All records maintained on behalf of the DOE in accordance with paragraph (f) above are federal government ( DOE) owned records. DOE or an authorized representative shall be granted access to the records at all times. (3) In the event of, and in response to any Freedom of Information Act, 5 U.S.C. 552, requests submitted to DOE, Recipient shall provide such records to DOE within 5 business days of receipt of a request from DOE. FA -RW -0001 RECIPIENT RESPONSIBILITIES FOR DAVIS BACON ACT (I) On behalfof the Department of Energy (DOE), Recipient shall perform the following functions: (i) Obtain, maintain, and monitor all Davis Bacon Act (DBA) certified payroll records submitted by the Subrecipients and Contractors at any tier under this Award; (ii) Review all DBA certified payroll records for compliance with DBA requirements, including applicable DOI, wage determinations; (iii) Notify DOE of any non- compliance with DBA requirements by Subrecipients or Contractors at any tier, including any non - compliances identified as the result of reviews performed pursuant to paragraph (ii) above; (iv) Address any Subrecipient and any Contractor DBA non - compliance issues; if DBA non - compliance issues cannot be resolved in a timely manner, forward complaints, summary of investigations and all relevant information to DOE; (v) Provide DOE with detailed information regarding the resolution of any DBA non- compliance issues; (vi) Perform services in support of DOE investigations of complaints filed regarding noncompliance by Subrecipients and Contractors with DBA requirements; (vii) Perform audit services as necessary to ensure compliance by Subrecipients and Contractors with DBA requirements and as requested by the Contracting Officer; (viii) Provide copies of all records upon request by DOE or DOL in a timely manner in lieu of the requirement cited in Clause FA-TC -0050, Section titled "Payrolls and Basic Records," paragraph (b)(1); and (Nat Applicable) 212812011 006000-20 SPECIAL TERMS AND CONDITIONS Streamline Bus Shelter (ix) Provide copies of all records upon request by DOE or DOL in a timely manner in lieu of the requirement cited in Clause FA -TC -0050, Section titled "Subcontracts (Labor Standards)," paragraphs (d)(1) and (d)(2), which require Standard Form (SF) 1413 be submitted to the Contracting Officer within 14 days after issuance of the award or subsequent awards. (Nat Applicable) FA -TC -0056 FINAL INCURRED COST AUDIT In accordance with 10 CFR 600, DOE reserves the right to initiate a final incurred cost audit on this award. If the audit has not been performed or completed prior to the closeout of the award, DOE retains the right to recover an appropriate amount after fully considering the recommendations on disallowed costs resulting from the final audit FA -TC -0057 PROPERTY Real property, and equipment acquired by the Recipient shall be subject to the rules set forth in 10 CFR 600.130- 137, 10 CFR 600.231 -233, or 10 CFR 600.320 -324 as applicable. Consistent with the goals and objectives of this project, the Recipient may continue to use Recipient acquired property beyond the Period of Performance, without obligation, during the period ol'such use, to extinguish DOE's conditional title to such property as described in 10 CI °R 600.132 -135, 10 CFR 600.231 -233, 600.321 -324, subject to the fallowing: (a) the Recipient continues to utilize such property for the objectives of the project as set forth in the Statement of Project. Objectives, (b) DOE, retains the right to periodically ask for, and the Recipient agrees to provide, reasonable information concerning the use and condition of the property; and (c) the Recipient follows the property disposition rules set forth in the applicable sections of 10 CFR Part 600, if the property is no longer used by the Recipient for the objectives of the project, and the fair market value of property exceeds $5,000. Once the per unit fair market value of the property is less than $5,000.. pursuant to the applicable sections of 10 CFR Part 600, DOE's residual interest in the property shall be extinguished and Recipient shall have no further obligation to the DOE with respect to the property. The regulations as set forth in 10 CFR Part 600 and the requirements of this article shall also apply to property in the possession of any team member, sub - recipient or other entity where such property was acquired in whole in part with funds provided by DOE under this grant or where such property was counted as cost - sharing under the grant.. FA -TC -0098 INDEMNITY The Recipient shall indemnify the Government and its officers, agents, or employees for any and all liability, including litigation expenses and attorneys` fees, arising from suits, actions, or claims of any character for death, bodily injury, or loss of or damage to property or to the environment, resulting from the project, except to the extent that such liability results from the direct fault or negligence of Government officers, agents or employees, or to the extent such liability may be covered by applicable allowable costs provisions. FA -TC -0059 ADVANCE PATENT WAIVER DOE is preparing a Class Waiver of Patent Rights for technology developed under DOE funded awards relating to DOE's Energy Efficiency and Conservation Block Grant Program (EECBG) under Funding Opportunity Announcement No. DE -FOA- 0000013. If'the class waiver is granted and the Recipient elects to participate in it, DOE will modify this award to incorporate the patent waiver terms and conditions. These patent waiver terms and conditions will be in effect retroactive to the signing of this award. 212812011 006000-21 SPECIAL TERMS AND CONDITIONS Streamline Bus Shelter Supplementary Conditions 1. ARRA COMPLIANCE This project is funded in whole or in part using funds from the American Recovery and Reinvestment Act (ARRA) of 2009. Successful bidders shall comply with all ARRA reporting requirements including the City of Bozeman's Award Agreement for the Energy Efficiency and Conservation Block Grant (EECBG) Program and its Terms and Conditions. All Term and Conditions will be specifically included in any resulting contract. Successful bidders must provide any ARRA related documentation as requested by the Owner or the Architect. For specific information on the ARRA requirements please see the Assistance Agreement for the City of Bozeman's EECBG award (Please see attached "Special Terms and Conditions for EECBG Program" for specific ARRA provisions). The following list of specific ARRA requirements is neither comprehensive nor exhaustive. For a complete list of requirements and additional information on each of the following categories please refer to the Award Agreement and its Terms and Conditions. SEGREGATION OF COSTS Funding under ARRA must not be comingled with any other funds or used for a purpose other than that of making payments for costs allowable for Recovery Act Projects, ACCESS TO RECORDS Section 902 of the ARRA of 2009 provides the City and its representatives the authority: (a) To examine any records of the Contractor or any of its subcontractors, or any State or Local agency administering such contract, that directly pertain to, and involve transactions relating to, the contract or subcontract; and (b) To interview any officer or employee of the Contractor or any of its subcontractors, or of any State or Local government agency administering the Contract, regarding such transactions. FLOW DOWN REQUIREMENTS All requirements of the ARRA, the Award Agreement and its Terms and Conditions must be included in any contract and any subcontract for work related to this project. WHISTLEBLOWER PROVISION Any contractor receiving covered funds under ARRA, shall post notice of the rights and remedies for whistle blowers as required by Section 1553 of ARRA. 2128/2011 006001 -1 SUPPLEMENTARY CONDITIONS - ARRA Streamline Bus Shelter FEDERAL WAGE RATE SCHEDULE Under ARRA requirements, Federal Davis-Bacon Prevailing Wages Rates and Certified Payroll to allow for tracking of job hours apply to the project. (Reference FA-TC-0038 & FA-TC-0050 in the attached "Special Terms and Conditions for EECBG Program" for specific ARRA provisions) Pursuant to Section 1512 of the ARRA, entities, including the City, receiving ARRA funds must submit a report to the federal government containing information on the use of ARRA funds no later than ten (10) calendar days after the end of each calendar quarter. Accordingly, Contractor agrees to provide the City with such information, no later than five (5) calendar days after the end of each calendar quarter, as is required by the City to comply with ARRA reporting requirements. The Contractor shall be responsible for submitting the name and physical location of all subcontractors or sub- recipients receiving ARRA funds, Recipients of ARRA funds shall report quarterly on job hours that were created or retained through Recovery Act funding. Additional information may be requested per section 1512 of ARRA, its implementing regulations (2 CFR §176.50), guidance provided by the White House Office of Management and Budget and the terms of the ARRA assistance agreement. When invoicing the Project, please provide in writing the number of hours worked and the wage rate, SUBCONTRACTOR FLOW-DOWN REQUIREMENTS Contractor agrees that it shall include these supplemental terms and conditions, including this requirement, in any of its subcontracts in connection with projects funded in whole or in part with funds available under the American Recovery and Reinvestment Act of 2009, Pub. L. 111-5. BUY AMERICA CERTIFICATION The contractor agrees to comply with 49 U.S.C. 53230) and 49 C.F.R. Part 661:, which provide that Federal funds may not be obligated unless steel, iron, and manufactured products used in ARRA-funded projects are produced in the United States, unless a waiver has been granted or the product is subject to a general waiver. General waivers are listed in 49 C.F.R. 661.7, and include microcomputer equipment and software. A bidder or offer or must submit the appropriate Buy America certification (below) with all bids or offers on ARRA-funded contracts, except those subject to a general waiver. Bids or offers that are not accompanied by a completed Buy America certification must be rejected as nonresponsive, 2/2812011 006001-2 SUPPLEMENTARY CONDITIONS - ARRA Streamline Bus Shelter Certification requirement for procurement of steel, iron, or manufactured products. Certificate of Compliance with 49 U.S. C. 53236)(1) The bidder or offeror hereby certifies that it will meet the requirements of 49 U.S.C. 53230)(1) and the applicable regulations in 49 C.F.R. Part 661 .5, Date Signature Company Name Title Certificate of Non-Compliance with 49 U. S. C. 53236)(1) The bidder or offeror hereby certifies that it cannot comply with the requirements of 49 U.S.C,53230)(1) and 49 C.F.R. 661.5, but it may qualify for an exception pursuant to 49 U.S,C,53230)(2)(A), 53230)(2)(B), or 53230)(2)(D), and 49 C.F.R. 661.7. Date Signature Company Name Title USE OF DEBARRED, SUSPENDED, OR INELIGIBLE CONTRACTORS OR SUBRECIPIENTS American Recovery and Reinvestment Act funds shall not be used directly or indirectly to employ, award contracts to, or otherwise engage the services of, or fund any contractor or subrecipient during any period of debarment, suspension, or placement in ineligibility status under the provisions of 24 CFR Part 24. CERTIFICATION REGARDING DEBARMENT, SUSPENSION AND INELIGIBILITY The Contractor certifies that neither it nor its principals is presently debarred, suspended, or otherwise excluded from or ineligible for participating in this transaction or participating in Federal assistance programs. CONTRACTOR By: Print Name: 212812011 40 6001 -3 SUPPLEMENTARY CONDITIONS - ARRA Streamline Bus Shelter Title: Ik" m L 4 a 91 &N a I m I lzwum Each entity submitting under this invitation to bid shall include a provision requiring the submitting entity to affirm in writing it will not discriminate on the basis of race, color, religion, creed, sex, age, marital status, national origin, or because of actual or perceived sexual orientation, gender identity or disability and recognizing the eventual contract will contain a provision prohibiting discrimination as described above and this prohibition shall apply to the hiring and treatment of the successful bidder's employees and to all subcontracts. Failure to comply with the above shall be cause for the City to deem the submittal non-responsive. Indemnification The CONTRACTOR shall, consistent with the standard care, comply with those Federal, State, and Local laws and ordinances applicable to the work to be done. The CONTRACTOR agrees to defend, indemnify and hold harmless the OWNER, its officers, directors, agents and employees from and against any suit, cause of action, claim, cost, expenses, obligation and liability of any character, including attorney's fees, which is brought or asserted for any bodily injury, death, or physical damage to property received or sustained by any person, persons, property, business or any other entity, arising out of or resulting from, or in connection with the CONTRACTOR'S negligent performance of the work specified in this agreement. Should either OWNER or CONTRACTOR be held responsible, for any damages, costs or liabilities resulting from intentional misconduct by any officer, director, agent or employee in connection with the work specified in this Agreement, then in that event, that party shall defend, indemnify and hold harmless the other as to any damages, costs or liabilities that result from or arise out of that intentional misconduct, including reasonable attorney's fees and costs which shall include costs and salary of the city attorney or other in-house counsel. The CONTRACTOR agrees to defend OWNER where the OWNER'S alleged liability 212812011 00 6001 -4 SUPPLEMENTARY CONDITIONS - ARRA Streamline Bus Shelter arises from intentional misconduct by the CONTRACTOR. Should the OWNER be found responsible for intentional misconduct by its own officer, director, agent or employee, then OWNER agrees to reimburse CONTRACTOR for the reasonable attorney's fees and costs incurred in any defense of the OWNER, The CONTRACTOR shall perform this agreement as an independent contractor, and as such, is responsible to the OWNER only as to the results to be obtained in the work herein specified, and to the extent that the work shall be done in accordance with the terms, plans and specifications. The CONTRACTOR shall have and maintain complete control over all of its employees, subcontractors, agents and operations, being responsible for any required payroll deductions and providing required benefits, such as, but not limited to worker's compensation with statutory limits, and unemployment insurance, 212812011 006001 -5 SUPPLEMENTARY CONDITIONS - ARRA Streamline Bus Shelter SECTION 011000 - SUMMARY PART 1 - GENERAL 1.1 PROJECT INFORMATION A. Project: Streamline Bus Shelter, Architect's Project Number 01-10-05. 1. Project Location: Near North 7 11 Avenue and Tamarack Street, Bozeman, Montana, 59715. B. Owner: City of Bozeman, 121 North Rouse, Bozeman, Montana 59771 C. Architect: Architecturel 18, P,O, Box 6723, Bozeman, MT 59771, Scott Hedglin, (406) 599-7549. D. The Work consists of fabrication and assembly of steel and glass bus shelter on an existing concrete pad. Work also includes the construction of low height stone veneer masonry walls. 1.2 WORK RESTRICTIONS A. Contractor's Use of Premises: During construction, Contractor will have full use of site indicated. Contractor's use of premises is limited only by Owner's right to perform work or employ other contractors on portions of Project. 1 Driveways, Walkways, and Entrances: Keep driveways and entrances serving premises clear and available to Owner, Owners employees, and emergency vehicles at all times. Do not use these areas for parking or storage of materials. B. Nonsmoking Building, Smoking is not permitted within the building or within 25 feet of entrances, operable windows, or outdoor-air intakes. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 01 1000 2128/2011 01 1000 -1 SUMMARY Streamline Bus Shelter SECTION 012000 - PRICE AND PAYMENT PROCEDURES PART 1 - GENERAL 1.1 SUBSTITUTION PROCEDURES K Substitutions include changes in products, materials, equipment, and methods of construction from those required by the Contract Documents and proposed by Contractor after award of the Contract. 1. Substitution Request Form: Use Contractor's standard form, 2. Submit two copies of each request for product substitution, 3. Submit requests within ten days after the Notice to Proceed, 4. Do not submit unapproved substitutions on Shop Drawings or other submittals. 5. Identify product to be replaced and show compliance with requirements for substitutions. Include a detailed comparison of significant qualities of proposed substitution with those of the Work specified, a list of changes needed to other parts of the Work required to accommodate proposed substitution, and any proposed changes in the Contract Sum or the Contract Time should the substitution be accepted, 6. Architect will review the proposed substitution and notify Contractor of its acceptance or rejection, 1,2 CONTRACT MODIFICATION PROCEDURES A. Architect will issue supplemental instructions authorizing minor changes in the Work, not involving adjustment to the Contract Sum or the Contract Time on Architect's Standard Form, Owner-initiated Proposal Requests: Architect will issue a detailed description of proposed changes in the Work. I Proposal Requests are not instructions either to stop work in progress or to execute the proposed change. 2. Within ten days after receipt of Proposal Request, submit a quotation estimating cost adjustments to the Contract Sum and the Contract Time, C. Contractord nitiated Proposals: If latent or changed conditions require modifications to the Contract, Contractor may initiate a claim by submitting a request for a change to Architect. D. On Owner's approval of a Proposal Request, Architect will issue a Change Order for signatures of Owner and Contractor on Architects Standard Form, for all changes to the Contract Sum or the Contract Time, E. Architect may issue a Construction Change Directive on Architect's Standard Form. Construction Change Directive instructs Contractor to proceed with a change in the Work, for subsequent inclusion in a Change Order, Construction Change Directive contains a complete description of change in the Work, It also designates method to be followed to determine change in the Contract Sum or the Contract Time. F. Documentation: Maintain detailed records on a time and material basis of work required by the Construction Change Directive. After completion of change, submit an itemized account and supporting data necessary to substantiate cost and time adjustments to the Contract, 2128/2011 01 2000 -1 PRICE AND PAYMENT PROCEDURES Streamline Bus Shelter 1.3 PAYMENT PROCEDURES K Submit mSchedule of Values within ten days after the Notice to Proceed. Break down the Contract Sum into at least one line item for each Specification Section in the Project Manual table of contents. Coordinate the schedule of values with Contractors construction schedule, 1. Arrange schedule of values consistent with format ofAIA Document G703. 2. Round amounts b» nearest whole dollar; total shall equal the Contract Sum. 3. Provide separate line items in the schedule of values for initial cost of materials and for total installed value of that part of the Work. B. Application for Payment Forms: Use AIA Document G702 and AIA Document G7OU as form for Applications for Payment. C. Submit three copies of each application for payment according to the schedule established in Own er/Con tractor Agreement. 1. With each Application for Payment, submit waivers of mechanic's liens from mubcontroctors, sub- subcontractors, and suppliers for construction period covered bv the previous application. m. Owner shall withhold payment inthe amount of5% from each application for payment. Release of notainage shall occur in accordance with Owner/Contractor agreement and General Conditions Of the Contract. b. Owner shall withhold payment in the amount of 1% in accordance with Montana Gross Receipts Withholding. 2. Submit final Application for Payment with or proceeded hv conditional final waivers from every entity involved with performance of the Work covered by the application who is lawfully entitled to a lien. Include insurance certificoten, proof that taxes, fegs, and similar obligations were paid, and evidence that claims have been settled, Include consent of surety to final payment. Submit final meter readings for utilities, a record of stored fuel, and similar data as of the date of Substantial Completion or when Owner took possession of and assumed responsibility for corresponding elements of the Work, PART 2- PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 01 2000 2/2812011 012000 -2 PRICE AND PAYMENT PROCEDURES Streamline Bus Shelter SECTION 013000 -ADMINISTRATIVE REQUIREMENTS PART 1 - GENERAL PROJECT MANAGEMENT AND COORDINATION A. Coordinate construction operations included in different Sections of the Specifications to ensure efficient and orderly installation of each part of the Work. Requests for Information (RFIs): On discovery of the need for additional information or interpretation of the Contract Documents, Contractor shall prepare and submit an RFI. Use forms acceptable to Architect and Owner. C, Schedule and conduct progress meetings at Project site at biweekly intervals, Notify Owner and Architect of meeting dates and times, Require attendance of each subcontractor or other entity concerned with current progress or involved in planning, coordination, or performance of future activlties, 1, Record minutes and distribute to everyone concerned, including Owner and Architect. 1.2 SUBMITTAL ADMINISTRATIVE REQUIREMENTS A. Coordinate each submittal with fabrication, purchasing, testing, delivery, other submittals, and related activities that require sequential activity, 1 No extension of the Contract Time will be authorized because of failure to transmit submittals enough in advance of the Work to permit processing, including resubmittals. 2. Submit minimum of three copies of each action submittal'. Architect will keep two copies, & Submit two copies of each informational submittal. Architect will not return copies, 4. Architect will discard submittals received from sources other than Contractor, B. Place a permanent label or title block on each submittal for identification. Provide a space approximately 6 by 8 inches on label or beside title block to record Contractor's review and approval markings and action taken by Architect. Include the following information on the label: 1. Project name. 2. Date. 3. Name and address of Contractor. 4. Name and address of subcontractor or supplier, 5, Number and title of appropriate Specification Section. C. identify deviations from the Contract Documents on submittals. D. Contractor's Construction Schedule Submittal Procedure: Submit two copies of schedule within ten days after date established for Commencement of the Wok 212812011 01 3000-1 ADMINISTRATIVE REQUIREMENTS Streamline Bus Shelter PART 2 - PRODUCTS 2,1 ACTION SUBMITTALS A. Product Data: Mark each copy to show applicable products and options. Include the following: 1. Manufacturer's written recommendations, product specifications, and installation instructions. 2, Wiring diagrams showing factory - installed wiring. 1 Printed performance curves and operational range diagrams, 4. Testing by recognized testing agency. 5. Compliance with specified standards and requirements, B. Shop Drawings: Prepare Project-specific information, drawn accurately to scale. Do not base Shop Drawings on reproductions of the Contract Documents or standard printed data. Submit on sheets at least 8-112 by 11 inches but no larger than 24 by 36 inches. Include the following: 1. Dimensions and identification of products. 2. Fabrication and installation drawings and roughing-in and setting diagrams, 3. Wiring diagrams showing field-installed wiring. 4. Notation of coordination requirements. 5. Notation of dimensions established by field measurement, C. Samples: Submit Samples for review of &d, color, pattern, and texture and for a comparison of these characteristics between submittal and actual component as delivered and installed. Include name of manufacturer and product name on label. If variation is inherent in material or product, submit at least three sets of paired units that show variations. 2.2 INFORMATIONAL SUBMITTALS A. Qualification Data: Include lists of completed projects with project names and addresses, names and addresses of architects and owners, and other information specified. B. Product Certificates: Prepare written statements on manufacturers letterhead certifying that product complies with requirements in the Contract Documents, 23 DELEGATED DESIGN SERVICES A. Performance and Design Criteria: Where professional design services or certifications by a design professional are specifically required of Contractor by the Contract Documents, provide products and systems complying with specific performance and design criteria indicated. 1. If criteria indicated are not sufficient to perform services or certification required, submit a written request for additional information to Architect. B. Delegated-Design Submittal: In addition to Shop Drawings, Product Data, and other required submittals, submit three copies of a statement, signed and sealed by the responsible design professional, for each product and system specifically assigned to Contractor to be designed or certified by a design professional. 212812011 013000-2 ADMINISTRATIVE REQUIREMENTS Streamline Bus Shelter Indicate that products and systems comply with performance and designcrftmia in the Contract Documents, Include list of codes, loads, and other factors used in performing these services. PART 3-EXECUTION 31 SUBMITTAL REVIEW A. Review each submittal and check for coordination with other Work Uf the Contract and for compliance with the Contract Documents. Note corrections and field dimensions. Mark with approval stamp before submitting to Architect. B. Architect will review each action submittal, make marks to indicate corrections ormodifications required, will stamp each submittal with an action stamp and will mark stamp appropriately to indicate action, C. Submittals not required by the Contract Documents may not be reviewed and may be discarded, END OF SECTION 01 3000 212812011 013000'3 ADMINISTRATIVE REQUIREMENTS Streamline Bus Shelter SECTION 014000- QUALITY REQUIREMENTS PART 1 - GENERAL SECTION REQUIREMENTS A. Referenced Standards: If compliance with two or more standards is specified and the standards establish different or conflicting requirements, comply with the most stringent requirement. Refer uncertainties to Architect for a decision. B, Minimum Quantity or Quality Levels: The quantity or quality level shown or specified shall be the minimum. The actual installation may exceed the minimum within reasonable limits. Indicated numeric values are minimum or maximum, as appropriate, for the context of requirements. Refer uncertainties to Architect for a decision. C. Permits, Licenses, and Certificates: For Owners records, submit copies of permits, licenses, certifications, inspection reports, notices, receipts for fee payments, and similar documents, established for compliance with standards and regulations bearing on performance of the Work, D. Coordination: Coordinate sequence of activities to accommodate required quality-assurance and -control services with a minimum of delay and to avoid necessity of removing and replacing construction to accommodate testing and inspecting, Schedule times for tests, inspections, obtaining samples, and similar activities. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 014000 2J28/2011 01 4000 -1 QUALITY REQUIREMENTS Streamline Bus Shelter SECTION 016000 - PRODUCT REQUIREMENTS PART 1'GENERAL 1.1 SECTION REQUIREMENTS A. The term "product' includes the terms "material," "equipment," "system," and terms of similar intent, B. Comparable Product Requests: 1. Submit request for consideration of each comparable oroduct. Oo not submit unapproved on Shop Drawings ur other submittals. 2, Identify product 10 be replaced and show compliance with requirements for comparable product requests. Include a detailed comparison of significant qualities of proposed substitution with those of the Work specified. S� Architect will review the proposed product and notify Contractor of its acceptance or rejection, C. Bexis-of-Dem|gn Product Specification Submittal: Show compliance with requirements, D, Compatibility of Options: If Contractor is given option of selecting between two or more pmduots, selec product compatible with products previously selected. E. Deliver, ntore, and handle products using means and methods that will prevent damage deterioradon, and loss, including thoM. Comply with manufacturers written instructions. 1. Schedule delivery to minimize long-term storage at Pro site and to prevent of construction spaces, 2. Deliver products ho Project oi0oinmamufactunar'sodgina|onaledoonta|nerurpaokaginQ,00mplehawiUh labels and instructions for handling, storing, unpacking, protecting, and installing. 3. Inspect products on delivery to ensure compliance with the Contract Documents and to onnUve that products are undamaged and properly protected. 4. Store materials ina manner that will not endanger Proj a\0otunn. 5. Store products that are subject to damage by the elements, under cover in a wosdhertight enclosure above ground, with ventilation adequate kx prevent condensation. Warranties specified in other Sections shall buin addition to, and run concurrent With, other warranties required by the Contract Documents, Manufacturer's disclaimers and limitations on product warranties do not relieve Contractor of obligations under requirements of the Contract Documents. PART 2 - PRODUCTS A Provide products that comply with the Contract Documents, are undamaged, and are new at the time of 2/28/2011 016008'1 PRODUCT REQUIREMENTS Streamline Bus Shelter 1. Provide products complete with accessories, trim, finish, and other devices and components needed for a complete installation and the intended use and effect. 2, Deochp{ive, pehonnanma, and reference standard mqu|n*monba in the Specifications establish sehen1 characteristics (fproducts, B. Product Selection Procedures: 1- Where Specifications name a single manufacturer and product, provide the named product that complies with requirements. 2. VVhona Specifications name o single manufacturer or source, provide m product by the named manufacturer or source that complies with requirements, 3� Where Specifications include a list of names of both available manufacturers and products, provide one of the products listed, or an unnamed product, that complies with requirements. Comply with requirements for "comparable product requests" for consideration of an unnamed product, 4. VVham Specifications include e |ia[ of available manufactumm, provide a product by one of the manufacturers listed, or a product by an unnamed manufacturer, that complies with requirements, Comply with requirements for 'oompomb|o product requests" for consideration of an unnamed manufacturers product. 5. Where Specifications name a single product, or refer to a product indicated on Drawings, as the "basis- of-design," provide the named product, Comply with provisions for "comparable product requests" for consideration ofan unnamed product by another manufacturer, C. Where Specifications require "match Architect's oample," prov ide a product that comp with requirements and matches Architect's sample, Architects decision will be final on whether e proposed product matches, D. Unless otherwise indicated, kchiteGt Will Select color, gloss, pattern, density ortexture from manufacturer's product line that includes both standard and premium items. PART 3 - EXECUTION (Not Used) END OF SECTION 01OUO0 2/28[2011 016008-2 PRODUCT REQUIREMENTS Streamline Bus Shelter SECT Q17OUO- EXECUT AND CLOSEOUT REQUIREMENTS PART 1 - GENERAL CLOSEOUT PROCEDURES A. Substantial Completiow Before requesting Substantial complete thgfo8owlng� 1, Prepare alist of items to be completed and corrected (punch list). the value of items on the list, and reasons why the Work is not complete. 2. Advise Owner nf pending insurance changeover requirements. 3. Submit specific warranties, maintenance service agreements, and similar documents, 4. Obtain and submit releases permitting Owner unrestricted use of the Work and access to services and utilities, Include occupancy permits, operating certificates, and similar releases, 5, Submit record Drawings, operation and maintenance manua|s, property uumaya, and similar final record information, 8. Deliver tools, spare parts, extra materials, and similar items. 7. Make final changeover of permanent locks and deliver keys toOwner. 8. Complete startup testing ofsystems. S. Remove temporary facilities and controls, 10. Submit changeover information related to Owners occupancy, use, operation, and maintenance, 11, Complete final cleaning requirements, including touchup painting, 12. Touch up and otherwise repair and restore marred exposed finishes to eliminate visual defects, Submit a written request for inspection for Substantial CmmoleUon. On receipt ofrequest, Architect will proceed with inspection or advise Contractor nf unfulfilled requirements. Architect will prepare the Certificate of Substantial Completion after inspection or will advise Contractor of items that must be completed or corrected before certificate will beissued. C. Request inspection for Final Completion, once the following are complete: 1. Submit acopy of Substantial Completion ins list stating that each item has been completed or otherwise resolved for acceptance. 2. |motmoi Owner's personnel in opnration, adjuohnomL and maintenance of pKzduots, eqnipment, and oymomo. D. Request when the Work identified in previ inspections as incomplete is completed or E Submit owritten request for final inspection for acceptance, On receipt of request, Architect will proceed with inspection or advise Contractor of unfulfilled requirements. Architect will prepare final Certificate for Payment after inspection or Vill advise Contractor of items that must be completed or corrected before certificate will be issued, 2/28/2011 017000-1 EXECUTION AND CLOSEOUT REQUIREMENTS Streamline Bus Shelter PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION 3.1 EXAMINATION AND PREPARATION A. Before proceeding with each component of the Work, examine substrates, areas, and conditions, with Installer or Applicator present where indicated, for compliance with requirements for installation tolerances and other conditions affecting performance. 1. Verify compatibility with and suitability of substrates. 2. Examine roughing-in for mechanical and electrical systems, 3. Examine walls, floors, and roofs for suitable conditions. B. Proceed with installation only after unsatisfactory conditions have been corrected. C. Take field measurements as required to fit the Work properly. Where portions of the Work are indicated to fit to other construction, verify dimensions of other construction by field measurements before fabrication. D. Verify space requirements and dimensions of items shown diagrammatically on Drawings. 3.2 CONSTRUCTION LAYOUT AND FIELD ENGINEERIING A. Before proceeding to lay out the Work, verify layout information shown on Drawings, in relation to the property survey and existing benchmarks, I ► Z F."y M- "T - I t] 10 A. Locate the Work and components of the Work accurately, in correct alignment and elevation, as indicated, Make vertical work plumb and make horizontal work level. Make joints of uniform width. Where joint locations in exposed work are not indicated, arrange joints for the best visual effect. Fit exposed connections to form hairline joints. Conceal pipes, ducts, and wiring in finished areas unless otherwise indicated. Maintain minimum headroom clearance of 96 inches in occupied spaces and 90 inches in unoccupied spaces. Comply with manufacturer's written instructions and recommendations, C. Conduct construction operations so no part of the Work is subjected to damaging operations or loading in excess of that expected during normal conditions of occupancy. D. Use products, cleaners, and installation materials that are not considered hazardous. Provide blocking and attachment plates and anchors and fasteners of adequate size and number to securely anchor each component in place. Obtain and distribute to the parties involved templates for work specified to be factory prepared and field installed. 212812011 017000 - 2 EXECUTION AND CLOSEOUT REQUIREMENTS Streamline Bus Shelter 3.4 CLEANING A. Clean Pro site and work areas daily, lnnludino common areas, Dispose ufmaterials lawfully, 1. Remove liquid s 2. Where dust would impair proper execution of the Wbrk, broom-clean or vacuum the entire work area, as appropriate. 3, Remove debris from concealed spaces before enclosing the space. 13, Complete the following cleaning operations before requesting inspection for certification of Substantial 1. Remove labels that are not perm 2. Clean transparent moterals, including minnm. Remove excess glazing compounds. Replace chipped or broken glass. 3. Clean exposed finishes to a dust-free condiUVn, free of stains, films, and forei substances. Sweep concrete floors broom clean, 4. Vacuum carpeted surfaces and wax resilient flooring. 5. Wipe surfaces nf mechanical and electrical equipment. Remove excess lubrication. Clean plumbing fixtures, Clean light fixtures, |ampv, globes, and reflectors, G. Clean Project site, yard, and grounds, in areas disturbed by construction activities, Sweep paved uraew� remove stains, spi|ln, and foreign dnpnmits. Rake grounds to a omuoth, even-textured surface. END OF SECT�ON 017000 2/28X2011 017000 -3 EXECUT AND CLOSEOUT REQUIREMENTS .� .� ... ... . ... . .. � ( � \ 1 �` \} �� � ._. \ � , � ( � \ 1 �` � f �. \} �� � ._. : ... .... ��:\ _ - � f �. ƒ � a \} �� � ._. ƒ � a � ._. ƒ � a 1 f I m � I 1 S! 4 z4 Cal 5 N rK� I g o M c3s W LLl o U o° r w r n� G °w a R 9 ye 6 F— Q W yr m s �s o $moo $WE o � � � N d' z PH u � l E W g Y 3 �3 0 0 Z � °�sa >, s���« C� �.0 adasl ti 4 i p- 's. P! y � C'> $ I BM r . / s� .W 1 I r l F J 1 f I m � I 1 S! 4 z4 Cal 5 rK� g o M c3s f� o U o° r n� F " a R 9 ye 6 F— Q §Y 1 E d NMI .FZg s �s o $moo $WE o � � - 5S U ' d' z PH � l E W 1 f I m � I 1 S! 4 z4 Cal iX 5 rK� g �dt _ c3s ° o U o° iX r `� �S hn a ' I ° 5 � a ° o U o° 1 1 s Z " 9 ye r `� �S hn a ' I ° 5 � a Ll 1 1 s Z " 9 ye 6 F— Q §Y 1 E d NMI � E 3k' in H C.1 In 3�z .. o � � - 5S U ' d' z PH � l E W g Y 3 �3 0 0 Z � °�sa >, s���« C� �.0 adasl ti 4 i p- 's. P! y � C'> r `� �S hn a ' I °