Loading...
HomeMy WebLinkAbout97-07 RESOLUTIONRESOLUTION NO. 97-07 A RESOLUTION AWARDING BID # 07-41 AND APPROVING CONTRACTS WITH T -G EXCAVATING, INC. IN THE AMOUNT OF $822,222.00 AND A CONTINGENCY IN THE AMOUNT OF $41,000.00 AND WITH INSITUFORM TECHNOLOGIES, INC. IN THE AMOUNT OF $178,834.50 AND A CONTINGENCY IN THE AMOUNT OF $9,000.00 FOR CONSTRUCTION OF THE FARMINGTON SANITARY SEWER REHABILITATION; AND APPROVING A BUDGET ADJUSTMENT IN THE AMOUNT OF $395,000.00 TO ACCEPT FUNDS FROM THE CITY OF FARMINGTON. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council of the City of Fayetteville, Arkansas hereby awards Bid # 07-41 and approves contracts with T -G Excavating, Inc. in the amount of $822,222.00 and a contingency in the amount of $41,000.00 and with Insituform Technologies, Inc. in the amount of $178,834.50 and a contingency in the amount of $9,000.00 for construction of the Farmington Sanitary Sewer Rehabilitation. Copies of the contracts, marked Exhibit "A," are attached hereto and made a part hereof. Section 2. That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment in the amount of $395,000.00 to accept funds from the City of Farmington. "�RWTR"''�,, ' bA Y.O'C'%SG� PASSED and APPROVED this 5th day of June, 2007. ` ;FAYETTEVILLE° IOW By: ATTEST: � a ,K °Y/ G7 �'"rrur SONDRA E. SMITH, City Clerk/Treasurer CITY OF FAYETTEVILLE, ARKANSAS AGREEMENT SANITARY SEWER REPLACEMENT AND REHABILITATION FARMINGTON SEWER REHABILITATION PROJECT THIS AGREEMENT, made this 14 day of J tt_t1.QJ 2007, by and between the City of Fayetteville, Arkansas, a municipal corporation and lnsituform Technologies, s. Inc. hereinafter referred to as Contractor. WHEREAS, the City of Fayetteville has heretofore solicited Bids for all the work and improvements for the doing of all things included within the hereinafter specified Farmington Sewer Rehabilitation Project. WHEREAS, the City of Fayetteville did on the 8th day of May, 2007 find that the Contractor was the lowest responsive, responsible Bidder for the hereinafter specified work and did award the Contractor a Contract for said work. NOW, THEREFORE, for and in consideration of their mutual promises, covenants, undertaking and agreements, the parties do hereby agree as follows: ARTICLE I - WORK TO BE DONE BY CONTRACTOR The Contractor agrees, at its own cost and expense, to do all the work and to furnish all the labor, materials, equipment and other property necessary to do, construct, install and complete all the works and improvements included in Unit 2 of the Farmington Sewer Rehabilitation Project. All in full accordance with and in compliance with and as required by the hereinafter specified Contract Documents and any addenda for said work, and to do, at his own cost and expense, all other things required of Contractor by said Contract Documents for said work. ARTICLE II - CONTRACT DOCUMENTS The Contract Documents are defined in the General Conditions. Agreement City of Fayetteville Sewer System Improvements ARTICLE III - CONTRACT AMOUNT The Contractor agrees to receive and accept the attached contract unit prices and/or lump sum prices as full compensation for furnishing all materials and equipment for doing all the work contemplated and embraced in this Agreement; also for all loss or damage arising out of the nature of the work aforesaid, or from the action of the elements, or from any unforeseen difficulties or obstructions which may arise or be encountered in the prosecution of the work • until its acceptance by the City of Fayetteville, and for all risks of every description connected with the work; also for well and faithfully completing the work, and the whole thereof, in the manner and according to and in compliance with the Contract Documents and the requirements of the Engineer under them, also for any and all things required by the Contract Documents. ARTICLE N - LIQUIDATED DAMAGES OR ACTUAL DAMAGES AND EXCESS The Contractor shall, and agrees to, pay to excess engineering as described in the General Conditions. The Contractor shall, and agrees to, pay for liquidated damages or actual damages if Contractor fails to complete the project within the specified time in accordance with the General Conditions. ARTICLE V - STARTING AND COMPLETION i The Contractor agrees to commence work under this Agreement within ten calendar days of receipt of written Notice to Proceed and to complete all work included in this Contract to the point of substantial completion no later than 130 Calendar Days from the date of Notice to l..i Proceed. The Contractor further agrees to complete all work to the point of final acceptance by the City of Fayetteville no later than 160 Calendar Days from the date of Notice to Proceed. The Contractor shall, and agrees to, furnish and deliver to the City of Fayetteville, the Faithful Performance Bond, the Contractor's Labor and Material Bond, the Maintenance Bond and the insurance certificates and policies of insurance required of him by provisions of the Contract Documents, and to do, prior to starting work, all other things which are required of him by the Contract Documents as a prerequisite of starting work. i ARTICLE VI - PAYMENTS TO CONTRACTOR The City of Fayetteville agrees with said Contractor to employ, and does hereby employ, the said Contractor to provide the materials and do all the work, and do all other things hereinabove contained or referred to, for the prices aforesaid, and hereby contracts to pay the same at the time, in the manner and upon the conditions set forth or referred to in the Contract Documents; and the said parties for themselves, their heirs, executors, administrators, successors and assigns, do hereby agree to the full performance of the covenants herein contained. There shall be no measurement or separate payment for any items not listed and all costs pertaining thereto shall be included in the Contract unit prices for other items listed. Agreement 2 City of Fayetteville !. Sewer System Improvements ARTICLE VII — CHANGES TO CONTRACT Changes, modifications or amendments in scope, price or fees to this contract shall not be allowed without a prior formal contract amendment approved by the Mayor and the City Council in advance of the change in scope, cost or fees. ARTICLE VIII — FREEDOM OF INFORMATION ACT City contracts and documents prepared while performing City contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the CITY OF FAYETTEVILLE, the Contractor will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information I' Act (A.C.A. §25-19-101 et seq.). Only legally authorized photocopying costs pursuant to the FOIA may be assessed for this compliance. IN WITNESS WHEREOF, the parties hereto have caused this Instrument to be executed in three original counterparts the day and year first above written. (SEAL) Insituform Technologies, Inc. (Contractor) Attest: Name Joann Smith Title (please type) By 0 H. Douglas Thomas (please type) Contracting & Attesting Officer Title Vice President, Special Projects (SEAL) CITY OF F ETTEVILLE, AR i Atte By NameO/1G:/t'� �— . �/N% / Name r✓ oa (please type) (please t e) Title �Tltle „panurrn 1 `el71®% WTwe o sG �V. ,OZ ;FAYETTEVILLE; Agreement City of Fayetteville Sewer System Improvements City of Fayetteville, Arkansas Budget Adjustment Form Budget Year Department: �afer o .Wdk/u1alpr Date Requested Adjustment Number 2007 Division: Program: S�A4W i ./� t/J-s irucox Project or Item Addedlincreased: Project or Item Deleted/Reduced: Increase Sewer Improvements account and sanitary No decrease. This adjustment is necessary to recognize sewer rehabilitation by $3959000. 1 Farmington cost share in the amount of $395,000. Justification of this Increase: This BA is necessary to recognize Farmington cost share revenue in the amount of.$395,000. Funds will be used for sewer rehab improvements in Farmington. Justification of this Decrease: No decrease. This administrative budget adjustment is necessary to recognize Farmington cost share revenue in the amount of $395,000. Increase Expense Budget (Decrease Revenue Budget) Account Name Account Number Amount Project Number Sewer improvements 5400 5700 5815 00 395,000 02017 0501 Decrease Expense Budget (Increase Revenue Budget) Account Name Account Number Amount. Project Number //A�rs% StatgCost Share 5400 0940 4303 00 395,000 02017 0501 /Approval Signatures Budget Office Use Only ; Type: A B C LDD E Requested By Date B d t onager _ Date Posted to General Ledger Initial Date MAI 0 Dtm-on;tDiector Date Posted to Project Accounting Q ` y,� S Z D7Initial Date Financ Internal Services Director Date Entered in Category Log Initial Date Mayor Date CITY OF FAYETTEVILLE, ARKANSAS AGREEMENT SANITARY SEWER REPLACEMENT AND REHABILITATION FARMINGTON SEWER REHABILITATION PROJECT THIS AGREEMENT, made this % day of J t.t.f1_Q_. 2007, by and between the City of Fayetteville, Arkansas, a municipal corporation and T -G Excavating Inc. hereinafter referred to as Contractor. WITNESSETH: WHEREAS, the City of Fayetteville has heretofore solicited Bids for all the work and improvements for the doing of all things included within the hereinafter specified Farmington Sewer Rehabilitation Project. WHEREAS, the City of Fayetteville did on the 8th day of May, 2007 find that the Contractor was the lowest responsive, responsible Bidder for the hereinafter specified work and did award the Contractor a Contract for said work. NOW, THEREFORE, for and in consideration of their mutual promises, covenants, undertaking and agreements, the parties do hereby agree as follows: ARTICLE I - WORK TO BE DONE BY CONTRACTOR The Contractor agrees, at its own cost and expense, to do all the work and to furnish all the labor, materials, equipment and other property necessary to do, construct, install and complete all the works and improvements included in Unit I of the Farmington Sewer Rehabilitation Project. All in full accordance with and in compliance with and as required by the hereinafter specified Contract Documents and any addenda for said work, and to do, at his own cost and expense, all other things required of Contraotror by said Contract Documents for said work. ARTICLE II - CONTRACT DOCUMENTS The Contract Documents are defined in the General Conditions. Agreement City of Fayetteville Sewer System Improvements 47-07 1 ARTICLE III - CONTRACT AMOUNT The Contractor agrees to receive and accept the attached contract unit prices and/or lump sum prices as full compensation for famishing all materials and equipment for doing all the work contemplated and embraced in this Agreement; also for all loss or damage arising out of the nature of the work aforesaid, or from the action of the elements, or from any unforeseen difficulties or obstructions which may arise or be encountered in the prosecution of the work until its acceptance by the City of Fayetteville, and for all risks of every description connected with the work; also for well and faithfully completing the work, and the whole thereof, in the manner and according to and in compliance with the Contract Documents and the requirements of the Engineer under them, also for any and all things required by the Contract Documents. ARTICLE IV - LIQUIDATED DAMAGES OR ACTUAL DAMAGES AND EXCESS ENGINEERING COSTS The Contractor shall, and agrees to, pay to excess engineering as described in the General Conditions. i. The Contractor shall, and agrees to, pay for liquidated damages or actual damages if Contractor fails to complete the project within the specified time in accordance with the General Conditions. ARTICLE V - STARTING AND COMPLETION The Contractor agrees to commence work under this Agreement within ten calendar days of receipt of written Notice to Proceed and to complete all work included in this Contract to the point of substantial completion no later than 130 Calendar Days from the date of Notice to Proceed. The Contractor further agrees to complete all work to the point of final acceptance by the City of Fayetteville no later than 160 Calendar Days from the date of Notice to Proceed. The Contractor shall, and agrees to, furnish and deliver to the City of Fayetteville, the Faithful Performance Bond, the Contractor's Labor and Material Bond, the Maintenance Bond and the insurance certificates and policies of insurance required of him by provisions of the Contract Documents, and to do, prior to starting work, all other things which are required of him by the Contract Documents as a prerequisite of starting work. ARTICLE VI - PAYMENTS TO CONTRACTOR The City of Fayetteville agrees with said Contractor to employ, and does hereby employ, the said Contractor to provide the materials and do all the work, and do all other things hereinabove contained or referred to, for the prices aforesaid, and hereby contracts to pay the same at the time, in the manner and upon the conditions set forth or referred to in the ContractDocuments; and the said parties for themselves, their heirs, executors, administrators, successors and assigns, do hereby agree to the full performance of the covenants herein contained. There shall be no measurement or separate payment for any items not listed and all costs pertaining thereto shall be included in the Contract unit prices for other items listed. Agreement 2 City of Fayetteville Sewer System Improvements �. ARTICLE VII — CHANGES TO CONTRACT Changes, modifications or amendments in scope, price or fees to this contract shall not be allowed without a prior formal contract amendment approved by the Mayor and the City Council in advance of the change in scope, cost or fees. ARTICLE VIII — FREEDOM OF INFORMATION ACT f City contracts and documents prepared while performing City contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the CITY OF FAYETTEVILLE, the Contractor will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. §25-19-101 et seq.). Only legally authorized photocopying costs pursuant to the FOIA may be assessed for this compliance. IN WITNESS WHEREOF, the parties hereto have caused this Instrument to be executed in three original counterparts the day and year first above written. (SEAIL -I Com .nc- (Contractor ) Attest: Name (/Ilkly (please type) Title g44XILe (SEAL) Name& vi d M E. S44 I tic" type) Titte ( 1 t7" � Y 00 ;FAYETTEVILLE• By '' IH (please type) Title 4es/D6irT CITY OF FAYETTEVILLE. AR am Name [In NnLi� (please t pe) Title Agreement City of Fayetteville Sewer System Improvements i Bond No. BD 92097 ARKANSAS STATUTORY PERFORMANCE AND PAYMENT BOND We T -G Excavating, Inc. 26016 E. Admiral, Catoosa, OK 74015 Mid -Continent asua y Company as Principal, hereinafter called Principal, and a corporation organized and existing under the laws of the State of Arkansas and authorized to do business in the State of Arkansas, as Surety, hereinafter called Surety, are held and firmly bound unto Cityof Fayetteville as Obligee, in the amount of ***See Below*** Dollars ($ 822,222_00 _ ) for the payment whereof Principal and Surety bind themselves, their heirs, personal representatives, successors and assigns, jointly and severally, firmly by these presents. ***Eight hundred twenty-two thousand, two hundred twenty-two dollars and no/100 ---------------- Principal has by written agreement dated entered into a contract with City of Fayetteville for Farmington Sewer Rehabilitation Project, which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. THE CONDITIONS OF THIS OBLIGATION ARE SUCH that if the principal shall faithfully perform the Contract on his part and shall fully indemnify and save harmless the City of Fayetteville from all cost and damage which he may suffer by reason of failure to do so and shall fully reimburse and repay the City of Fayetteville all outlay and expense which the City of Fayetteville may incur in making good any such default, and further, drat if the Principal shall pay all persons all indebtedness for labor or materials furnished or performed under said Contract, failing which such persons shall have a direct right of action against the Principal and Surety, jointly and severally, under this obligation, subject to the City ofFayetteville's priority, then this obligation shall be null and void; otherwise it shall remain in full force and effect. No suit, action or proceeding shall be brought on this bond outside the State of Arkansas. No suit, action or proceeding shall be brought on this bond except by the City of Fayetteville after six months from the date final payment is made on the Contract, nor shall any suit, action or proceeding be brought by the City of Fayetteville after two years from the date on which the final payment under the Contract falls due. Any alterations which may be made in the terms of the Contract, or in the work to be done under it, or the giving by the City of Fayetteville of any extension of time for the performance of the contract, or any other forbearance on the part of either the City of Fayetteville or the Principal to the other shall not in any way release the Principal and the Surety or Sureties, or either or any of them, their heirs, personal representatives, succrtsnrs or assigns from their liability hereunder, notice to the Surety or Sureties of any such alteration, extension or forbearance being hereby waived. Performance Bond City of Fayetteville Sanitary Sewer Improvements In no event shall the aggregate liability of the Surety exceed the sum set out herein. Executed on tlus 4th day of June , 2007 T -G Excavating, Inc. Principal Mid -Continent Casually Company / Performance Bond 2 City of Fayetteville Sanitary Sewer Improvements MAINTENANCE BOND BOND NUMBER BD 92097 KNOW ALL MEN BY THESE PRESENTS, That we, T -G Excavating, Inc. 26016 E. Admiral, Catoosa, OK 74015 (hereinafter called the Principal), and Mid -Continent Casualty Company a corporation (hereinafter called the Surety), are held and firmly bound unto City of Fayetteville, 113 W. Mountain, Fayetteville, AR 72701 hereinafter called the Obligee), in the full and just sum of Eight hundred twenty-two thousand, two hundred twenty-two dollars and no/100------ Dollars, lawful money of the United States, for the payment of which, well and truly to be made, we bind ourselves, our heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, said Principal has entered into a certain contract with the Obligee dated which contract has been or is about to be accepted. AND WHEREAS, specifications and contract provided that Farmington Sewer Rehabilitation - Unit 1 should guarantee the project free frmn defects caused by faulty workmanship and materials for a period of two years after substantial completion, general wear and tear excepted. NOW, THEREFORE, if the said project shall be free from defects of workmanship and materials, general wear and tear excepted, for a period of two years after substantial completion, then this obligation shall be null and void; otherwise to remain in full force and effect. Signed, sealed and delivered June 4, 2007 Witness as to Principal Maintenance Bond City of Fayetteville Sanitary Sewer Improvements MID-CONTINENT CASUALTY COMPANY Tulsa, Oklahoma Know all Men by these presents .That the MID-CONTINENT•CASUALTY COMPANY; a corporation of the State of Oklahoma, having 16 principal' office in the city of Tulsa; Oklahoma, pursuant to the following By -Law, which was adopted by the Stockholders of the said Company on March 13th, 19473 to -wit: "Article IV, Section 7 -`The Executive -Officers of tie Company shall have power and authority to appoint, for purposes only of executing and attesting bonds.and undertakings and other wrilingsobligatory in=the nature thereof, one more Resident :Vice President, Resident Assistant `f Secretaries andAifomeys-in-Fact and at any time to.removo any such Resident-Vice-President,Besident As§istant$ecietary, or Attorney -in -Fact • and revoke the power and authority given him; None of such appointees need be. Directors of the Company."' %-The Company does hereby constitute and appoint' `'Jamie Burris, John Kelly Deer, Vaughn P. -.Graham, Mark Edward Long, Robbie Loyd, Mark O. Mandeville; Stephen M. Poleman and Michael J. Swenton, in&vidually of TULSA, OK its true and lawful attomey(s)-in=tact%, to execute seal and'delim for and on its behalf as Surety,. and as its act and deed, _ Any and all bonds4md underwkingsedf Suretyship . ` And the execution of such uistrumem(s) in pursuance of these presents, shall tie as binding .upoq'th'e said MID-CONTINENT CASUALTY COMPANY, as fully and amply; to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal office in Tulsa, Oklahoma. IN WITNESS WHEREOF MID-CONTINENT CASUALTY COMPANY has executed slid attested these P this .,16% day of May 2006 I ATTEST:o-�-� SARA•ANDERSON ASSISTANT SECRETARY TODD BAZATA VICE PRESIDENT On this 116. day of :.:May. 2006 , before me `a Notary; Public of the State of Oklahoma in and`. for the ,County of Tulsa, came the individual to me personally known. to be the officer descnbed ri and who executed the preceding instrument, and he`acknowledged the execution sof the same and being by me dulysworn, said, that he isthe therein described and authorized officer of the `1 MID'CONTINENT CASUALTY COMPANY aforesaid, and that the seat affixed to the preceding instrument is the corporate of said Company, and the said corporate seal and his signature as such officer were duly affixed to the said instrument by the authority and direction of the said ?, Company, and that Article IV, Section 7, of the By -Laws of said Company, referred to in the preceding instrument, is now in force. 49 IN TESTIMONY WHEREOF, I have hereunto set my handmd affixed my official seal at the City of Tulsa, the day and'ycar first above written. �p1 LAy� Commission H 99009381 STATE OFOKLAHOIdL� �ARi' ommi"ssionexp es '06-07-07 — cotrrrrY Or TULI = ' U A ed4 U CALLAHAN Notary Public I SARA �,S�y if'�3ecretary.of.MID-CONTINENT CASUALTY: COMPANY do hereby,ce tify`thatthe foregoing- extracts.of )lie By-laws and o `3fResdluUon of the Board of Directors of thus corporation, and of a Power of Attorney issued pursuant thereto; are true arid correct, and that both the By -Laws, the Resolution and the Power of Attorney are still in ftill'force and effect'. "- ,This certifies that any facsimile or mechanitsily-produced signature of any officer ofthe Company and Company seal, wherever appearing upon a power of attorney issued:. - s by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN WITNESS wIffREOF I havg hereunto set my hand and affixed the facsimile seal of said corporation :.j. ,�,.1O,trt11 Uni,4i/ `i��A\•CASL,�Ir,`'�%19 this day of t 4 Q�svfi r,� r� e } SARA ANDERSON Assistant Secretary B-Baaa MC.'r �q 141t'„i�. i BNPA00401 9 C�C� THE GRAY INSURANCE COMPANY CERTIFICATE OF INSURANCE NO CERTIFICATE HOLDER NAMED INSURED City of Fayetteville 113 Mountain T -G Excavating, Inc. 26016 East Admiral Place Fayetteville, Arkansas CatDDsa, OK 74015 72701 ® YES ❑ NO Do all policies contain a Waiver of Subrogation in favor of Certificate Holder if required by written cmuract^. ® YES ❑ ,NO Do all policies except the Workers' Compensation name the Certificate Holder as Additional Insured if required by written contract? ® YES ❑ NO Do policies provide 30 days written notice of cancellation to Certificate Holder! I@ YES ❑ NO Is coverage under all insurance carried by Named Insured Primary Insurance if required by written contract.) LIMITS OF LIABILITY IN CONFIRMATION OFCOVERAGE TYPE OF INSURANCE POLICY NUMBER POLICY PERIOD THOUSANDS - (000) WORKERS' COMPENSATION & XSWC-070433 0610112006 WORKERS COMPENSATION Statutory EMPLOYERS LIABILITY 0610112009 EMPLOYERS LIABILITY ® YES ❑ NO U. S. Longshoremen's and Harbor Workers' Each Accident ® ® YES YES ❑ ❑ NO NO Compensation Act Coverage Outer Continental Shelf Land Act Junes Act (including Trancponation, Wages, Disease - Policy Limit Disease - Each Employee $ LOW $ 1,000 Maintenance, and Cure). Death on the High MARITIME EMPLOYERS Seas Act & General Maritime Law LIABILITY S 1,000 ® YES ❑ NO Voluntary Compensation Endorsement ® YES ❑ NO Other States Insurance ® YES ❑ NO Alternate Employer/Durrowed Servant Endorsement R YES ❑ NO "ht Rein" Endorsement ® YES ❑ NO Gulf of Mexico Territorial Extension GENERAL LIABILITY XSG1:073089 06/01/2006 Form & Edition Date ISO CG 00 01 11/88 0610112009 General Aggregate Unlimited Products-Comp/OPS Agg. $ 3.000 IN YES ❑ NO Broad Form Property Damage Liability Personal & Advertising Injury $ 1.000 including X, C. U - Each Occurrence $ 1,000 ® YES ❑ NO Products/Completed Operations Fire Damage $ 50 ® YFS ❑ NO Commcmal Liability (Any Line fire) ® YES ❑ NO Sudden and Accidental Pollution Liability Medical Expense $ 5 ® YES ❑ NO Occurrence Form (Any one person) ® YES ❑ NO Personal Injury ® YES ❑ NO "In Rem" Endorsement ® YES ❑ NO Crass Liability IH YES ❑ NO Watercraft exclusion has been modified by the vessels endorsement on scheduled equipment Coil C' c� c� CONFIRMATION - TYPE OF INSURANCE POLICY POLICY LIMITS OF LIABILITY IN OF COVERAGE NUMBER PERIOD THOUSANDS (troll) AUTOMOBILE LIABILITY XSAL-072887 06/01/2006 06/01/2009 ® YES ❑ NO Any Auto Bodily Injury & Property S 1,000 ® YES ❑ NO. All Owned Autos Damage Combined ❑ YES ❑ NO Scheduled Autos IN YES ❑ NO Hired Autos ® YES ❑ NO Non -Owned Autos EXCESS LIABILITY GXS-042028 06/01/2006 ® YES ElNO Excess Pnn 06/012007n Each Occurrence $ 4.000 Aggregate $ 4.000 JO R PROJECT D RJ CPT N �armingon fewer Rehabilitation Project, Unit 1, Farmington , A SPECIAL CONDITIONS RJN Group, Inc. Consulting Engineers, 12160 Abrams Rd, #206 Dallas, TX 75243 is additional insured as respas their written contractual interests. Should the insurance herein described be cancelled, assigned or changed in such a manner as to affect this certificate. THE GRAY INSURANCE COMPANY will endeavor to give thirty ( 30) days written notice to the certificate bolder, but failure to do so shall impose no obligation or liability upon THE GRAY INSURANCE COMPANY. 7 THE GRAY INSURANCE OMPANY 3601 N. 1-10 Service Road West, Metairie, LA 70002 DATE: FORM NO. 135 REV. 1/01 c� c-1 ACORD_ CERTIFICATE OF LIABILITY INSURANCE OP ID C2 DATE(MMIDBIYYYYI TGEXCAI 06 04 07 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATIO RICH 6 CARTMILL 2736 East 51st #400 ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW Tulsa OK 74105 06/01/08 EACH OCCURRENCE Phone: 918-743-8811 Fax:918-744-8429 INSURERS AFFORDING COVERAGE NAIC # INSURED INSURER A'. The Gray Insurance Company MED EXP(Myme person) INSURER B', X PERSONAL S ADV INJURY City of Fayetteville, Arkansas 113 W. Mountain Fayetteville AR 72701 INSURER GENERAL AGGREGATE INSURERD. GEN. INSURER E PRODUCTS. COMPIOP AGO $ X I THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. HER RUUL LTR INSRE TYPE OF INSURANCE POLICY NUMBER PULIGY EFFECTIVE POLICY EMMATRIT DATE MMq)WYY DATE MMRIWY LIMITS A X GENERAL LIABILITY COMMERWAL GENERAL LIABILITY- - CLAIMS MADE ❑OCCUR Owner/Cont Prot. XSGL-073089 06/01/07 06/01/08 EACH OCCURRENCE 52,000,000 PREMISES aomarance) $ MED EXP(Myme person) S X PERSONAL S ADV INJURY s - GENERAL AGGREGATE $1,000,000 GEN. AGGREGATE LIMIT APPLIES PER POLICY JET LOC PRODUCTS. COMPIOP AGO $ X I AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -0 VNED AUTOS ' COMBSINGLE LIMIT (Ea ecddenddent)q $ BODILY (Perrpen:m) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Pereccidenl) $ GARAGE LIABILITY ANY AUTO AUTO ONLY -EA ACCIDENT S OONLY: EA ACC AUTOUTO ONLY: AGG S S EXCESSAIMBRELLA LIABILITY OCCUR CLAIMS MADE DEDUCIBLE RETENTION S EACHOCCURRENCE $ AGGREGATE S S S S " WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETORMARTNERIEXECUTNE OFFICERRAEMBER EXCLUOED7 R s, dexdEe abler SPECIAL PROVISIONS EeIay.• TORY LIMBS STATU ER E.L. EACH ACCIDENT $ E.L. WSEASE - EA EMPLOYE f E.L.D5EASE-POIJCYUMTT $ OTHER DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS RE: Farmington Sewer Rehabilitation Project Unit #1, Farmington, AR. RJN Group, Inc Consulting Engineers, 12160. Abrams Rd, #206, Dallas, TX 75243 is included as Additional Insured as respects the OCP Liability coverage. t,crc I IrwsA I nLJL.uen CANCELLATION CITYFAY SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRDTEN City of Fayetteville NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO 00 SO SHALL 113 W. Mountain IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR Fayetteville AR 72701 REPRESENTATIVES. 25 S 707 1 1 March 2007 Contract 1 Documents 1 1 Farmington Sewer Rehabilitation Project XUA Unit 2 1 Farmington, Arkansas 1 Prepared for the 1 City of Fayetteville Fayetteville, Arkansas :1 WATE CKZ ARE�SAS prepared by * # ' REGISTERED RJ1rI Group,Inc.PROFESSIONAL A ENGINEER 0 Consulting Engineers ' j Na ' Q Dallas, Texas S A. N�' 3y 1 CITY OF FAYETTEVILLE, ARKANSAS FARMINGTON SEWER RE HABILITATION PROJECT UNIT 1 AND UNIT 2 BID 4 07-41 STAG GRANT NO, XP -96606201 -STAG -6 ADDENDUM NO. 1 April 30, 2007 TO: ALL PROSPECTIVE BIDDERS The following changes shall be made part of the Construction Documents for the above project and area as follows: CLARIFICATION The lump sum bid items for point repairs shall include a maximum of eight (8) linear feet of service line replacement unless otherwise noted on the Drawings. INSTRUCTIONS TO BIDDERS Page 3 Delete Paragraph J. Page 10 Add attached page to Instructions to Bidders. BID PROPOSAL Unit 1 Bid Proposal Replace Unit 1 Bid Proposal with the attached. Unit 2 Bid Proposal Replace Unit 2 Bid Proposal with the attached. Page 1 SECTION D2-11 ' Page D2-11(1) ' Change Paragraph A.2.6 to read: Work associated with sanitary sewer line point repairs shall include replacement of defective ' building service lateral connections and building service lateral pipes as shown on the Drawings or a maximum of eight (8) linear feet of service lateral pipe. ' Page D2-11(5) Change paragraph D.3. to read: 3. Payment for extension of service lateral pipe beyond 8 linear feet unless otherwise noted on the Drawings shall be at the Contract Unit Price indicated. ' Payment shall include trench backfill, restoration, testing, and all incidental work. Change D3 to DA SECTION D2-12 ' Page D2-12(6) Replace Paragraph C.8 with the following: ' The Contractor shall be responsible to reinstate each service without excavation, utilizing a remote controlled cutting device, monitored by a video TV camera. The service connection shall ' be cut at 95% transition from the main line to the service lateral. The Contractor shall certify he has a minimum of two complete working cutters plus spare key components on the site before each inversion. The City reserves the right to reinstate service connections externally with its own forces. The City will coordinate with the Contractor after the pre -TV video has been reviewed to determine which services, if any, will be reinstated externally. Additional reinstatements by Contractor may be required if external excavation is deemed inappropriate by the City. The Contractor must provide with his bid demonstrated successful experience with internal reinstatement of services located on 6 -inch diameter sewer mains. ' SECTION D243 Page D2-13(8) Paragraph C.6 — Change four (4) in second line of paragraph to eight (8). ' Paragraph DA — Change four (4) in first line of paragraph to eight (8). 1 Page 2 Each Bidder shall acknowledge receipt of this Addendum by affixing his signature below, by noting this Addendum on his Bid Form and by attaching this Addendum to his Bid. (Engineer) ACKNOWLEDGEMENT The undersigned acknowledges receipt of this Addendum and the Bid submitted is in accordance with information, instructions and stipulations set forth herein. Bidder: Insituform Technologies, Inc. By: H. Douglas Thomas, V.P., Special Projects Date: May 8, 2007 t 11 11 II CITY OF FAYETTEVILLE, ARKANSAS FARMINGTON SEWER RE HABILITATION PROJECT UNIT 1 AND UNIT 2 BID # 0741 STAG GRANT NO, XP -96606201 -STAG -6 ADDENDUM NO, 2 May 3, 2007 TO: ALL PROSPECTIVE BIDDERS The following changes shall be made part of the Construction Documents for the above project and area as follows: Unit 1 Bid Proposal Replace Unit 1 Bid Proposal with the attached. Unit 2 Bid Proposal Replace Unit 2 Bid Proposal with the attached. Each Bidder shall acknowledge receipt of this Addendum by affixing his signature below, by noting this Addendum on his Bid Form and by attaching this Addendum to his Bid. (Engineer) ACKNOWLEDGEMENT The undersigned acknowledges receipt of this Addendum and the Bid submitted is in accordance with information, instructions and stipulations set forth herein. Bidder: Insituform Technologies c. By. XX H. Douglas Thomas, V.P.-,Special Projects Date: May 8, 2007 Page 1 Insituform Technologies, Inc. Contractor 17988 Edison Avenue Street Address Chesterfield, MO 63005 City & State 636-530-8000 Telephone CONTRACT DOCUMENTS SANITARY SEWER IMPROVEMENTS FARMINGTON SEWER REHABILITATION PROJECT UNIT 1 AND UNIT 2 CITY OF FARMINGTON FOR FAYETTEVILLE,ARKANSAS PREPARED BY RJN GROUP INC. CONSULTING ENGINEERS DALLAS, TEXAS MARCH 2007 CONTRACT DOCUMENTS SANITARY SEWER IMPROVEMENTS FARMINGTON SEWER REHABILITATION PROJECT UNIT 1 AND UNIT 2 CITY OF FAYETTEVILLE FAYETTEVILLE, ARKANSASCZEGISTERED oMARCH 2007 I hereby state that these Contract Documents were prepared under ' my direct supervision and that I am a duly Registe Pr ional Engineer underthe laws of the S Thomas A. Har Date: % a 7 Registration No. 8589 CONTRACT DOCUMENTS FOR THE CITY OF FAYETTEVILLE SEWER SYSTEM IMPROVEMENTS TABLE OF CONTENTS TITLE SECTION Pages BIDDING DOCUMENTS A INVITATION TO BID INSTRUCTIONS TO BIDDERS* #BID # BID BOND # BONDING COMPANY INFORMATION #SUBCONTRACTORS # STATEMENT OF EXPERIENCE OF BIDDER # STATEMENT OF COMMITMENT # QUALIFICATION STATEMENT ' CONTRACTUAL DOCUMENTS B AGREEMENT ' ARKANSAS STATUTORY PERFORMANCE AND PAYMENT BOND MAINTENANCE BOND 1 CONDITIONS OF THE CONTRACT GENERAL CONDITIONS* C SUPPLEMENTARY CONDITIONS C 1 EPA SUPPLEMENTARY CONDITIONS (PINK SHEETS) PREVAILING WAGE RATE DETERMINATION SWPP CONSTRUCTION SITE NOTICE / NOI ' * Section has individual Table of Contents # Items to be included in bid package. 1-65 1-3 1-102 1-8 1-10 TABLE OF CONTENTS (Continued) TITLE SECTION Pages CONSTRUCTION FORMS D SUBMITTAL RECORD 1 PERIODIC PAYMENT FORMS 1-5 CHANGE ORDER 1-3 CONSTRUCTION LETTER I TREE REMOVAL REQUEST I SPECIFICATIONS DIVISION I - GENERAL REQUIREMENTS* DI DIVISION 2 -SITE WORK* D2 DIVISION 3 — CIPP SITE LOCATIONS D3 INSURANCE FORMS 4 E EASEMENT DOCUMENTS F 1-22 * Section has individual Table of Contents 4 Items to be included in bid package. L City of Fayetteville Fayetteville, Arkansas Invitation to Bid Bid 07-41, Farmington Sewer Rehabilitation - Unit 1 and Unit 2 Project Name: Sanitary Sewer Main Replacement and Rehabilitation Contract Name: Farmington Sewer Rehabilitation Project — Unit 1 and Unit 2 STAG Grant No.: XP -96606201 -STAG -6 ' Bid Deadline: May 08, 2007 Advertisement Dates: April 3, 2007 April 10, 2007 DESCRIPTION OF WORK OF THIS CONTRACT All properly licensed General Contractors, and all other properly licensed subcontractors or suppliers are invited to bid on a general construction contract. The Farmington Sewer Rehabilitation Project Contract provides for improvements to the sanitary sewer system in various locations of Farmington, Arkansas. Unit 1 of the project includes replacing 3,719 linear feet of sewer by open cut and point repairs at 66 locations. Unit 2 of the project includes the installation of 5,493 linear feet of cured -in-place lining as ' shown in exhibits 3001 to 3021 in Division 3 of these specifications. BID INFORMATION Separate sealed bids for Unit 1 (Open Cut and Point Repair portion) and Unit 2 (CIP Liner portion) bids will be received by the City of Fayetteville, Arkansas (the Owner) until 1:30 p.m., Central Standard Time (CST), May 8, 2007. Bids received after this time will not be accepted. The City of Fayetteville will not be held responsible for lost or misdirected bids. Bids will be opened and publicly read aloud immediately after specified closing time in Room 326 at 113 W. Mountain, Fayetteville, Arkansas. All interested ' parties are invited to attend. Bids must be received at the followine location by 1:30 PM, CST on May 8,2007: ' Purchasing Agent's Office (Room 306) at City Hall ' 113 West Mountain Street Fayetteville, Arkansas 72701 I City of Fayetteville Invitation to Bid Sanitary Sewer Improvements I 1 1 1] This document is designated as two (2) separate contracts (Unit 1 and Unit 2) and shall not be construed as being a single project. The proposal sections are provided as two (2) individual bids and are arranged in units to allow prospective bidders to submit bids on one unit or both units. Award of contract, if made, shall be to the responsive low bidders for each individual unit. if the contractor is the responsive low bidder on two units, then such units will be combined into a combined project with one single contract award. The major items of work on the above projects are: Unitl 3,719 LF - 8" Dia. Sanitary Sewer by Open Cut Replacement 66 EA - 6" Dia. and 8" Dia. Point Repair Replacements Unit2 5,493 — 6" Dia. and 8" Dia. Cured -in Place Liner Installation (Exhibits 3001-3021) Sealed envelopes or packages containing bids shall be marked or endorsed "Bid 07-41, Farmington Sewer Rehabilitation Project, Units 1 and 2" and the State of Arkansas Contractor's License Number shall be clearly marked on the outside of the envelope. Copies of the Bid Documents may be obtained for bidding purposes from RJN Group, Inc. at a purchase price of Two Hundred Dollars ($200.00) for each set [one (1) copy of Project Manual, one (1) set of Contract Drawings, and one (1) bid packet] of documents. Bid Documents may be obtained at the following Issuing Office: RJN Group, Inc. 12160 Abrams Road, Ste. 400 Dallas TX 75243 Phone: 972-437-4300; Fax: 972437-2707 Payment must be received prior to shipment of the Bid Documents. NO REFUND of payment will be made and no partial sets will be issued. No half-size or partial sets will be issued prior to bid opening. Bid documents may be examined at the following locations: McGraw Hill Construction Dodge/Little Rock Kroger Center, Redding Building 1701 Centerview Drive, Suite 1 10 ' Little Rock, AR 722114311 (501)225-9453; Fax (501)225-9534 City of Fayetteville 2 Invitation to Bid Sanitary Sewer Improvements McGraw Hill Construction Dodge/Springfield 3275 E. Ridgeview, Ste. B Springfield, MO 65804-4092 (417)883-6600; Fax (417)883-6607 McGraw Hill Construction Dodge/Dallas McGraw Hill Construction Dodge/Tulsa ' 9155 Sterling Drive, Suite 160 12101 E. 51" Street, Suite 105 Irving, TX 75063 Tulsa, OK 74146 (972)819-1400; Fax (972)819-1409 (918)307-1786; Fax (918)307-1788 ' Northwest Arkansas Planning Room Reed Construction Data 103-A Apple Blossom Road 30 Technology Pkwy, Ste. 100 Lowell, AR 72745 Norcross, GA 30092 ' (479)750-7704; Fax (479)750-7709 www.recdconstructiondata.com Southern Reprographics, Inc. ' 2905 Pointe Circle Fayetteville, AR 72703 (479)582-0022; Fax (479)582-4021 ' A non -mandatory pre-bid conference will be held on April 18, 2007 at 1:30 pm, CST at the Fayetteville City Hall, Room 326 at 113 W. Mountain in Fayetteville, Arkansas. All interested parties are encouraged ' to attend. Bidders shall be qualified to do business and licensed in accordance with all applicable laws of the state . and local governments where the Project is located. The City of Fayetteville will evaluate Bidders in ' accordance with the Instructions to Bidders. Bid security in the form of a certified or bank cashier's check or a Bid Bond in the amount of 5 percent of the Bid Amount shall accompany each Bid in accordance with the Instructions to Bidders. Upon award of a contract, a 100 percent performance and payment bond is required in the amount of the bid. Bids shall be in accordance with the Bid Documents. ' COMPLETION Completion time shall be as follows: ' The Work included in Unit I and Unit 2 shall be Substantially Completed within One Hundred Thirty (130) days after the date when the Contract Times commence to run as provided in the GENERAL CONDITIONS, and completed and ready for final payment in accordance with the GENERAL ' CONDITIONS within One Hundred Sixty (160) days after the date when the Contract Times commence to run. ADDrnONAL PROVISIONS The Bid shall be conditioned upon compliance with all applicable labor related requirements including the regulations and stipulations concerning equal employment opportunity, minority manpower utilization, ' 3 City of Fayetteville Invitation to Bid Sanitary Sewer Improvements ' affirmative action requirements, and minimum wage rates. The greater of the Arkansas Department of ' Labor Prevailing Wage Rate or the U. S. Department of Labor Prevailing Wage Rate shall establish the minimum wages to be paid to workers under this Contract. "Pursuant to Ark. Code Annotated 22-9-203, the City of Fayetteville encourages all qualified small, t minority and women business enterprises to bid on and receive contracts for goods, services, and construction. Also, City of Fayetteville encourages all general contractors to subcontract portions of their contract to qualified small, minority, and women business enterprises." OWNER'S RIGHT TO REJECT The City of Fayetteville (Owner) reserves the right to reject any or all Bids and to waive irregularities therein, and all Bidders shall agree that such rejection shall be without liability on the part of the City of Fayetteville for any damage or claim brought by any Bidder because of such rejections, nor shall the Bidders seek any recourse of any kind against the City of Fayetteville because of such rejections. The filing of any Bid in response to this invitation shall constitute an agreement of the Bidder to these conditions. AWARD OF CONTRACT Any contract or contracts awarded under this Invitation for Bids will be subject to the requirements of the USEPA State and Tribal Assistance Grant Program as described in the Contract Documents. OWNER CITY OF FAYETTEVILLE ' By Peggy Vice Title: Purchasing Manager U City of Fayetteville 4 Invitation to Bid Sanitary Sewer Improvements TABLE OF CONTENTS ' FOR INSTRUCTIONS TO BIDDERS ' SUBJECT PAGE A EXAMINATION OF SITE........................................................................................1 BEASEMENTS............................................................................................................I C EXAMINATION OF BIDDING DOCUMENTS......................................................I D INTERPRETATION OF CONTRACT DOCUMENTS............................................1 E MATERIAL SUBSTITUTION..................................................................................2 F APPROXIMATE QUANTITIES...............................................................................2 G PREPARATION OF BID...........................................................................................2 HSIGNING OF BID......................................................................................................3 IBID SECURITY.........................................................................................................3 J RETURN OF BID SECURITIES...............................................................................3 K AGREEMENT, BONDS, INSURANCE...................................................................3 L DESIGNATION OF SUBCONTRACTORS.............................................................4 ' M BID SUBMITTAL.....................................................................................................4 NWITHDRAWAL OF BID..........................................................................................4 O QUALIFICATION OF BIDDERS.............................................................................4 ' P DISQUALIFICATION OF BIDDERS.......................................................................5 QPENALTY FOR COLLUSION..................................................................................5 RLICENSE....................................................................................................................6 S PRECONSTRUCTION CONFERENCE...................................................................6 TBID OPENING...........................................................................................................6 U AWARD OF CONTRACT........................................................................................6 V EFFECTIVE DATE OF AWARD.............................................................................7 W EXECUTION OF AGREEMENT.............................................................................7 X FAILURE TO EXECUTE AGREEMENT AND FILE BONDS AND INSURANCE............................................................................................................7 Y PAYMENT FOR EXCESS COSTS AND LIQUIDATED DAMAGES...................8 Z COMMENCEMENT AND COMPLETION OF WORK..........................................8 AA INFORMATION NOT GUARANTEED...................................................................8 BB COVENANT AGAINST CONTINGENT FEES.......................................................9 ' CC GRATUITIES.............................................................................................................9 DD SUBCONTRACTS UNDER CONSTRUCTION CONTRACTS ...........................10 EE PREVAILING WAGE DETERMINATION...........................................................10 ' FF FREEDOM OF INFORMATION ACT...................................................................10 1 I u INSTRUCTIONS TO BIDDERS ' A. Examination of Site Before submitting his Bid, each prospective Bidder shall familiarize himself with the ' Work, the site where the Work is to be performed, local labor conditions and all laws, regulations, and other factors affecting performance of the Work. He shall carefully correlate his observations with the requirements of the Contract Documents and ' otherwise satisfy himself of the expense and difficulties attending performance of the Work. The submission of a Bid will constitute a representation of compliance by the Bidder. There will be no subsequent financial adjustment for lack of familiarization. 1 B. Easements ' Portions of the improvements under this project may involve construction on private ' property for which easements have been secured by the City of Farmington. Work performed on, or use of such easements, shall be subject to the provisions of the easement agreements on file and open to inspection in the office of the City of Farmington. ' C. Examination of Bidding Documents Each Bidder by making his Bid represents that he has read and understands the Bidding Documents. The Bidder shall include in his bid prices any and all costs that may be ' necessary to complete the work in accordance with the requirements of the Contract Documents. ID. Interpretation of Contract Documents Questions regarding documents, discrepancies, omissions, or intent of the Specifications or drawings shall be submitted in writing to the City of Fayetteville through the Engineer, at least ten days prior to opening of bids to provide time for issuing and forwarding an ' addendum. Any interpretation of the Contract Documents will be made only by addendum duly issued or delivered by the City of Fayetteville to each person receiving a set of documents. The City of Fayetteville will not be responsible for any other ' explanations or interpretations of the Contract Documents. ' E. Material Substitution ' Each Bidder shall base his Bid upon the materials and equipment as described in the Bidding Documents. The successful Contractor will not be allowed to make any substitutions on his own initiative, but in each instance will be required to obtain authorization from the City of Fayetteville before installing any work in variance with requirements of the Contract Documents. 1 Instructions to Bidders tCity of Fayetteville Sanitary Sewer Improvements INSTRUCTIONS TO BIDDERS (Cont.) ' F. Approximate Quantities On all items on which Bids are to be received on a unit price basis the quantities stated in ' the Bid will not be used in establishing final payment due the Contractor. The quantities stated, on which unit prices are invited, are approximate only. Bids will be compared on , the basis of number of units stated in the Bidding Schedule. Payment on the Contract on unit price items will be based on the actual number of units installed in the completed work. ' G. Preparation of Bid t All prospective bidders and proposed subcontractors on this contract must demonstrate that they have comparable experience in this type of work for their bid to be considered ' responsive. Each bidder and subcontractor must show evidence of having successfully completed a minimum of three sewer rehabilitation contracts with construction cost of at , least $1,000,000 each during the last three years. Bids submitted by prospective bidders who do not show demonstrated qualifications will , be considered nonresponsive and will be rejected. Only bids which are made out on the Bid Form included in this document will be ' considered. The Bid Form must not be separated from this document. Amounts are to be shown in both words and figures where indicated. In case of discrepancy between words and figures the words shall prevail, unless it clearly appears in City of Fayetteville's ' opinion that the words rather than the figures are in error. If any portion of the Bid is required to be given in unit prices and totals and a discrepancy exists between the unit pricetotals, the unit prices shall prevail, unless it clearly appears in City of Fayetteville's ' opinion that the unit prices rather than the total are in error. If a discrepancy exists between the total base Bid and the true sum of the individual Bid items, the true sum shall prevail. A Bid will be rejected if it does not contain a price for each and every item ' named in the bidding schedule. Bidders are warned against making any erasures or alterations of any kind, and Bids which contain omissions, erasures, conditions, alterations, or additions not called for may be rejected. If a deficiently prepared bid is not ' rejected, the City of Fayetteville may demand correction of any deficiency and award the Contract to .the bidder upon satisfactory compliance with the Instructions. ' I t Instructions to Bidders 2 City of Fayetteville ' 'Sanitary;Sewer Improvements ' INSTRUCTIONS TO BIDDERS (Cont.) H. Signing of Bid If the Bidder is a corporation, the legal name of the corporation shall be set forth together with the signature of the officer or officers authorized to sign contracts on behalf of the corporation. If Bidder is a co -partnership, the true name of the firm shall be set forth together with the signatures of all the partners. If Bidder is an individual, his signature ' shall be inscribed. If signature is by an agent, other than an officer of a corporation or a member of a partnership, a power of attorney must be on file with the City of Fayetteville prior to opening Bids or submitting Bids; otherwise,, the Bid may be regarded as irregular. 1 I. Bid Security No Bid will be considered unless accompanied by a Bid security as defined in the Invitation to Bid, as a guarantee that if the Bid is accepted the Bidder will execute the Agreement and file bonds and insurance as required by the Contract Documents within 10 days from the date of the award of the Contract. For the bid bond to be acceptable, the ' name of the surety company issuing said bond shall be licensed to do business in the State of Arkansas and shall be included on the current U.S. Treasury list of acceptable sureties, and the amount of the bond written by any one acceptable company shall not exceed the amount shown on the Treasury list for that company. ' J. Return of Bid Securities The security of the two lowest Bidders will be returned after the execution of the ' agreement with the successful Bidder and the approval of his bonds and insurance. The security of all other Bidders will be returned promptly after the Bids have been opened and reviewed by the City of Fayetteville. If all Bids are rejected the securities will be returned at the time of rejection. K. Agreement, Bonds, Insurance The attention of Bidders is specifically directed to the forms of agreement and bonds to be executed and types of insurance to be taken out in the event a contract award is made. 1 3 Instructions to Bidders ' City of Fayetteville Sanitary Sewer Improvements INSTRUCTIONS TO BIDDERS (Cont.) L. Designation of Subcontractors Each bidder shall list on the form included in these documents the names and addresses of all subcontractors who will perform work or labor or render service to the Bidder ' on or about the construction site in an amount in excess of five percent of the Bidder's total base Bid. Each Bidder shall show on the form the portion of the work to be done by each subcontractor. The Contractor shall be required to perform a minimum of thirty (30) ' percent of the contract amount with his own crews. M. Bid Submittal 1, Each Bid, properly signed, -together with the Bid security and all documents bound ' herewith, shall be enclosed in a sealed envelope addressed and entitled as specified in the Invitation to Bid and delivered to the office designated in the Invitation to Bid. 2. Each Bidder shall submit with his Bid one copy of Volume I of the Contract ' Documents with all Addendum and the "Subcontractors" form contained in this document. N. Withdrawal of Bid Any Bid may be withdrawn at any time prior to the hour fixed in the Invitation to Bid for the opening of Bids, provided that a request in writing, executed by the Bidder, or his duly authorized representative, for the withdrawal of such Bid is filed with the City of Fayetteville prior to the time specified for opening of Bids. The withdrawal of a Bid will not prejudice the right of a Bidder to file a new Bid. O. Qualification of Bidders It is the intention of the City.of.Fayetteville to award a Contract only to a Bidder who furnishes satisfactory evidence that he has the requisite experience and ability and that he has sufficient capital, facilities, and plant to enable him to prosecute the work successfully and promptly, and to complete the work within the time specified in the Contract Documents. 2. Each 'Bidder shall submit with his Bid the executed Bidder's "Statement of Experience" form, "Statement of Commitment", and "Qualification Statement" form contained in this document. I I 11 Instructionsto'Bidders 4 City of Fayetteville ' Sanitary Sewer,Improvements I i 1 INSTRUCTIONS TO BIDDERS (Cont.) The City of Fayetteville reserves the right to require the three lowest Bidders to file proof within seven (7) calendar days of the Bid opening of their ability to finance and execute the project. This proof shall include, but not be limited to, a financial statement certified by a CPA for the last three years, a list of equipment owned by Bidder, a backlog of jobs under contract and amounts, and a record of successful completion of similar projects. 4. The successful bidder shall conform to the Rules and Regulations of Arkansas ' Department of Finance and Administration concerning nonresident contractor's notice and bond requirements. 5. The prospective bidders must meet the statutorily prescribed requirements before Award of Contract by the City of Fayetteville. 6. In order to perform public work, the successful Bidder shall, as applicable, hold at time of Bid Opening, such Contractors and Business Licenses as required by State statutes and the Rules and Regulations of the Arkansas Contractor's Licensing Board. P. Disqualification of Bidders More than one Bid for the same work described in this document from an individual, firm or partnership, a corporation or an association under the same or different names, will not be considered. Reasonable grounds for believing that any bidder is interested in more than one Bid for the work contemplated will cause the rejection of all Bids in which such Bidder is interested. If there is reasonable grounds for believing that collusion exists among the Bidders, the Bids of the participants in such collusion will not be considered. Q. Penalty for Collusion If at any time it shall be found that the person, firm, or corporation to whom the Contract ' has been awarded has, in presenting any Bid or Bids, colluded with any other party or parties, then the Contract so awarded shall be null and void, and the Contractor and his sureties shall be liable to the City of Fayetteville for all loss or damage which the City of ' Fayetteville may suffer thereby, and the City of Fayetteville may advertise for new Bids for said work. 5 Instructions to Bidders ' City of Fayetteville Sanitary Sewer Improvements INSTRUCTIONS TO BIDDERS (Cont.) , R. License I Each Bidder shall possess state and local licenses as are required by law, and shall furnish satisfactory proof to the City of Fayetteville upon request that the licenses are in effect during'the entire period of the Contract. S. Preconstruction Conference I A preconstruction conference shall be held after the time of the Contract award and before the Notice to Proceed to discuss the responsibility of each party in the project and to clarify any questions. Representatives of the Contractor shall be required to attend the conference. , T. Bid Opening , Bids will be opened and the prices bid will be read aloud publicly at the time and place indicated in the Invitation to Bid. Bidders or their agents are invited ' to be present. All bids shall remain open for a period of 90 days after Bids are opened, but City of Fayetteville may, at its sole discretion, release any Bid and return the Bid security at any time prior to that date. ' U. Award of Contract , 1.. The City of Fayetteville shall award a contract to the Bidder whom, in the City of ' Fayetteville's judgement, is the lowest responsive, responsible Bidder. The City of Fayetteville reserves the right to reject all Bids, to waive informalities, and to reject nonconforming, nonresponsive, or conditional Bids. ' 2. In evaluating Bids, City of Fayetteville shall consider the qualifications of the Bidders whether or not the Bids comply with the prescribed requirements, and , alternatives and unit prices if requested in the Bid Form. City of Fayetteville may consider the qualifications and experience of subcontractors and other persons and organizations (including those who are to furnish the principal items of material or ' equipment), and may reject the Bid of any Bidder who does not pass any such evaluation to City of Fayetteville's satisfaction. 3. A responsive Bidder shall be one who has responded accurately to all requirements , of these Contract Documents and the preparation and submission of his Bid. If any alterations, erasures or changes are made to the printed Bid Form, the Bid shall be ' considered nonresponsive. i Instructions ,to Bidders 6 ;City of Fayetteville ' Sanitary,'SeweOinprovements I I I INSTRUCTIONS TO BIDDERS (Cont.) 4. The City of Fayetteville reserves the right to accept and incorporate corrections, clarifications or modifications following bid opening when to do so would not, in the City of Fayetteville's opinion, prejudice the bidding process or create any improper advantage to any bidder; and to waive irregularities and informalities in any proposal submitted or in the bidding process; provided, however, that the waiver of any prior defect or informality shall not be considered a waiver of any future or similar defects or informalities and bidders should not rely upon, or anticipate, such waivers in submitting their proposals. 5. If the Contract is awarded, City of Fayetteville shall give the apparent successful Bidder a Notice to Proceed within ten (10) days after council approval. IV. Effective Date of Award ' If a Contract is awarded by the City of Fayetteville, such award shall be effective when formal notice of such award, signed by the authorized representative of the City of Fayetteville, has been delivered to the intended awardee, by some officer or agent of the City of Fayetteville duly authorized to give such notice or received by mail at the main business address shown on his Bid. W. Execution of Agreement ' Contractor shall deliver a signed Contract to the City of Fayetteville within seven days of bid opening. Contractor must submit required bonds and insurance within ten days of Notice of Award by the City. Effective date of bonds shall be the same or later than the ' date of Agreement. The City of Fayetteville will within ten days from receipt of acceptable Performance Bonds and Agreement (signed by Contractor) sign the Agreement and return to the Contractor an executed duplicate of the Agreement. X. Failure to Execute Agreement and File Bonds and Insurance Failure of a successful Bidder to execute the Agreement and file required bonds and insurance within the required time shall be just cause for the annulment of the awards. On failure of a successful Bidder to execute the Agreement and file the required bonds and insurance within the required time, he shall forfeit his Bid security as agreed hereinbefore. Upon annulment of an award as aforesaid, the City of Fayetteville may then award a Contract to the next lowest responsible Bidder. 7 Instructions to Bidders ' City of Fayetteville Sanitary Sewer Improvements LI INSTRUCTIONS TO BIDDERS (Cont.) ' Y. Payment for Excess Costs and Liquidated Damages ' The successful Contractor will be required to pay for excess cost of field engineering and inspection and liquidated damages as defined in the General Conditions of the Contract, if extensions of time are not granted by City of Fayetteville because of avoidable delays as defined in the General Conditions of the Contract. Z. Commencement and Completion of Work The Notice to Proceed shall be issued within ten days of the execution of the Agreement , by.the City of Fayetteville. The successful Bidder shall commence work within ten calendar days from and after the issuance by the City of Fayetteville of a written Notice to Proceed, shall substantially complete all work in accordance with the terms and conditions of the Contract , Documents no later than 130 calendar days from Notice to Proceed, and shall complete all work in accordance with the terms and conditions of the Contract Documents no later than 160 calendar days from Notice to Proceed. The Notice to Proceed will be issued , after receipt of acceptable insurance, bonds, and other required items. AA. Information Not Guaranteed 1 I . All information given on the Drawings or in the other Contract Documents relating ' to subsurface and other conditions, natural phenomena, existing pipes, and other structures is from the best sources at present available to the City of Fayetteville. All such information is furnished only for the information and convenience of ' bidders and is not guaranteed. 2. It is agreed and understood that the City of Fayetteville neither warrants nor ' guarantees that the subsurface or other conditions, natural phenomena, existing pipes or other structures encountered during construction will be the same as those indicated on the Drawings or in the other Contract Documents. 3. It is agreed further and understood that no bidders or contractors shall use or be ' entitled to use any of the information made available to him or obtained in any examination made by him in any manner as a basis of or ground for any claim or demand against the City of Fayetteville or the Engineer, arising from or by reason , of any variance which may exist between the information made available and the actual subsurface or other conditions, natural phenomena, existing pipes or other structures actually encountered during the construction work, except as may , otherwise be expressly provided for in the Contract Documents. Instructions to Bidders 8 City of Fayettevill.e , .Sanitary Sewer•Improvements BB. INSTRUCTIONS TO BIDDERS (Cont.) Covenant Against Contingent Fees The contractor warrants that no person or selling agency has been employed or retained to solicit or secure this contract upon an agreement or understanding for a commission, percentage, brokerage, or contingent fee. For breach or violation of this warranty, the City of Fayetteville shall have the right to annul this contract without liability or in its discretion to deduct from the contract price or consideration, or otherwise recover, the full amount of such commission, percentage, brokerage, or contingent fee. ' CC. Gratuities I I 11 1 I The City of Fayetteville may, by written notice to the contractor, terminate the right of the contractor to proceed under this contract if it is found, after notice and hearing, by the City of Fayetteville that gratuities (in the form of entertainment, gifts, or otherwise) were offered or given by the contractor or any agent or representative of contractor, to any official or employee of the City of Fayetteville with a view toward securing a contract or securing favorable treatment with respect to the awarding or amending, or the making of any determinations with respect to the performance of this contract: Provided, that if the existence of the facts upon which the City of Fayetteville makes such findings are in issue, they may be reviewed in proceedings pursuant to Article 30 (Arbitration) of the General Conditions of this contract. 2. In the event this contract is terminated as provided in the paragraph (1) above, the City of Fayetteville shall be entitled: a) to pursue the same remedies against the contractor as it could pursue in the event of a breach of the contract by the contractor, and b) as a penalty in addition to any other damages to which it may be entitled by law, to exemplary damages in an amount (as determined by the City of Fayetteville) which shall be not less than three nor more than ten times the costs incurred by the contractor of providing any such gratuities to any such officer or employee. 3. The rights and remedies of the City of Fayetteville provided in this clause shall not be exclusive and are in additions to any rights and remedies provided by law or under this contract. 9 Instructions to Bidders City of Fayetteville Sanitary Sewer Improvements INSTRUCTIONS TO BIDDERS (Cont.) DD. Subcontracts Under Construction Contracts The award or execution of all subcontracts by a prime contractor and the procurement and negotiation procedures used by such prime contractor in awarding or executing such subcontracts shall comply with: All provisions of State and local law; 2. All provisions of these General Conditions with respect to fraud and other unlawful or corrupt practices; and 3. All provisions of these General Conditions with respect to access to facilities and records and audit of records. EE. Prevailing Wage Determination This Determination is included in these Contract Documents and is a part thereof. The Contractor shall post this Determination at the job site in a prominent and easily accessible place. FF. Freedom of Information Act City contracts and documents prepared while performing city contractual work are subject to the Arkansas Freedom of Information Act. if a Freedom of Information Act is presented to the City of Fayetteville, the (contractor) will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. '25-19-101 et. seq.). Only legally authorized photocopying costs pursuant to the FOIA may assessed for this compliance. Instructions to Bidders City of Fayetteville Sanitary Sewer Improvements 10 1 I 1 1 1 1 11 I TO BIDDERS (Cont.) Bidder has examined and carefully studied the Bid Documents, and the following Addenda, receipt of all which is hereby acknowledged: Number Date Aclnowled No. 1 Anri130.2007 --1 No. 2 May 3,2007✓� Addendum I ] ] Instructions to Bidders City of Fayetteville Sanitary Sewer Improvements BID SUMMARY —UNIT I wOPEN CUT CONSTRUCTION OF $ Iva—`^ff SANITARY SEWERS 7 '� ' SUBTOTAL POINT REPAIRS $ /fir �{�� / TOTAL $ [ V 0 (IN WRITING) It is understood and agreed by the undersigned that the City of Fayetteville reserves the unrestricted privilege to reject any or all the foregoing unit prices in this paragraph which ' it may consider excessive or unreasonable, or to accept any or all of them as unit prices applicable in the event additions to or deduction from the work to be performed on this project are ordered by the City of Fayetteville. Rejection at any time of such Unit Prices for Construction changes shall not otherwise affect the balance of the Bid or Construction Contract. The selection of the lowest bid shall be based on the total amount bid. 1 I i Unit 1 (29) Addendum 2 City of Fayetteville Sanitary Sewer Improvements I �I F 1 CITY OF FAYETTEVILLE, AR UNIT 2 BID FARMINGTON SEWER REHABILITATION PROJECT Name of Bidder: Insituform Technolgies, Inc. Business Address: 17988 Edison Avenue Chesterfield, MO 63005 Phone No: 636-530-8000 To: The City of Fayetteville, AR The undersigned, as Bidder, declares that the only person or parties interested in this Bid as principals are those named herein; that this Bid is made without collusion with any person, firm or corporation; that he has carefully examined the location of the proposed work, the proposed forms of Agreement and Bonds, and the Contract Drawings and Specifications for the above designated work, all other documents referred to or mentioned in the Contract Documents, the Contract Drawings and Specifications, including Addenda Nos. 1 2, and issued thereto; and he proposes and agrees if this bid is accepted that he will contract with the City of Fayetteville, AR, in the form of the copy of the Agreement included in these Contract Documents, to provide all necessary machinery, tools, apparatus, and other means of construction, including utility and transportation services necessary to do all the work and furnish all materials and equipment specified or referred to in the Contract Documents, in the manner and time therein prescribed and according to the requirements of the City of Fayetteville, AR as therein set forth to furnish the Contractor's Bonds and Insurance, and to do all other things required of the Contractor by the Contract Documents, and that he will take in full payment therefor the sums set forth in the following Bid Schedule. PROJECT LOCATIONS CAN BE FOUND IN THE BACK OF THE CONTRACT DOCUMENTS. ' I. BID SCHEDULE Bidder agrees to perform all the work described in the Contract Document for the following unit prices. Note: Bids shall include sales tax and all other applicable taxes. Unit 2 (1) Addendum 2 City of Fayetteville Sanitary Sewer Improvements CURED -IN-PLACE LINING OF SANITARY SEWERS PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 3001 1 LS 300 LF of 6" Trenchless Rehabilitation of Sanitary Sewer by CIPP Lining, Complete in Place for the sum of Nine Thousand One Hundred Fifty Dollars & No Cents per LS 3002 1 LS 250 LF of 6" Trenchless Rehabilitation of Sanitary Sewer by CIPP Lining, Complete in Place for the sum of: Seven Thousand Six Hundred Twenty -Five Dollars & No Cents per LS 3003 1 LS 360 LF of 6" Trenchless Rehabilitation of Sanitary Sewer by CIPP Lining, Complete in Place for the sum of: Ten Thousand Nine Hundred Eighty Dollars & No Cents per LS Unit 2 (2) Addendum 2 $ 9.150.50 $ 91150.00 $ 71625.00 $ 7,625.00 $ 10,980.00 $ 10.980.00 City of Fayetteville Sanitary Sewer Improvements PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 3004 1 LS 376 LF of 6" Trenchless Rehabilitation of Sanitary Sewer by CIPP Lining, Complete in Place for the sum of: Eleven Thousand Four Hundred Sixty -Eight Dollars & No Cents per LS $ 119468.00 $ 11,468.00 3005 1 LS 368 LF of 6" Trenchless Rehabilitation of Sanitary Sewer by CIPP Lining, Complete in Place for the sum of: Eleven Thousand Two Hundred Twenty -Four Dollars & No Cents per LS $ 11,224.00 $ 11,224.00 3006 1 LS 395 LF of 6" Trenchless Rehabilitation of Sanitary Sewer by CIPP Lining, Complete in Place for the sum of: Twelve Thousand Forty -Seven Dollars & Fifty Cents per LS $ 12,047.50 $ 12,047.50 Unit 2 (3) Addendum 2 City of Fayetteville Sanitary Sewer Improvements PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 3007 1 LS 198 LF of 6" Trenchless Rehabilitation of Sanitary Sewer by CIDP Lining, Complete in Place for the sum of: Six Thousand Thirty -Nine Dollars & No Cents per LS $ 6,039.00 $ 61039.00 3008 1 LS 165 LF of 6" Trenchless Rehabilitation of Sanitary Sewer by CIPP Lining, Complete in Place for the sum of: Five Thousand Thirty -Two Dollars & Fifty Cents per LS $ 5,032.50 $ 5,032.50 3009 1 LS 367 LF of 6" Trenchless Rehabilitation of Sanitary Sewer by CIDP Lining, Complete in Place for the sum of: Eleven Thousand One Hundred Ninety -Three Dollars & Fifty Cents per LS $ 11,193.50 $ 11,193.50 Unit 2 (4) Addendum 2 City of Fayetteville Sanitary Sewer Improvements PAY APPROXIMATE DESCRIPTION OF ITEMS WITH ITEM QUANTITY BID PRICES WRITTEN IN WORDS 3010 1 LS 344 LF of 6" Trenchless Rehabilitation of Sanitary Sewer by CIDP Lining, Complete in Place for the sum of: Ten Thousand Four Hundred Ninety -Two Dollars & No Cents per LS 3011 1 LS 333 LF of 6" Trenchless Rehabilitation of Sanitary Sewer by CIPP Lining, Complete in Place for the sum of: Ten Thousand One Hundred Fifty -Six Dollars & Fifty Cents per LS 3012 1 LS 247 LF of 6" Trenchless Rehabilitation of Sanitary Sewer by CIDP Lining, Complete in Place for the sum of: Seven Thousand Five Hundred Thirty -Three Dollars & Fifty Cents per LS Unit 2 (5) Addendum 2 UNIT AMOUNT PRICE BID $ 10,492.00 $ 10,492.00 S 10,156.50 $ 10,156.50 $ 79533.50 $ 7,533.50 City of Fayetteville Sanitary Sewer Improvements PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 3013 1 LS 248 LF of 6" Trenchless Rehabilitation of Sanitary Sewer by CIPP Lining, Complete in Place for the sum of: Seven Thousand Five Hundred Sixty -Four Dollars & No Cents per LS $ 74564.00 $ 7,564.00 3014 1 LS 372 LF of 6" Trenchless Rehabilitation of Sanitary Sewer by CIDP Lining, Complete in Place for the sum of: Eleven Thousand Three Hundred Forty -Six Dollars & No Cents per LS $ 11,346.00 $ 11,346.00 3015 1 LS 317 LF of 6" Trenchless Rehabilitation of Sanitary Sewer by CIPP Lining, Complete in Place for the sum of: Nine Thousand Six Hundred Sixty -Eight Dollars & Fifty Cents per LS $ 9,668.50 $ 9,668.50 Unit 2 (6) Addendum 2 City of Fayetteville Sanitary Sewer Improvements PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 3016 1 LS 275 LF of 6" Trenchless Rehabilitation of Sanitary Sewer by CIDP Lining, Complete in Place for the sum of Eight Thousand Three Hundred Eighty -Seven Dollars & Fifty Cents per LS $ 8387.50 $ 8,387.50 3017 1 LS 55 LF of 6" Trenchless Rehabilitation of Sanitary Sewer by CIDP Lining, Complete in Place for the sum of: One Thousand Six Hundred Seventy -Seven Dollars & Fifty Cents per LS $ 1,677.50 $ 19677.50 3018 1 LS 197 LF of 6" Trenchless Rehabilitation of Sanitary Sewer by CIDP Lining, Complete in Place for the sum of: Six Thousand Eight Dollars & Fifty Cents per LS $ 6,008.50 $ 6,008.50 Unit 2 (7) Addendum 2 City of Fayetteville Sanitary Sewer Improvements PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 3019 1 LS 274 LF of 6" Trenchless Rehabilitation of Sanitary Sewer by CIPP Lining, Complete in Place for the sum of: Eight Thousand Three Hundred Fifty -Seven Dollars & No Cents per LS $ 8.357.00 $ 8,357.00 3020 1 LS 104 LF of 8" Trenchless Rehabilitation of Sanitary Sewer by CIPP Lining, Complete in Place for the sum of: Four Thousand Three Hundred Sixty -Eight Dollars & No Cents per LS $ 4,368.00 $ 4,368.00 3021 1 LS 123 LF of 8" Trenchless Rehabilitation of Sanitary Sewer by CIPP Lining, Complete in Place for the sum of: Five Thousand One Hundred Sixty -Six Dollars & No Cents per LS $ 5,166.00 $ 5,166.00 Unit 2 (8) Addendum 2 City of Fayetteville Sanitary Sewer Improvements I 1 H I I J 1 1 1 I PAY APPROXIMATE DESCRIPTION OF ITEMS WITH ITEM QUANTITY BID PRICES WRITTEN IN WORDS 3022 67 EA Internal Reinstatement of Service Lateral, Complete in Place for the sum of: Fifty Dollars & Cents per EA UNIT AMOUNT PRICE BID $ 50.00 $ 3,350.00 SUBTOTAL CIDP LINING OF SANITARY $178,834.50 SEWERS One Hundred Seventy Eight Thousand Eight Hundred Thirty -Four Dollars and Fifty Cents (IN WRITING) BID SUMMARY — UNIT 2 CURED -IN-PLACE LINING OF $178,834.50 SANITARY SEWERS TOTAL One Hundred Seventy Eight Thousand Eight Hundred Thirty -Four Dollars and Fifty Cents (IN WRITING) It is understood and agreed by the undersigned that the City of Fayetteville reserves the unrestricted privilege to reject any or all the foregoing unit prices in this paragraph which it may consider excessive or unreasonable, or to accept any or all of them as unit prices applicable in the event additions to or deduction from the work to be performed on this project are ordered by the City of Fayetteville. Rejection at anytime of such Unit Prices for Construction changes shall not otherwise affect the balance of the Bid or Construction Contract. The selection of the lowest bid shall be based on the total amount bid. Unit 2 (9) Addendum 2 City of Fayetteville Sanitary Sewer Improvements tII. BID CONDITIONS It is expressly understood and agreed that the preceding total Bid is the basis for establishing the amount of the Bid security on this Bid for Farmington Sewer Rehabilitation Project for the City of Fayetteville, AR, and that this total Bid is not to be construed to be a Lump Sum Bid. It is further understood that quantities in the bidding schedule for unit price items are approximate only, and that payment of a Contract will be made only on the actual quantities of ' work completed in place, measured on the basis defined in the General Conditions, . Specifications, or other Contract Documents. ' There shall be no measurement or separate payment for any items not listed and all costs pertaining thereto shall be included in the unit prices for other items listed in the Proposal. The undersigned has carefully checked the above bidding schedule against the Contract Drawings, Specifications, and other Contract Documents before preparing this Bid and accepts the said quantities to be substantially correct, both as to classification and amount, and as ' correctly listing the complete work to be done in accordance with the Contract Drawings, Specifications, and other Contract Documents. If this Bid is accepted and the undersigned shall fail to contract as aforesaid and to give the Arkansas Statutory Performance and Payment Bond, and Maintenance Bond required by the ' Conditions of Contract or by law, and to provide all insurance as required by the Contract Documents within ten (10) days after the date of the notice of award of the Contract, the City of Fayetteville may, at its option, determine that the Bidder has abandoned his Contract, and thereupon this proposal and the acceptance thereof shall be null and void, and the forfeiture of such security accompanying this proposal shall operate and the same shall be the property of the City of Fayetteville as liquidated damages. The undersigned agrees to fully complete all work covered by this Bid to the point of substantial completion no later than 130 calendar days from Notice to Proceed. The undersigned further ' agrees to fully complete all work covered by this Bid to the point of final acceptance by the City of Fayetteville no later than 160 calendar days from Notice to Proceed. If the undersigned fails to complete the work within the contract time, or extension of time granted by the City of 1 Fayetteville for unavoidable delays, then the undersigned shall pay to the City of Fayetteville liquidated damages for each calendar day beyond the day stipulated in the Contract Documents. k, r 1 Unit 2 (10) Addendum 2 City of Fayetteville Sanitary Sewer Improvements I 11 I I I By submission of this Bid, the undersigned certifies, and in the case of a joint bid, each party thereto certifies as to his own organization, that in connection with the proposal: A. The prices in the proposal have been arrived at independently, without consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or with any competitor; B. Unless otherwise required by law, the prices which have been quoted in the bid have not knowingly been disclosed by the Bidder prior to opening, directly or indirectly to any other Bidder or to any competitor; and, No attempt has been made or will be made by the Bidder to induce any other person or IC. firm to submit or not submit a bid for the purpose of restricting competition. I I I LI I I I I I I I I I D. He is the person in the Bidder's organization responsible within that organization for the decision as to the prices being bid and shall also certify that he has not participated, and will not participate in any action contrary to Paragraphs A through C above. E. He is not the person in the Bidder's organization responsible within that organization for the decision as to the prices being bid but that he has been authorized to act as agent for the persons responsible for such decision in certifying that such persons have not participated, and will not participate, in any action contrary to Paragraphs A through C above, and as their agent shall so certify; and shall also certify that he has not participated, and will not participate in any action contrary to Paragraphs A through C above. Unit 2 (11) Addendum 2 City of Fayetteville Sanitary Sewer Improvements III. BID SECURITY Accompanying this Bid is a Bid Bond in the amount of Five Percent (5%). Note: The total amount of Bid security shall be based on the Total Bid of this Contract. IV. BIDDER'S SIGNATURE Accompanying this Bid is a Bid Bond in the amount of Five Percent of the Amount Bid Dollars. ($ 5% of Amount Bid) Note: The total amount of Bid security shall be based on the Total Bid of this Contract. IV. BIDDER'S SIGNATURE A. An Individual N/A By (Individual's Name) doing business Business address: Phone No.: B. A Partnership N/A By Business address: Phone (Firm Name) (General Partner) (SEAL) Unit 2 (12) Addendum 2 City of Fayetteville Sanitary Sewer Improvements k 1 F I .1 d I C. A Corporation By Insituform Technologies, Inc. (Corporation Name) Delaware (State of By %.4, H. Douglas Thomas(Name ofYerson Authorized to .. Vice President, Special Projects (Title) (Corporate Seal) f� _ (2 - Business address: 17988 Edison Avenue Chesterfield, MO 63005 Phone No.: 636-530-8000 D. A Joint Venture N/A M 0 (Name) (Address) (Name) (Address) )Contracting S Attesting Officer h joint venturer must sign. The manner of signing for each individual, partnership and 1;rporation that is a party to the joint venture should be in the manner indicated above). bscribed and swom to beforeme this 8th day of May 2007, A5 Sod Notary stab � Ntseaal SL LO* ICMswgMey� 792M � Issbn i 0692918/ Unit 2 (13) Addendum 2 City of Fayetteville Sanitary Sewer Improvements BID BOND 1 KNOW ALL MEN BY THESE PRESENTS, That we Technologies, Inc. 17988 discn Ay-eme. Chesterfield, MO 63005 (hereinafter called the Principal) and Travelers Casualty and Surety canpany of America One Towel Square, Hartford, CT 06183-9079 ' (hereinafter called the Surety), a corporation chartered and existing under the laws of the State of Cn Mecticut with its principal office in the City of Hartford and authorized to do business in the State of Arkansas are held and firmly bound unto the City of Fayetteville, AR, in the full and just sum of Five Percent of the Amount Bid r Dollars ($ 58 of bid ) good and lawful money of the United States of America,to be paid upon.demand of the City of.Fayetteville, to which payment well and truly to be.made, the Principal and the Surety bind themselves, their heirs, executors, administrators, and 1 assigns; jointly and severally and firmly by the presents. =Y v" :.:,WHEREAS, the Principal is about to submit, or has submitted to the City of Fayetteville, a Bid "%r furnishing all labor, materials, equipment and incidentals necessary to perform, as described a'4 :these Contract Documents, Farmington Sewer Rehabilitation Project, Unit 2 Bid 07-41 STAG Grant No. XP-96606201-STAG-6 WFIEREAS, the Contractor desires to file this bond in accordance with law, in lieu of a certified ' bl'ddet's cheek otherwise required to accompany this Bid ;: . OW, THEREFORE: The conditions of this obligation are such that if the Bid is accepted, the cipal shall, within ten (10) days after the date of receipt of.a written notice of award of nL*act, execute a contract in accordance with the Bid and upon the terms, conditions and 'e(g) set forth therein, of form and manner required by the City of Fayetteville, and execute a tient and.satisfactory contract Performance Bond, Labor and Material Bond, and ' $intenance Bond, eachpayable to the City of Fayetteville, in an amount of One Hundred icpnt (10(r) of the total Contract price in form and with security satisfactory to said City of "tEeville, then this obligation to be void; otherwise to be and remain in full force and virtue in 'land the Surety shall, upon failure of the Principal to comply with any or all of the foregoing nts within the time specified above, immediately pay to the aforesaid City of ettpville, upon demand, the amount hereof in good and lawful money of the United States of ca not as a penalty but as liquidated damages. companies executing Bonds must hold Certificates of Authority as Acceptable Sureties, €=appear on the Treasury Department's most current list "AA" Rating or better) (Circular 570' bled), and be authorized to transact business in the State of Arkansas. Bid Bond City of Fayetteville Sanitary Sewer Improvements �F TAI TESTIMONY THEREOF, the Principal and Surety have caused these presents to be duly signed and sealed this 8 day of May 2002. Insituform Technologies, Inc, Principal BY /✓ �� ��� H.. Douglas'Thomas, (Seal)Vice•.President; Special Projects Travers Casua$ty'and Surety Caapany of America a Surety 4 , Andrew P. (Seal). Attorney -In -Fact Coumtersigned ; Co. 7 Caroline A. Cory local Resident Producing Agent for Rebsamen Insurance. 1500 Riverf*�t Dr; ve Little Rock, AR 72202 Sewer Improvements F1 . .. .. .�.. I / � . seof Missouri County aSt. U6 . On May8,207 before me, .Alm Public in and for said County and State, resiA&+=ein, duly � T commissioned and __,P_�§��\ Anaw£z_e kno_e�@&A_ey in Fact ez _Rn� Casualty _a S_« Company ofA_ria U corporationa �� % that , \executed U within and tregoin/instrument, and known to me to be the person who executed U said instrument 5behalf asaid corporation, and & duly acknowledged mme that such corporation �EkU,_� /7�t. . .. � \ .N wrrNEss WHEREOF - stated in thiscertificate a�a......... Jug N P. WEBFA \! \ ^ Ion/ .: . l ƒJu ine P. WeberNotary Public l % y 46ya. I WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER TRAVELERS POWER OF ATTORNEY Farmington Casualty Company SL Paul Guardian Insurance Company Fidelity and Guaranty Insurance Company St. Paul Mercury Insurance Company ' Fidelity and Guaranty Insurance Underwriters, Inc. 7Yavelers Casually and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company of America SL Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company ' pttomey-In Fact No. 218407 Certificate No.0 015 53 9 5 0 , ' r',':KNOW ALL MEN BY THESE PRESENTS: That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York, that SL Paul F ::Fuc and Maria insurance Company, St. Paul Guardian Insurance Company and SL Paul Mercury Insurance Company are corporations duly organized under the laws the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are ¢iorpoiations duly organized under the laws of the State of Connecticut, that United Stites Fidelity and Guaranty Company is a corporation duly organized under the ' §Taws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and avanty insurance Underwriters, Inc. is a corporation duly organized under the laws of the Slate of Wisconsin (bme!n collectively called the "Companies'), and that 11' ;tlti Companiesdo hereby make, constitute and appoint �ititdraw P. Thorne, Dena A. Dragoy, Justine P. Weber, Kristen L Lucas, Anne M. Gliedt, Stephanie L Mannikin, Peter J. Malts, and Helen A Antoine 1 ;.d c o the City of Chesterfield . State of Missouri , their We and lawful Aaomey(s}in-Fact, _ ju:ih r separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognisances, conditional undertakings and ' .;.vin=p obligatory in the nature thereof on behalf of the Companies in cher sytess of aranteeing the fidelity of persons, guaranteeing the performance of - kis and executing or guaranteeing bonds and undertakings required or m ons or cedings allowed by law. Q0 '- APnWHEREOF, the CompanZtrs hpve caused this inspam�itgtdbe ygn d 3rd 11U f �� ic� �te uals to be hereto affixed, this ��. Farmington Casualty CP �j'y' �®� t1SL Paul Guardian Insurance Company i Fidelity and Guaranty 3a paper®9 SL Paw Mercury Ivsorance Company Fidelity and Guaranty 1 Underwn ers, Inc. Travelers Casualty and Surety Company ���'• . Seaboard Surety Company Travelers Casualty and Surely Company of America St. Paw Fire and Marine Insurance Company United States Fidelity and Guaranty Company 1 SON OF/Q41 1927 calls1951 '.res:, sear. i caw g 7977 O :� Of O O ectiNt By: oral -as. A�e ampsOa. 'm ice President 3rd �y of April 2O07 before me personalty appeared George W. Thompson, who acknowledged the Senior Vice President of F•anulngton Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Surety Company, St. Paw Fuc and Marine Insurance Company, SL Paw Guardian Insurance Company, SL Pont Memny insurance Company, Travelers a¢dSurety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being to do, executed the foregoing instmme n for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized offices Ix;aTA^.I. s _ t I hereunto set my band and official sell. � W sem/" C . �./ o expires the 30th day of June, 2011. # # rp * Marie c Tetremie Notary Public 'ad in U.S.A. . WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER 1 11 I 1 �.J 1 1 1 11 I RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice Resident, any Vice President. arty Second Vice President. the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and rosy give such appointee such authority as his or bei certificate of authority may prescribe to sign with the Company's time and seal with die Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers in the Board of Directors at any time may remove any such appointee and revoke the power given him or her, and it is FURTHER RESOLVED, that the Chairman, the Resident, any Vice Chairman, any Executive Vice Resident. any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, mcognixanee, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President. any Senior Vice Resident or any Vice Resident, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary oc my Assistant Secretary and duly attested and sealed with the .• Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attomeys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or thew certificates of authority or by one m mom Company officers pursuant to a written delegation of authority; and it it FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice Resident, arty Vice President any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to ant certificate relating thereto appointing Resident Vice Residents, Resident Assistant Secretaries or Anomeys-in-Fact for purposes only of executing and attesting bard; and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shad be valid and binding upon the Company and any such power so executed and certified by such facsimile signature end facsimile seal shall be valid and binding on th, Company in the futbre with respect to any bond or understanding to which it is attached. 1, Kori M. Johanson, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty la ni ance Company, Fidelity and Gmam ity Insurano Underwriters, Inc., Seaboard Surety Company, St. Paul Fuc and Marine Insurance Compact , SL Paul Guardian Insurance Company. St. Paul Mercury liummoe Company, Travelers Casualty and Surety Company. Travelers Casualty and S mpAmeriSaeand United States Fidelity and Guaranty Company do haeb. certify that the above and foregoing is ae and correct copy of the PE$` NiWCCompam". which is in Poll force and effect and has no[ has w revoked. IN TESTIMONY WHEREOF, I have hereunto sea my hand a> §x .d ifils a aes this 8 day of May —.20 Kori M. JoAssistant Secretary UaWt j 4/EIl err 'oil ,ra&' nrq 4 C11%. No s g fawgsq s ? F Tb verify the authenticity of this Power of Attorney, call 1-800-021-3880 or contact us at www.stpaultravelersbond.com. Please refer to the Attomey-In-Fact numbe j; the above-named individuals and the details of the bond to which the power is attached- OF ttached OF ATTORNEY IS BONDING COMPANY INFORMATION The following person, firm, or corporation has agreed to execute the required payment and performance bonds in the event this contract is awarded to the bidder. Name of Surety: Travelers Casualty and Surety Company of America Mailing Address: One Tower Square City, State, Zip: Hartford, CT 06183-9079 Telephone Number: 800-421-3880 Date: May 8, 2007 Is surety authorized to operate in Arkansas? Yes Is surety aware of size of project? Yes Does surety have adequate authorization and resources to cover bonds for the amount of this contract? YAQ Rating from U.S. Treasury List A+ IX Project: Farmington Sewer Rehabilitation Project Unit 1 and Unit 2 Owner: City of Fayetteville, Arkansas Insituform Technologies, Inc, Name of Bidder Bonding Company Information City of Fayetteville 1 Sanitary Sewer Improvements SUBCONTRACTORS List of Maior Subcontractors The Bidder expressly agrees that: 1. if awarded a Contract as a result of this Bid, the major subcontractors used in the prosecution of the work will be those listed below, and 2. The following list includes all subcontractors who will perform work on this contract. 3. The Bidder represents that the subcontractors listed below are financially responsible and are qualified to perform the work required. Category Name of Subcontractor Address Meets Oualifications -TV 6 Clean Arkansas Clean b.TV Litt a Rocndy Lane Little Rock, AR 72204 Yes Subcontractors City of Fayetteville I Sanitary Sewer Improvements STATEMENT OF EXPERIENCE OF BIDDER The Bidder shall state below the work of similar magnitude or character which he has done, and shall give reference to his experience, skill and business standing and of his ability to conduct the work as completely and as rapidly as required under the terms of the contract. References shall include the name and telephone number of the project representative to be contacted. Project Name # of Contract Class of Date Name & Address & Location LF Amount Work Completed of Owner SEE ATTACHED LIST 1 Statement of Experience City of Fayetteville Sanitary Sewer Improvements ' E m I o o 0 o � c 0 1 m U z z F J j J H F w m k N $ O 2 1 N N Y O a z U � � T O Q m O 00 N 2 3 Z 2 0 m a W K � a F mry �07e mu M - mV ' x w 1 xu i Um zOm�mQ N LLQ mo m gQm �w >O LLOjW� I •O mo Z mLL N UJy N� �[_�= a wm "r a gQ< .. W mw awo V 2 i�� a s NN ^ I m0 ei u C m N f 3m2 N I mN N f Wa N F j U�U(=/1 N Cq 46 O f N O J Q m W q v E LL ' C U i i i i i i 22Zi i f i 'i f 2 f F f l C 1 O I I m I a .2 i i i i i i z i i z i i i z _ z z z i i i i i i z z iN ' 1 m m m I m m a aaoasssa 000aasaoiasos000s:asssasassaasoaas Q LL LL LL LL LL LL LL LL LL LL LL LL LL LL ix: U: LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL J J J J J J J J J J J J J J J `-i J J J J J J J: J J m ry 0 0 0 0 O O n O m N� 0 0 0 0 0 0 m > J ry c z m N m 4 Iui U N z (7 y w W a z z w Z C O H ~ Z ~ O F F LLO w F O 1- m0 w O ? ui g w U o> Z > u a d w - ' ° z D w m k 3 z z z wx m o ~ _N ] 0 p < w o ~ w 0 w m . w m LL N O Z °i LLO w 5 d O _J m d m m z m z O n U a a v k O ry > ^' m w ry Oz m0 % O z LL m N g j m O ' O N�n p W N Y m Y n O 2 J m YO O O Z h W m a W a> a U O U v F N < Z Z m a m O o m n m r m Z co ~ ~ 9 ¢ � 6 w 2 C F � U O N Z E •' N � Z < U< W W F 00 mQ m H O K N p N U y N~ W n: H F pU no O w o p t wQ m�Mww Ni0 Om Q v x � o. WE U w w T K W Q zO U ! N n n aWW Kipwm� �3ma Nio gw �mmn ' C moria �y�rc :H¢y zy ori E I�-mz 7 0 o ry O o o n o O o I o N N W C � O 0 INU M N O LL w w .1. c ' U 0 1 z z i i i z z i z i z i z z z z z z z z z i -i I zz i z i z z i ' a o o a a o o a s a o a s a a s s a; o s s s a o- a s o s s s o s O LL LL LLLL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL 0 0 6 0 0 0 0 0 LL LL LL LL LL LL LL LL, PJO J J J J J J J J m J J J J J J J J J J J I J J J J J J J J J J J J N O J Q Q 0 ry _ Ziz w w m O^ UZ y z w 2 N O O U ¢ z r ¢ O U w z a c y 0 w 3 N > N z t 3 N m w w J °c mi x a O 3 0 0 x = m O N w m > > a ~ w m m F b N N LL K N O W Y p Q A W I m Z m W O rb n LL N p O O lY j O w¢ `m a E 0 ` N N 0 p 0 I II II C Z O O n 1 Q LL U p LL O K 0 Cw pU N LL -c 2g omo Y m to m< wma me w`= '� WZ J W U Q W N Q N N _Z f N d m U N Y N 1 U W Z W Fm ^ p J q W> O m N GF ¢yno �LL jN mmFo 0 Wim �m'ia W� I W oowla_--Z n f00 mw" Q-: i Zw ZW JV m W Z_ J O V W N 2 W O m J^ 1 = m a W wwzrn tr�n mK =�Q Wn'm C 'tY (9Kn^ O q o o IT r j ry EN m p r ^ m m p Q m m N q ^ m p w LLL ry d m m q m C 1" 1-----------z==z=z==zzz=z;=------==z=_____ N 1 a a o a a o 0 o s o o s o o s o s 'Z o o s s Z a a Is o o s a o 0 0 O o a a s s o 0 0 LL LL LL LL LL LL LL LL LL LL LL LL LL LLLL LL- LL LL LL LL LL LL LL LL LL LL LL LL LL LL LLLLLL LL LL LL LL LL LL LL J J J; J +�- N m N O i U � U U Z Z 2 Q .O O m ro ro LL W O O Z w 1 m U N < rc a m .�. .. w o C O Z O m ZO u OZ LL. O < Z 1 m g z o o p w w o n 3 d 3 O z m w o z i z W Y m Z y ue O > W U m Q > W > > w m F W m O J O m U O J W O ¢ J O U ¢ -W' ¢ v p mW+ m T V U 2 s ,ni i d K Y w Y E ry z 3 m m o w 0 nN o a E_ U 0 od do $ 1 O q 0 i A in ^ U z Z Z U m O O q Z O w O o J d Z QQ > _O > N Y O O OQ Z O nz C Z O O n 1 Q LL U p LL O K 0 Cw pU N LL -c 2g omo Y m to m< wma me w`= '� WZ J W U Q W N Q N N _Z f N d m U N Y N 1 U W Z W Fm ^ p J q W> O m N GF ¢yno �LL jN mmFo 0 Wim �m'ia W� I W oowla_--Z n f00 mw" Q-: i Zw ZW JV m W Z_ J O V W N 2 W O m J^ 1 = m a W wwzrn tr�n mK =�Q Wn'm C 'tY (9Kn^ O q o o IT r j ry EN m p r ^ m m p Q m m N q ^ m p w LLL ry d m m q m C 1" 1-----------z==z=z==zzz=z;=------==z=_____ N 1 a a o a a o 0 o s o o s o o s o s 'Z o o s s Z a a Is o o s a o 0 0 O o a a s s o 0 0 LL LL LL LL LL LL LL LL LL LL LL LL LL LLLL LL- LL LL LL LL LL LL LL LL LL LL LL LL LL LL LLLLLL LL LL LL LL LL LL LL J J J; J +�- N m N O i U � U U Z Z 2 Q .O O m ro ro LL W O O Z w 1 m U N < rc a m .�. .. w o C O Z O m ZO u OZ LL. O < Z 1 m g z o o p w w o n 3 d 3 O z m w o z i z W Y m Z y ue O > W U m Q > W > > w m F W m O J O m U O J W O ¢ J O U ¢ -W' ¢ v p mW+ m T V U 2 s ,ni i d K Y w Y E ry z 3 m 11 0 r q 0 r m o w 0 nN z a E_ z 1 �I A in 11 0 r q 0 r o w 0 nN z z O o o m C � Q . l0 � O a a a a J Y Y K O U F a U K U K i W d j LL W y h LL r J o G G o ¢ IL J 'm J LL � c Y a z m a Jn O o LL W y _ ' v r rr o y ioz y �z0 jwo ''FOO y -S iL cl r Saw Qw- z?m ��� a� ��g 3Wo xmw >a� �s ow aw� a CLI a3 .. '; www .. ,. w�aN yw0 N : Omw YO a ii LLLLC a'h �w'r a.- a m w} vi UaY 'ai ie wx U S mmm IJ S kyp,o (J Z <�t - V = ywm ay m f : �U3 m JOUo m Owo N f riKV N � m m I O O I N N O N Q U : 7 2 �Z Z Z i z z � i ii z z i i i z.z z i �.z �' z � z z i z z i i i; --- - _ _ y � m N m � m U 0 0 0 `o 0 0 `0 0 0 0 0 0 0 0 `o o o-o`oo.000 oo`o`o 000' o! o oo'o+o 'o'o o-'� O LL LL LL LL LL LL LL LL IL LL LL LL LL LL LL LL Y LL IL IL 1l -LL LL LL I LL .LL LL LL LL LL LL LL: LL LL LL LL LL LL LL LL J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J N O y m � m � a O N Q m O O f y N U Y LL 00 ¢ OZ K K O K K r a a a a w r a a 0 y w r w O w U > w ¢ z y O ¢ ._ ¢ w n m C a a ¢ 3 N K Y V N v QY o J Z aQY Z OY �O 0 mw FKW :oVZ F HN m ryn NLL¢N O V U z RLL W m V Z Wm N n m r G a o ¢ O w O w O j `o O m p U m G o 0 > v U U m d E Z Z Q m m m m � c m a a a a a N 1. o a w S o a 0 o � o 1 U Q J tu a a Y J U LL LL d 1 d m Q ° g k } a p s ° � b I , vo LL 1 O a i C o U wz= NW •-0 O } gam pQa ; b9 o z U y<0 �FwS No ~Yd 1 d KpaZ ZZYIr Jow 0.0 H WZyI UV�o jFq 60.Oa J U O m OK ow U w wwoz `O�� 0md i O K J W N 0 I m m O F P I W F- UQ N m Z F .. w v 1 fi Fa --Q Ww .. .. WWW W ;� : WOK a ui OY W .. - Zii} m m N JO m m i U1- I ULLU d Q W W QQ U x Ow w U 2 w N J LL m m N U N F O N N LL y f I D O O O O S I n N O O 1 OC Or C co N n p • I d m r m b w m m �•m w � LL C U C 1 O v m A U Z Z Z Z Z Z Z Z! Z Z Z Z Z Z -Z 2 Z Z' Z'Z 2 Z Z 2 Z'Z Z Z Y Z Z Z Z Z ZY Z Z Z Z' Z N 1 N m ' !Q b m b m m U b d `o o o 6 Z Z 16 - Z o o o o o o_`oo.`O"o o o o o"o o `o 'o :o o 5 o o 15 Z Z -o o o o l• O LL LL LL LL LL LL LL LL: LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL_ LL Jl _ LL. LL LL J J J .J J J J J J J J J J .J J: J J J J J J ..J .J 0 m O N I O > Z Z x m ` O O K n O n n U ^ p W U U Y K <g Q a F a a a < a O3 0 0 U b U F Q N 1 J a d _UJ' z } o z Oa W Z w W C 3o d w o ? o a W " U < 2 3 0 �- U ~ W • i w O V• m N W O rn m X Z Q H a Q Y 1 Y Y Y a Z X W j O Q Q J O H Zn (% 0 (� Z w 3 K n m o k n x r Z U m z 0 O > b W 0 7 N m o p ,., x O iO b q2 � r a � g vmi v^i h m 1 a E Z .0 1 � m m G < 1 N 1 a � a c I� 'm p ¢ a IL U U J m a j 1 1O C T Fw Nd N 14 O ¢ an. i,nU z dQ eta Hd w z ! mO i s V N uol a.y U Z X O K i N OT da KOK OULL N U m W Z ZW Iw Cr iOW �O(4 n W f F NF I Pew <�_ .d40w I O w2 NuzmOa� CL OG, -i Y .. a w�N .. I #�ww .. „ j Qw .. a Uoo Ww 2z¢ 22 M¢ b x I M 0 i I Oti 0w iu i I wGi 0 X jN4. v i r 3I N mom N� �Nad N i w N 2 NOD N f_ C 7 1 om o m ! O ! N n o o p m o n 0 0 E m m en j m a m n fri L6 C LL w w w w U j 1= O I � � m M I C Z Z Z Z Z Z Z Z! Z Z Z Z Z Z Z Z! Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z �Z Z "Z Z Z 'Z N_ _ - _ - - d 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 `o o `o o `0 0 0 0 0 6 `o o `o `o 0 0 0= i (Po 6 Z 0 o 'o 15 o O IL LL LL LL 1L LL LL LL LL Y. LL IL LL LL UL LL* Y. LL LL LLLL LL LL LL tL LL LL LL LL LL LL LL LL LL LL LL LL LL LL N J J J` J ' N- J J J O O O O O w P N m Y n O m^ N � Val N o N m i O c z J F � w O U m O o ¢ N F m U m U OZ o w w o w a Z 00 a o a 3 o N >< a > NQ > > N z a M 1 Z Z s o O w m w y n w W w m w Z 0 0 o d O d O O r U n U m k 0 1 E Z c O � N N o m m m mI a a a a a in 1 ' QUALIFICATION STATEMENT ' Submitted to: City of Fayetteville, Arkansas (Corporation) By: Insituform Technologies, Inc. ' Principal Office: 17988 Edison Avenue, Chesterfield, MO 63005 ' The signatory of this questionnaire guarantees the truth and accuracy of all statements and of all answers. ' 1. What is the name of the trenchless pipe enlargement process to be used for the work included in this Contract? ' N/A We are bidding only Unit 2, CIPP, by the InsituforrO Process ' 2. In the past three most recent and consecutive years, what is the total length in linear feet of trenchless pipe enlargement work completed by your firm? (A minimum of 15,000 Linear Feet within the last three consecutive years using the approved manufacturer's system(s), per specification D2-19(1) AA.a., is required). N/A We are bidding only Unit 2, CIPP, by the Insituform0P Method 1 3. In the past three most recent and consecutive years, what is the average annual contract amount of related sanitary sewer construction work, similar in nature to ' this contract, completed by your firm? j For this area... approximately $1,000,000 1 4. In the past five most recent and consecutive years, what is the total length in linear feet of pipe reaming completed by your firm? (See Specification D2-24.) N/A We are bidding only Unit 2, CIPP, by the InsituforrrO Method t5. How many years have the Contractor and Subcontractors performed sanitary sewer work, similar in nature to this contract, under its present primary name? ' (A minimum of five (5) years is required.) Insituform Technologies, Inc. has performed work under it's present name ' for over fourteen years. ' Qualification Statement City of Fayetteville 1 Sanitary Sewer Improvements 1 1 I NOTE: If the Bidder intends to use a Subcontractor for trenchless pipe enlargement work and/or horizontal drilling included in this Contract, he must complete this form based on the Subcontractor's information as submitted on a Statement of Experience form. Note: We are bidding only Unit 2 ... CIPP, by the InsituforTro Method 6. Have you ever failed to complete any work awarded to you? No If so, where and why? N/A 7. In what manner have you inspected this proposed work? Our people have visited site'and reviewed all plans and specification Explain your plan or layout for performing the proposed work. See attached for the CIPP Method for performance for proposed work. We anticipate that the lining only work will be completed in approximately four weeks. Project: Farmington Sewer Rehabilitation Project Unit 1 and Unit 2 Owner: City of Fayetteville, Arkansas Qualification Statement City of Fayetteville 2 Sanitary Sewer Improvements Attest: cr s14 of Corporation Joann Smith Contracting & Attesting Officer (Seal) If Bidder is a Corporation BIDDER: Insituform Technologies, Inc. BY: H.Douglas Thomas, V.P.,Special Proje ADDRESS: 17988 Edison Avenue Chesterfield, MO 63005 PHONE: 636-530-8000 Bidder's Signature H. Douglas Thomas V.P., Special Projects N Qualification Statement City of Fayetteville 3 Sanitary Sewer Improvements r , AlF Ilk ... .....� /•c�'��,(,5� '�.; n - a. v � � v �� LY 7j4 Y d Insituform E 9s \ C/) m\-0 W LO \ !�!UE :_` —° _ -1,;l,, k/ \ \ CL 0 \ -C3 \ / \\))�22 ` 88/x)$ /E h 9s \ C/) m\-0 W LO \ !�!UE :_` —° _ -1,;l,, k/ \ \ CL 0 \ -C3 \ / \\))�22 ` 88/x)$ Kea � 0°°�k®!®#` | �lwD�w6, �QjI�{c{���it,;�' `sUcu/��j��{�;(sp¢x�7 �t�[t I . � ro 3�a'.LxJ ��3� �� 1y! (� c� Q� &� (}��,I}3{,,�(J�`fl�sil-� c.nr��e�a tLta U�2a c� ���a iS�,.•��jq��1 ))) !'µW�r;l /-•1�\V�Y�11�1.1 .1 �, .,�-¢l:]UIULL!LWIDo '• 111}'11uu2JClIL p�II I"I"Y. .I If11�F1 11'1„-..:. P.'_W 1 1 1r::�• •,•1 11• pgy�y.�:71 . •111�� 1 �1 u�i IIIfIl=1I 0Y t�71401��- ��. 00' @41M 1711V ,: J Il^y 1M C��RUtaul rYb�a_` - g�m�=LP6 1 1 moo_, 1 J l%ilUl-3C•!.1 ��A.'f�_, _U�Q3'„ 1 D i 1 • YIl�3 % � t�^I.��'yrl�� CC�'�B�_ 1-�uvTn?eT�xi �• IY •ypy 1 rl urQ .� ,_, ?G'M13(�YDa��4X•UTklJ, ,, �ruII�2dl�a2mQl�I � � !L'�idtrarlc�tn, , 11 , c� I . u7�L�3�rJ0�',QiY ilfY�FII�ks I , c•17i , - � , , , , G•i�flCd;2-,Lf.T� _ ,�,; G � � o / v _ *3._I+ n CJ5 11iup (IITtA1 ur . 11 ��S.v^,Yii�jtT41L�I17 "tel M JI CTO ,<1 Avv �� ., Pfflik EPA Pmied control Nomber United States Envirormental Protection Agency Washington, OC 20660 Certification Regarding Debarment, Suspension, and Other Responsibility Matters The prospective participant certifies to the best of its knowledge and belief that it and its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency. (b) Have not within a three year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a government entity (Federal, State, or . local) with commission of any of the offenses enumerated in paragraph (1)(b) of this certification; and (d) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State, or local) terminated for cause or default - 1 understand that a false statement on this certification may be grounds for rejection of this proposal or termination of the award. In addition, under 18 USC Sec. 1001, a false statement may result in a fine of up to $10,000 or imprisonment for up to 5 years, or both. H. Douglas Thomas, V.P., Special Projects, Insituform Technologies, Inc. Typed Name & Title of Authorized Representative Signature of Authorized Representative Date r May 8, 2007 Q I am unable to certify to the above statements. My explanation is attached- EPA. Form 5700-09 (11-88) Instructions Under Executive Order 12549, an individual or organization debarred or excluded from participation in Federal assistance or benefit programs may not receive any assistance award under a Federal program, or a subagreement thereunder for $25,000 or more. Accordingly, each prospective recipient of an EPA grant, loan, or cooperative agreement and any contract or subagreement participant thereunder must complete the attached certification or provide an explanation why they cannot For further details, see 40 CFR 32.510, Participants' responsibilities, in the attached regulation. NTIM ICIMM [i The prospective EPA grant, loan, or cooperative agreement recipient must return the signed certification or explanation with its application to the appropriate EPA Headquarters or Regional office, as required in the application instructions. A prospective prime contractor must submit a completed certification or explanation to the individual or organization awarding the centrad. Each prospective subcontractor must submit a completed certification or explanation to the prime contractor for the project. How To Obtain Forms: EPA includes the certification form, instructions, and a copy of its implementing regulation (40 CFR Part 32) in each application kit Applicants may reproduce these materials as needed and provide them to their prospective prime contractor, who, in tum, may reproduce and provide hem to prospective subcontractors. Additional copieslassistance may be requested from: Compliance Branch Grants Administration Division (PM -216F) U.S. Environmental Protection Agency 401 M Street SW Washington, DC 20460 (Telephone: 202/475-6025) EPA Form 570049 (11-88) CONTRACTUAL DOCUMENTS SECTION B I 1 1 CITY OF FAYETTEVILLE, ARKANSAS SANITARY SEWER REPLACEMENT AND REHABILITATION FARMINGTON SEWER REHABILITATION PROJECT THIS AGREEMENT, made this 1 day of J urpb 2007, by and between the City of Fayetteville, Arkansas, a municipal corporation and Insituform Technologies, Inc. hereinafter referred to as Contractor. ' WITNESSETH: WHEREAS, the City of Fayetteville has heretofore solicited Bids for all the work and improvements for the doing of all things included within the hereinafter specified Farmington Sewer Rehabilitation Project, ' WHEREAS, the City of Fayetteville did on the 8th day of May, 2007 find that the Contractor was the lowest responsive, responsible Bidder for the hereinafter specified work and did award the Contractor a Contract for said work. NOW, THEREFORE, for and in consideration of their mutual promises, covenants, undertaking and agreements, the parties do hereby agree as follows: ' ARTICLE I - WORK TO BE DONE BY CONTRACTOR ' The Contractor agrees, at its own cost and expense, to do all the work and to furnish all the labor, materials, equipment and other property necessary to do, construct, install and complete all the works and improvements included in Unit 2 of the Farmington Sewer Rehabilitation Project. ' All in full accordance with and in compliance with and as required by the hereinafter specified Contract Documents and any addenda for said work, and to do, at his own cost and expense, all ' other things required of Contractor by said Contract Documents for said work. ARTICLE II - CONTRACT DOCUMENTS ' The Contract Documents are defined in the General Conditions. 1 1 1 Agreement ' City of Fayetteville Sewer System Improvements I 1 1 I I 1 [1 1 1 ARTICLE III - CONTRACT AMOUNT The Contractor agrees to receive and accept the attached contract unit prices and/or lump sum prices as full compensation for furnishing all materials and equipment for doing all the work contemplated and embraced in this Agreement; also for all loss or damage arising out of the nature of the work aforesaid, or from the action of the elements, or from any unforeseen difficulties or obstructions which may arise or be encountered in the prosecution of the work until its acceptance by the City of Fayetteville, and for all risks of every description connected with the work; also for well and faithfully completing the work, and the whole thereof, in the manner and according to and in compliance with the Contract Documents and the requirements of the Engineer under them, also for any and all things required by the Contract Documents. ARTICLE IV - LIQUIDATED DAMAGES OR ACTUAL DAMAGES AND EXCESS ENGINEERING COSTS The Contractor shall, and agrees to, pay to excess engineering as described in the General Conditions. The Contractor shall, and agrees to, pay for liquidated damages or actual damages if Contractor fails to complete the project within the specified time in accordance with the General Conditions. ARTICLE V - STARTING AND COMPLETION The Contractor agrees to commence work under this Agreement within ten calendar days of receipt of written Notice to Proceed and to complete all work included in this Contract to the point of substantial completion no later than 130 Calendar Days from the date of Notice to Proceed. The Contractor further agrees to complete all work to the point of final acceptance by the City of Fayetteville no later than 160 Calendar Days from the date of Notice to Proceed. The Contractor shall, and agrees to, furnish and deliver to the City of Fayetteville, the Faithful Performance Bond, the Contractor's Labor and Material Bond, the Maintenance Bond and the insurance certificates and policies of insurance required of him by provisions of the Contract Documents, and to do, prior to starting work, all other things which are required of him by the Contract Documents as a prerequisite of starting work. ARTICLE VI - PAYMENTS TO CONTRACTOR The City of Fayetteville agrees with said Contractor to employ, and does hereby employ, the said Contractor to provide the materials and do all the work, and do all other things hereinabove contained or referred to, for the prices aforesaid, and hereby contracts to pay the same at the time, in the manner and upon the conditions set forth or referred to in the Contract Documents; and the said parties for themselves, their heirs, executors, administrators, successors and assigns, do hereby agree to the full performance of the covenants herein contained. There shall be no measurement or separate payment for any items not listed and all costs pertaining thereto shall be included in the Contract unit prices for other items listed. Agreement 2 ' City of Fayetteville Sewer System Improvements I 1 I] 1 ARTICLE VII — CHANGES TO CONTRACT Changes, modifications or amendments in scope, price or fees to this contract shall not be allowed without a prior formal contract amendment approved by the Mayor and the City Council in advance of the change in scope, cost or fees. ARTICLE VIII — FREEDOM OF INFORMATION ACT City contracts and documents prepared while performing City contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the CITY OF FAYETTEVILLE, the Contractor will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. §25-19-101 et seq.). Only legally authorized photocopying costs pursuant to the FOIA may be assessed for this compliance. IN WITNESS WHEREOF, the parties hereto have caused this Instrument to be executed in three original counterparts the day and year first above written. (SEAL) Insituform Technologies, Inc. (Contractor) Attest: 7L ' Name Joann Smith (please type) 1 Contracting & Attesting Officer Title Vice President, Special Projects By /_ , � c 2 Name H. Douglas Thomas (please type) Title (SEAL) CITY OFF ETTEVILLE, AR Atte By ' Name �O/� �, �/!1 /`/ `� Name ' (please type) (please t e) Title Title TRr (41e/1�07GAS Y p FAYETTEVILLE N. ytNo 5 '- s :�KgNSP.J�a 3 Agreement ''Zee, TON ��`���` City of Fayetteville ���"� Sewer System Improvements ' Executed in six counterparts Bond No. 109950176 ' ArjLkNS_46 STATUTORYPERFORMANCE ANDYAYbM'N"TvBOND ' VJe Insituform Technolo4ies, Inc. 17988 Edison Avenue Chesterfield,.MO 63005 luvelers Casualn, and Sumty as PrinClpal;hereinafter Galled 1171IlCloal. and Comnanv of America 'a .Corporation organized and ' vxisting under the laws of .the State of °atslatit authorized Ao .do .business in .fne State of Arkansas, as Surety, hereinafter allcdd Su>oty. areg bound.unto City of-Fayett:nrille as ' Obligee, in the .amount of Ei WX o Lars ($ 178, 839.50 ), for .the payment whereof Principal and Surety bind themselves; Ihauw heirs; personal Tepresentatives, tsucomsors and.assignsjointly and sever, ally, 'firmly bythese presents. Principal 'has :by written agreement .dated entered into .a .contras with City of ' Fayetteville for Farmington Sewer Rehabilitation Project; .which conGaGt is b3 Jerance made.a va! � hereof; .and is hereinafter referred to as the Contract. '1 HE CONDITIONS OF THIS OBLIGATION' ._ lI .SUCH that if the principal .shall ' fa'tnfullyperformthe Contract on his part and shall fully indemnify and save h=less.thee City of Fayettevillearom.el]-:ost.and damage-which-he.--may suffenbyTeason offailure.to do so-and shall fully reimburse and :repay the .City of Fayetteville .all outlay and .=pease which the City of ' ?.ayettevillemaS ince .inmal:ing eood any such default;.and furEn; that iflite?'rincipa shallpay all vctsons all indebtedness.for.labor.or materials f==ished orperiormed under said Contract, -failing ' which such persons shall have:a direct-right of action.against :the.Principal:and Surety; jointly:and severally, undcrtnis obligation, sugject to the City ot.:.avettevilie's prtority,.tnentnis ob11.1 or. shat be null and void; otherwise it shall remain in-full force and effect. ' lv o suit, action o: proceeditt; shall be brought on this bond outside the 5tate.of. Arlansas.:No ' suit; action orproeeeding shall be brought on this bond �,:cwt:bythe City ofrayetteville after six -months from the.date final-payment is made on Contract, nor shall any suit, .action or,proceeaing ' be'brougirr by fne City ofrayetteveiliaftc, two years iron the date on which fne nnalpayment under the: Contraet.falls flue. ' Any alterations which may bemade in the terns of the Contract, or in .the wort, to be done tinder i.. or the giving by the City of =evctteville of any extension of time for the performance of the ' contract, or any other forbearance on the part of either the City of Fayetteidlle or the Principal to the other shall not in any way release the Principal and the Surety or Sureties, or either or any of them, theirheirs, personal representatives, successors or assigns frvmfhei liability hereunder, notice to the ' Surety or Sureties of any suzh alteration, gttension or.forbearance being hereby waived. 1 Performance Bond ' City ofFzyetteville Sanitary Sewer lmprovern=ts ' In. no event shall the aggregate liability of the Surety exceed the sum set out herein. ' Executed on this day of CI 1 1 I 1 I1 1 ' Performance Bond ' City of Fayetteville Sanitary Sewer Improvements PJ 20_ Insituion Technologies, :Inc.. Principal By. Z.Z Doug=Ts Thomas Vice P:esideni. Soecisl Pxojeca ?rawJjm:s Cbl lty and Sleety Com. CE P TEnca surety By I /� fcttorneq-in-fact Andrew P. Thome Countersigned By: Caroline A. Cory Rebsamen Insurance 1500 Riverfront Drive Little Rock, AR 72202 Executed in six counterparts ' %WIAMTENANCLMOND BONDNUMBEP, 104950176 ' IaOw AI L'IK) �' $1' IH) SL DE1 eENT&, Tnat.we, Insi tuform Technologies, Inc. 17988 Edison Avenue, Chesterfield, MO 63005 ' (heremaf= called the Prinuipal),:and Travelers Casualty and Surety Companv of America Z cotporetiot (h reinafret.cslicd fnu Surety), are held and firmiy bound unto, City of Fayetteville, AP Farmington Sewer Rehabilitation Project huruinaftr,.called the O'oliges), in the iull and just sum of One Hundred Seventv Eiqht Thousand, 'Eight Hundred Thirty Four and 50/100 ($178,834.50) dollar , lawful-mono). of the united States, for the psymm: o`.which, wolf and tr-Wy to 'Im made, .we 'bind ourscives,.ou heirs, ' adrninistratom executors, sucuesson and asFurm, jointly and severaliy,'iirm!y tw these presents. M=EAS: said Principal has entered into:a curtain contras with the Obligee dated [I Il 1 J which contract has bca or is about to be accented. AND WHEP.LAE, maciiioations and comae: provide:: tha. Insituform Technologies, Inc. Should guarantee the nroiez free tram detects caused b faulnp woricmanship and materials iar.a period o: two yez s.after substantial completion, gen: al wca: and tear e cored. NOW, TIMMFOU, ifthu said prole: ! shall be fresirom defects of we:l:msnshio and mata'iais. general wear and tca excepted, io: a period of two years aft. substantial comnietion, than this obligation shall be null and void; othurwisc to r_mair, iniull iore and effect, Signed, suaied and dsnv�ed Vrimess 95 to Principal D<n_sd Ca oll Cor-*rac_itago A:t==_ino%/D//:_ic��,rC��� Caroline A. Cory Rebsamen Insurance 1500 Rive_rfront Drive Little Rock, AT, 72202 ^s+tu_<o=m Techno n—es Ittn, 77 Douglas Tnomas Vice D_esSient, Spec_al(Stijec.s TravelersCasualty and Surety Company o£ kyuaraica (Sa) rnsv-ia-Enol Andrew P. Thom=_ hdaintenan.^._ Bmr] Cin' o: Yavatet•ille ' Sanitary SawC7iMDroI?ZM=ts I 1 1 1, 1 State of Missouri County of St. Louis On before me, a Notary Public in and for said County and State, residing therein, duly commissioned and sworn, personally appeared. ANDREW P. THOME known to me to be Attorney -in -Fact of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA the corporation described in and that executed the within and foregoing instrument, and known to me to be the person who executed the said instrument in behalf of said corporation, and he duly acknowledged to me that such corporation executed the same. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, the day and year stated in this certificate above. My Commission STEPHANIE L. KLEARMAN Notary Public- Notary Seal State of Missouri St. Louis County My Commission Expires Nov. 12, 2010 Cam Ion a M 06966528 Expires .,��G(//G(-� Stephanie L. Mearman, Notary Public WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER TRAVELERS POWER OF ATTORNEY Farmington Casualty Company SL Paul Guardian Insurance Company Fidelity and Guaranty Insurance Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casually and Surety Company Seaboard Surely Company Travelers Casualty and Surety Company of America Sl. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company Attorney -In Fact No. 218407 Certificate No. 0 016 3110 6 KNOW ALL MEN BY THESE PRESENTS: That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York, that St. Paul Fire and Marine Insurance Company, SL Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies")- and that the Companies do hereby make, constitute and appoint Andrew P. Thome, Dana A. Dragoy, Justine P. Weber, Kristen L. Lucas, Anne M. Gliedt, Stephanie L. Kleannan, Peter J. Mohs, and Helen A. Antoine of the City of Chesterfield , State of Missouri , their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in thein business of.guarantecing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or pertmAc An any achons or proceedings allowed by law. Vol C�_Sls 11m IN WITNF�4 WHEREOF, the Comp lave caused this inst�senoru�mt'be-signedfa� eii�corpomte seals to be hereto affixed, this day of ay W✓ YiYi✓✓.. i' Farmington Casualty Core yI ®� ���� SL Paul Guardian Insurance Company Fidelity and Guaranty Insurance Company ® Sl. Paul Mercury Insurance Company Fidelity and Guaranty Insuiaricc Underwrrs, Inc. Travelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company 1 1927 ♦�az \M IYSG! yo q� ,.\OWL ±f �O� J 19/]6 0 fur® 192%..arA i. `p6 n�rf'tn alarroco, turtneimt 19$1 ma r c �ySEAL%o' is`58AL t° E ara:a <,wrs 'O� State of Connecticut City of Hartford ss. By: Georg Thompson, nior rce President 11th May 2007 On this the day of , before me personally appeared George W. Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. p.TlT In Witness Whereof, I hereunto set my hand and official seal. T*An My Commission expires the 30th day of June, 2011. C+ pllBllps 58440-8-06 Printed in U.S.A. Marie C. Tetmault, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company. Fidelity and Guaranty Insurance Underwriters, Inc.. Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attomeys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President. the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary: or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority: and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attomeys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. 1. Kuri M. Johanson, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters. Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company. Travelers Casualty and Surety Company, Travelers Casualty and Surety Company.of�America: and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a me and correct copy of the Powe r�+OfflAromey oxe°cuted by saidlCompanies, which is in full force and effect and has not been revoked. �ggy1 a �.4 �1 V IN TESTIMONY WHEREOF, I have hereunto set my hand and affix th s of said`mlpaniee> is 11 ®�� �����i������ Kori M. Johann Assistant Secretary day of 20 _. r6.R or ~'o..�c ORra r 3 -^.-"mitt _ a/-RV_Iit�F �rrOR1I�� < r 1995 0 � 1927 a s. — � xurtmro. auviwtq 'sOi �� 1951 ,rO � � SOL �8 CIVIL �R ', �.+�E �•AIQ To verify the authenticity of this Power of Attorney, call 1-800421-3880 or contact us at www.sipaultravelersbond.com. Please refer to the Attomey-In-Fact number, the above-named individuals and the details of the bond to which the power is attached. TABLE OF CONTENTS FOR GENERAL CONDITIONS i SUBJECT PAGE ADEFINITIONS ......................................................................................................I B CONTRACT DOCUMENTS: DEFINITIONS....................................................5 C PRELIMINARY MATTERS ................................................................................6 D CONTRACT DOCUMENTS: INTENT AND REUSE.......................................8 E AVAILABILITY OF LANDS; PHYSICAL CONDITIONS; REFERENCEPOINTS.......................................................................................1 I F BONDS AND INSURANCI...........................................................................14 G CONTRACTOR'S RESPONSIBILITIES...........................................................23 11 OTHER WORK...................................................................................................33 1 CITY OF FAYETFEVILLE'S RESPONSIBILITIES........................................34 J ENGINEER'S STATUS DURING CONSTRUCTION......................................35 K CHANGES IN WORK........................................................................................38 L CHANGES IN CONTRACT PRICE..................................................................39 M CHANGES IN CONTRACT TIME....................................................................45 N WARRANTY AND GUARANTEE; TESTS AND OBSERVATIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVEWORK..........................................................................................47 O PAYMENTS TO CONTRACTOR AND COMPLETION.................................51 P SUSPENSION OF WORK AND TERMINATION...........................................59 Q ARBITRATION .(This Section Deleted)............................................................62 R LIQUIDATED DAMAGES OR ACTUAL DAMAGES FORDELAY.......................................................................................................62 S EXCESS ENGINEERING COSTS.....................................................................64 TMISCELLANEOUS ............................................................................................64 i INDEX TO GENERAL CONDITIONS ii I 1 11 1 1 1 Page Paragraph Number Number Acceptance 0.12 58 Access to the Work N.2 47 Addenda; definition of A.l 1 Adjusting Progress Schedule G.3 24 Agreement, definition of A.2. B.3.a 1,6 All Risk Insurance F.2.a 15 Amendment, Written A.42, D.2 5, 9 Application for Progress Payment Request 0.2 51 Arbitration (This Section Deleted) Q 62 As Directed, definition of A.3 1 As Shown, definition of AA 1 Availability of Lands EA 11 Avoidable Delays M.2.b 47 Award, Notice of, definition of A.23 3 Before Starting Construction C.5 7 Bid, definition of A.5 I Bidder, definition A.6 1 Bidding Documents B.2 5 Bonds and Insurance F.1, F.2 14, 15 Bonds, definition of A.7 1 Bonds, delivery of C.I, F.1 6, 14 Bonds, Performance and Other B.3.b, F.1 6, 14 Cash Allowances L.6 43 Certificate of Insurance F.2.c 18 Changes in Contract Price L 39 Changes in Contract Time M 45 Change Order, definition of A.8 I Change Orders, Engineer's Responsibility J.5 35 Change Orders; to be Executed K.4 38 Changes in Work K 38 City of Fayetteville May Correct Defective Work N.9 50 City of Fayetteville May Stop Work N.5 49 City of Fayetteville May Suspend Work, Terminate P.15 P.2 59, 60 City of Fayetteville's Duty to Execute Change Orders 1.7 36 City of Fayetteville's Liability Insurance F.3.a. 19 City of Fayetteville's Representative J.1 35 City of Fayetteville's Responsibilities I 34 Claims, Waiver of, on Final Payment 0.14 59 Clarifications and Interpretations J.4 35 Cleaning G.1 O.b 29 ii I 1 11 1 1 1 11 1 1 1 1 F I I 1 1 I 1 1 1 1 1 11 1 Paragraph Number Page Number Completion O 51 Completion, Substantial 0.8 55 Commencement of Contract Time C.3 7 Conditions of Contract BA 6 Conference, Pre -Construction C.6 8 Conflict, Error, Discrepancy - Contractor to Report C.5.a, D. Ix 7, 9 Construction Machinery, Equipment, etc. G.2.b 24 Continuing the Work G.15 32 Contract Documents - Amending and Supplementing D.2 9 Contract Documents, definition of A.91 B 13 5 Contract Documents, Discrepancies and Omissions DA 10 Contract Documents: Intent and Reuse D.1 8 Contract Documents: Titles and Headings D.5 11 Contract Price, Change of L 39 Contract Price, definition of A.10 2 Contract Time, Change of M 45 Contract Time, Commencement of C.3 7 Contract Time, definition of A,11 2 Contractor, definition of A.12 2 Contractor May Stop Work or Terminate P3 62 Contractor's Continuing Obligation 0.13 58 Contractor's Duty to Report Discrepancy in Documents C.S.a,D.l.c 7, 9 Contractor's Fee, Costs Plus L.S.a 42 Contractor's Liability Insurance F.2.a 15 Contractor's Responsibilities - in General G 23 Contractor's Warranty of Title 0.6 53 Contractor's - Other H 33 Contractual Documents B.3 6 Contractual Liability Insurance F.2.a 15 Coordinating Contractor, definition of H.2 34 Coordination 11.2 34 Copies of Documents C.2 7 Correction or Removal of Defective Work N.6 49 Correction Period, One Year N.7 49 Correction, Removal or Acceptance of Defective Work - in General N.6 thru N.9 49, 50 Cost, Net Decrease L.5.a.(2) 42 Cost of Work L.4,O.4 393 53 Costs, Supplemental L.4.a.(5) 40 rrr 1 Page , Paragraph Number Number Day, definition of A.13 2 ' Defective, definition of A.14 2 Defective Work, Acceptance of N.8 50 Defective Work, Correction or Removal of N.6 49 ' Defective Work, Rejecting J.6 36 Definitions A I Delays M.2, M.3 46, 47 ' Delivery of Bonds C.1 6 Determination for Unit Prices 3.8 36 Differing Conditions E.2.c 12 Disputes, Decisions by Engineer 1.9 36 , Documents, Copies of C.2 7 Documents, Record GA 1 29 Documents, Reuse of D.3 10 ' Drawings and/or Plans, definition of A.15 2 Easements E.1 11 ' Effective Date of Agreement, definition of A.16 2 Emergencies G.13 30 Engineer, definition of A.17 2 ' Engineering Cost, Excess S 64 Engineers Decisions J.8, J.9 36 Engineer's, Notice Work is Acceptable 0.12 58 ' Engineer's Recommendation of Payment 0.7, 0.11 53, 57 Engineer's Responsibilities, Limitations on J.10 37 Engineer's Review E.2.d 12 ' Engineer's Status During Construction J 35 Equipment, Labor, Materials G.2 23 Equivalent Materials and Equipment GA 24 , Excess Engineering Costs S 64 Extension of Time M.3 47 Explorations of Physical Conditions E.2.a 11 ' Fee, Contractor's Costs Plus L.5 42 Field Order - definition of A.18 2 , Field Order - Issued by Engineer J.5 36 Final Acceptance, definition of A.19 2 Final Application for Payment 0.11 57 ' Final Observation 0.10 57 Final Payment and Acceptance 0.12 58 Final Payment, Recommendation of 0.12 58 , Finalizing Schedules C.7 8 iv , ' Page Paragraph Number Number General Requirements, definition of A.20 2 General Provisions T.3 65 Giving Notice "r.1 64 Guarantee of Work, by Contractor N.1 .47 headings, Titles and D.5 1 I Hold Harmless Agreement G.16 32 ' Indemnification G.16 32 Insurance, Amount of Coverage F.2.b 16 Insurance, Bonds and F 14 ' Insurance, Certificates of C.5.c, F.2.c 8, 18 Insurance, Completed Operations F.2.b(2). 16 Insurance, Contractor's Liability F.2. 15 ' Insurance, Contractual Liability F.2.a 15 Insurance Companies, Notification of F.6 22 Insurance, City of Fayetteville's Liability F.3 19 ' Insurance, Property F.2, F.4.a 15, 19 Insurance, Waiver of Rights F. Lb 14 Insurance, Workmen's Compensation F.2.b(1) 16 Insurance, Workmen's Occupational Diseases F.2.b.(1) 16 Interpretations and Clarifications J.4 35 Investigations of Physical Conditions E.2 I 1 Labor, Materials and Equipment G.2 23 Laws and Regulations A.22,G.8 2, 28 Liability Insurance, Contractor's F.2.a. 15 Liability Insurance, City of Fayetteville's and Engineer's F.2.a. 15 Limitations on Engineer's Responsibilities J.10 37 Limits of Authority L.8 45 Liquidated Damages R.2 62 Materials and Equipment, Furnished by Contractor G.2.a, G.2.c 23, 24 Materials and Equipment, Not Incorporated in Work O.2.b 51 Materials or Equipment, Equivalent GA 24 ' Miscellaneous, Provisions T 66 Notice, Giving T.1 64 Notice of Award, definition of A.23 3 Notice of Acceptability of Project 0. 12.a 58 Notice to Proceed, definition of A.24 3 ' Notice to Proceed C.3 7 Observation, Final 0.10 57 Observation, Tests and N.3 47 "Or -Equal" items G.4.a 24 ' v Page Paragraph Number Number Other Contractors, Work by Others 11 33 Other Work H 33 Overtime Work, Prohibition of G.2.a 23 Owner, definition of A.25 3 Partial Utilization, definition of Partial Utilization Partial Utilization, Property Insurance Partial Waiver of Liens Patent Fees and Royalties Payment Request, definition of Payment Request, Final Payment Request, Progress Payments to Contractor and Completion Payments, Recommendation of Payments to Contractor Payments to Contractor, when due Payments to Contractor, Withholding Payments, Reporting and Invoicing Cost -of -Work Payments, Unit Prices Performance, Bonds Permits Physical Conditions Physical Conditions, Engineer's Review Physical Conditions, Existing Structures Physical Conditions, Exploration and Reports Physical Conditions, Possible Document Change Physical Conditions, Price and Time Adjustment Physical Conditions, Report to Differing Conditions Physical Conditions, Underground Facilities Pre -Construction Conference Preliminary Matters Premises, Use of Price, Change in Contract Price, Contract, definition of Progress Payment, Applications for Progress Payment, Review of Applications Progress Schedule Progress Schedule, Adjusting Project, definition of Project Representative Project Starting Property Insurance Property Insurance - Partial Utilization Protection, Safety and yr A.26 0.9 F.4.b 0.5 G.6 A.27 0.8.a 0.2 O 0.7 O 0.7.b, 0.12.a 0.7.d 0.4 0.3 F.l.a G.7 E.2 E.2.d E.2.b E.2.a E.2.e E.2.f E.2.c E.3 C.6 C G.10 L A.10 0.2 0.7 C.5.b(1), 0.1 G.3 A.28 J.3 CA F.4.a F.4.b. G.12 3 56 20 53 27 3 55 51 51 53 51 54, 58 54 53 52 14 27 11 12 11 11 12 12 12 13 8 6 28 39 2 51 53 7, 51 24 3 35 7 19 20 29 r 1 1 I I 1 I I 11 I�J Page Paragraph Number Number Provide A.29 3 Recommendation of Payment O.7.a, 0.1 1 53, 57 Record Documents GA 1 29 Reference Points EA 14 Regulations, Laws and 6.8 28 Rejecting Defective Work 1.6 36 Related Work at Site H.1 33 Remedies Not Exclusive T.3.b 65 Removal or Correction of Defective Work N.6 49 Resident Engineer A.31 3 Resident Project Representative, definition of A.30 3 Resident Project Representative 1.3 35 Responsibilities, Contractor's G 23 Responsibilities, Engineer's 1 35 Responsibilities, City of Fayetteville's I 34 Retainage O.2.d 52 Reuse of Documents D.3 10 Rights -of -Way E. I I 1 Royalties, Patent Fees and G.6 27 Safety and Protection G.12 29 Samples, and Shop Drawings 6.14 30 Schedule of Shop Drawing Submissions C.5.b(2), O.1 7, 51 Schedule of Values C.5.b.(3),O.I 87 51 Schedule of Progress C.5,C.6,C.7,6.3,G.14,P.2.a.(6) 7,8,24130260 Schedules, Finalizing C.7 8 Shop Drawings and Samples GA I, G.14 29, 30 Shop Drawings, definition of A.32 3 Shop Drawings, Use of Substitutions G.4.a 24 Site, Visits to by Engineer 1.2 35 Specifications, definition of A.33 3 Specifications and Drawings B.5 6 Starting Construction, Before C.S, C.6 7, 8 Starting the Project CA 7 Stopping Work, by Contractor P.3 62 Stopping Work, by City of Fayetteville N.5 49 Subcontractor Bond F.7 22 Subcontractor, definition of A.34 4 Subcontractors - in General G.S.a 26 Subcontractors, Required Provisions G.S.a 26 Substitute or "Or -Equal" Items GA 24 Substantial Completion, Statement of 0.8 55 Substantial Completion, definition of A.35 4 Subsurface Conditions E.2.a, E.3 11, 13 vii viii LJ 11 I J [1 [I Page Paragraph Number Number Supplemental Costs L.4.a.(5) 40 Supplementary Conditions, definition of A.36 4 Supplementing Contract Documents D.2 9 Supplier, definition of A.37 4 Surety, Consent to Payment 0.11 57 Surety, Engineer's Duties J.1 O.a 37 Surety, Notice of Changes K.5 38 Surety, Qualification of F.1 14 Suspending Work, by City of Fayetteville P.l.a 59 Suspension of Work and Termination P 59 Superintendent, Contractor's G.l .b 23 Supervision and Superintendent G.1 23 Taxes G.9 28 Termination, by Contractor P.3 62 Termination, by City of Fayetteville P.2 60 Termination, Suspension of Work P 59 Tests and Observations N.3 47 Time, Change of Contract M .45 Time, Computation of T.2 65 Time, Contract, definition of A.1 1 2 Titles and Headings D.5 I 1 Unavoidable Delays M.2.b 46 Uncovering Work NA 48 Underground Facilities, definition of A.38 4 Underground Facilities, Not Shown or Indicated E.3.b 13 Underground Facilities, Protection of E.3.a.(2),G.12 13, 29 Underground Facilities, Shown or Indicated E.3.a 13 Unforseen Physical Conditions E.3 13 Unit Price Work, definition of A.39 4 Unit Price Work, general L.7,O.1,O.3,O.7.c 44151,52154 Unit Prices L.3.a, 0.3 39, 52 Unit Prices, Adjustment of L.7.c 44 Use of Premises G.10 28 Utility Owners G.7,G. I 2.a.(3),H. I (b) 27, 29, 33 Values, Schedule of 0.1 51 Variations in Work, Authorized G.13,J.5 30, 35 Visits to Site - by Engineer J.2 35 viii LJ 11 I J [1 [I Paragraph Number Page Number Waiver of Claims, on Final Payment 0.14 59 Waiver of Rights F.6 22 Waivers of Subrogation F.4.h 21 Warranty and Guarantee ICI 47 Warranty of Title, Contractor's 0.6 53 Work, Access to N.2 47 Work by Others H 33 Work, Cost -of- L.4 39 Work, Continuing During Disputes G.15 32 Work, definition of A.40 4 Work Directive Change, definition of A.41 4 Work Directive Change D.2.a.(3) 9 Work, Neglected by Contractor N.9 50 Work, Stopping by Contractor P.3 62 Work, Stopping by City of Fayetteville P.17 P.2 59, 60 Written Amendment, definition of A.42 5 Written Amendment D.2,K.1,L.2,M.1 93 38, 39, 45 ix [1 IGENERAL CONDITIONS 1 A. Definitions ' Whenever used in these General Conditions or in the other Contract Documents, the following terms have the meanings indicated which are applicable to both the singular and plural thereof: ' I . Addenda - Written or graphic instruments issued prior to the opening of Bids which clarify, correct or change the Bidding Documents or the Contract Documents. ' 2. Agreement - The written agreement between City of Fayetteville and Contractor covering the work to be performed; other Contract Documents are attached to the ' Agreement and made a part thereof as provided therein. 3. "As directed", "as permitted", "reviewed", or words of similar import mean the ' direction, requirements, or permission of the Engineer, unless stated otherwise. 4. "As shown", "as indicated", "as detailed", or words of similar import refer to the Contract Drawings unless stated otherwise. 5. Bid - The offer or proposal of the Bidder submitted on the prescribed form setting forth the prices for the work to be performed. 6. Bidder - Any person, partnership, corporation, association, or affiliation submitting a bid for the work. 1 7. Bonds - Bid, performance, and labor and material bonds and other instruments of security. t8. Change Order - A document recommended by the Engineer, which is signed by the Contractor and the City of Fayetteville authorizing an addition, deletion or revision ' in the work, or an adjustment in the contract price or the contract time, issued on or after the ' 9. Contract Documents - The Agreement, Addenda (which pertain to the Contract Documents), Contractor's Bid (including documentation accompanying the Bid and any post -Bid documentation submitted prior to the Notice of Award) when attached ' as an exhibit to the Agreement, the Bonds, these General Conditions, Conditions of Contract, the Specifications, the Plans and/or Drawings as the same are more specifically identified in the Agreement, together with all amendments, ' modifications, and supplements issued on or after the execution of the Agreement. I General Conditions City of Fayetteville ' Sanitary Sewer Improvements I 10. Contract Price - The moneys payable by the City of Fayetteville to the Contractor under the Contract Documents as stated in the Agreement. 1 1. Contract Time - The number of days (computed as provided in paragraph T.2) or the ' date stated in the Agreement for the completion of the work. 12. Contractor - The person, firm or corporation with whom the City of Fayetteville has entered into the Agreement. 13. Day - A calendar day of twenty-four hours measured from midnight to the next midnight. 14. Defective - An adjective which when modifying the word work refers to work that is faulty or deficient, or does not conform to the Contract Documents, or does not meet the requirements of any observation, reference standards test or review referred to in the Contract Documents, or has been damaged prior to Engineer's recommendation of final payment (unless responsibility for the protection thereof has been assumed by City of Fayetteville at Substantial Completion). 15. Drawings and/or Plans - The drawings and/or plans which show the character and scope of the work to be performed and which have been prepared or reviewed by the Engineer and are referred to in the Contract Documents. 16. Effective date of the Agreement - The date indicated in the Agreement on which it becomes effective, but if no such date is indicated it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 17. Engineer - The firm of RJN Group, Inc., Consulting Engineers, Dallas, Texas, acting through its authorized representatives. 18. Field Order - A written order issued by the Engineer which orders minor changes in the work in accordance with paragraph J.5 but which does not involve a change in the contract price or the contract time. 19. Final Acceptance - The date when the construction of the project is complete in accordance with the Contract Documents so that the entire project can be utilized for purposes for which it is intended and all monies due the Contractor have been paid him in the final payment estimate. 20. General Requirements - Sections of the Specifications. 21. Construction Observer - The authorized representative of the Engineer who is assigned to the site or any part thereof. 22. Laws and Regulations; Laws or Regulations - Laws, rules, regulations, ordinances, codes and/or orders. General Conditions City of Fayetteville Sanitary Sewer Improvements [l 1 1 1 I 1 1 1 1 ' 23. Notice of Award - The written notice by the City of Fayetteville to the apparent successful Bidder stating that upon compliance by the apparent successful Bidder with the conditions precedent enumerated therein, within the time specified, City of ' Fayetteville will sign and deliver the Agreement. 24. Notice to Proceed - A written notice given by the City of Fayetteville to the Contractor (with a copy to Engineer) fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform his obligation under the Contract Documents. ' 25. Owner - The public body or authority, corporation, association, partnership, or individual with whom the Contractor has entered into the Agreement and for whom ' the work is to be provided. 26. Partial Utilization - Placing a portion of the Work to be provided under the Contract ' Documents into the service for which it was intended, for the benefit of the City of Fayetteville. 27. Payment Request - The form reviewed by the Engineer which is to be used by the Contractor in requesting progress or final payment and which is to include such supporting documentation as is required by the Contract Documents. ' 28. Project - The total construction of which the work to be provided under the Contract Documents may be the whole, or a part as indicated elsewhere in the Contract Documents. ' 29. Provide - means "furnish and install". 30. Resident Project Representative - the authorized representative of the Engineer who is assigned to the site or any part thereof. t 31. Resident Engineer - The authorized representative of the Engineer who is assigned to the overall project and may have engineering personnel responsibility. ' 32. Shop Drawings - All drawings, diagrams, illustrations, schedules and other data which are specifically prepared by the Contractor, a Subcontractor, manufacturer, fabricator, supplier or distributor to illustrate some portion of the work and all ' illustrations, brochures, standard schedules, performance charts, instructions, diagrams and other information prepared by a manufacturer, fabricator, supplier or distributor and submitted by Contractor to illustrate material or equipment for some portion of the work. 33. Specifications - Those portions of the Contract Documents consisting of written ' technical descriptions of materials, equipment, construction systems, standards and workmanship as applied to the work and certain administrative details applicable thereto. 3 General Conditions City of Fayetteville ' Sanitary Sewer Improvements 34. Subcontractor - An individual, firm or corporation having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the work at the site. 35. Substantial Completion - A time at which the work (or a specified part thereof) has progressed to the point where, in the opinion of Engineer as evidenced by his definitive Statement of Substantial Completion, it is sufficiently complete, in accordance with the Contract Documents, so that the work (or specified part) can be utilized for the purposes for which it was intended; or if there be no such statement issued, when final payment is due in accordance with paragraph 0.8. The terms "substantially complete" and "substantially completed" as applied to any work refer to Substantial Completion thereof. 36. Supplementary Conditions - The part of the Contract Documents which amends or supplements these General Conditions. 37. Supplier - A manufacturer, fabricator, supplier, distributor, materialman or vendor. 38. Underground Facilities - All pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels or other such facilities or attachments, and any encasements containing such facilities which have been installed underground to furnish any of the following services or materials; electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, sewage and drainage removal, traffic or other control systems or water. 39. Unit Price Work - Work to be paid for on the basis of unit prices. 40. Work - The entire completed construction or the various separately identifiable parts thereof required to be furnished under the Contract Documents. Work is the result of performing services, furnishing labor and furnishing and incorporating materials and equipment into the construction, all as required by the Contract Documents. 41. Work Directive Change - A written directive to Contractor, issued on or after the Effective Date of the Agreement and signed by the City of Fayetteville and recommended by the Engineer, ordering an addition, deletion or revision in the Work, or responding to differing or unforeseen physical conditions under which the Work is to be performed as provided in paragraph E.2 or E.3 or to emergencies under paragraph G.13. A Work Directive Change may not change the Contract Price or the Contract Time, but is evidence that the parties expect that the change directed or documented by a Work Directive Change will be incorporated in a subsequently issued Change Order following negotiations by the parties as to its effect, if any, on the Contract Price or Contract Time as provided in paragraph L and M. General Conditions City of Fayetteville Sanitary Sewer Improvements I k 1 1 J 1 1 1 I r 42. Written Amendment - A written amendment of the Contract Documents, signed by City of Fayetteville and Contractor on or after the Effective Date of the Agreement and normally dealing with the nonengineering or nontechnical rather than strictly Work-related aspects of the Contract Documents. B. Contract Documents: Definitions General The Contract Documents comprise the following general classifications of documents, including all additions, deletions, and modifications incorporated therein before the execution of the Agreement: ' Bidding Documents ' Contractual Documents Conditions of the Contract 1 Specifications Drawings and/or Plans 2. Bidding Documents ' The Bidding Documents issued by the City of Fayetteville to assist Bidders in preparing their Bids include: ' a. Invitation to Bid bound herewith. b. Instructions to Bidders bound herewith. 'C. The Bid which is the offer of a Bidder to perform the work described in the Contract Documents, made out and submitted on the prescribed Bid form ' bound herewith, properly signed and guaranteed. d. Any Addenda issued during the time of Bidding, or forming a part of the t Contract Documents used by the Bidder for the preparation of his Bid, shall be covered in the Bid, and shall be made a part of the contract. Receipt of each Addendum shall be acknowledged in the Bid. General Conditions City of Fayetteville Sanitary Sewer Improvements 3. Contractual Documents a. Agreement The Agreement covers the performance of the work described in the Contract Documents, including all supplemental Addenda thereto and all general and special provisions pertaining to the work or materials therefor. The Agreement form is bound herewith. b. Bonds (1) Arkansas Statutory Performance and Payment Bond. 4. Conditions of the Contract a. General Conditions of the Contract bound herewith and of which this paragraph is a part. b. Supplementary Conditions of this Contract bound herewith. C. Federal/State laws and regulations applicable to this Contract and bound herewith. d. Wage requirements applicable to this Contract and bound herewith. 5. Specifications and Drawings a. Contract Specifications bound herewith, which are listed in the table of contents for these Contract Documents. b. Contract Drawings including but not limited to those listed in the drawing index of the Contract Drawings. C. Preliminary Matters I. Delivery of Bonds When Contractor delivers the executed Agreements to City of Fayetteville, Contractor shall also deliver to City of Fayetteville such Bonds as Contractor may be required to furnish in accordance with paragraph F.1. General Conditions 6 City of Fayetteville Sanitary Sewer Improvements 1 1 1 1 11 I ' 2. Copies of Documents City of Fayetteville shall furnish to Contractor up to five copies (unless otherwise ' specified) of the Contract Documents. Additional copies will be furnished, upon request, at the cost of reproduction. ' 3. Commencement of Contract Time; Notice to Proceed The Contract Time will commence to run on the thirtieth day after the Effective Date of The Agreement, or, if a Notice to Proceed is given, on the day indicated in the Notice to Proceed. A Notice to Proceed shall be given contingent to the receiving and approval of the Construction Schedule which is to be submitted at or before the Pre -Construction Conference. 4. Starting the Project ' a. Contractor shall start to perform the work within ten (10) calendar days from the date when the Contract Time commences to run, but nothing shall be done at the site prior to the date on which the Contract Time commences to run. b. The Contractor shall notify the City of Fayetteville in writing 48 hours before ' starting at the site or his intentions to do so. In case of a temporary suspension of work, he shall give reasonable notice before resuming work. 5. Before Starting Construction ' a. Before undertaking each part of the work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures shown ' thereon and all applicable field measurements. Contractor shall promptly report in writing to Engineer any conflict, error or discrepancy which Contractor may discover and shall obtain a written interpretation or clarification from Engineer before proceeding with any Work affected thereby; however, Contractor shall not be liable to City of Fayetteville or Engineer for failure to report any conflict, error or discrepancy in the Contract Documents, ' unless the Contractor had actual knowledge thereof or should reasonably have known thereof. Ib. On or before the Pre -Construction Conference (Unless otherwise specified), Contractor shall submit to Engineer for review: ' (1) An estimated progress schedule indicating the starting and completion dates of the various stages of the Work as set forth in Division 1 of these Contract Documents. ' (2) A preliminary schedule of Shop Drawing submissions. 7 General Conditions City of Fayetteville ' Sanitary Sewer Improvements (3) A preliminary schedule of values for all of the Work which will include quantities and prices of items aggregating the Contract Price and will subdivide the Work into component parts in sufficient detail to serve as the basis for progress payments during construction. Such prices will include an appropriate amount of overhead and profit applicable to each item of work which will be confirmed in writing by Contractor at the time of submission. C. Before a Notice to Proceed will be issued, the Contractor shall deliver to the City of Fayetteville, with a copy to the Engineer, certificates (and other evidence of insurance requested by City of Fayetteville) of insurance which the Contractor is required to purchase and maintain. d. Before beginning work in each Basin or Mini System, Contractor shall complete and furnish the Surface Video Documentation to the Engineer for approval. The Contractor may begin work in the respective area upon authorization from the Engineer in writing. 6. Pre -Construction Conference Within ten (10) days after the effective date of the Agreement, but before Contractor starts the work at the site, a conference will be held for review of the schedules referred to in paragraph C.5.b, to establish procedures for handling Shop Drawings and other submittals and for processing Applications for Payment, and to establish a working understanding among the parties as to the work. Finalizing Schedules a. At least ten (10) days before submission of the first Application for Payment a conference attended by Contractor, Engineer and others as appropriate will be held to finalize the schedules submitted in accordance with paragraph C.5.b. The finalized progress schedule will provide an orderly progression of the work to completion within the Contract Time, but review by the Engineer will neither impose on Engineer responsibility for the progress or scheduling of the work nor relieve Contractor from full responsibility therefore. The finalized schedule of Shop Drawing submissions will provide a workable arrangement for processing the submissions. The finalized schedule of values will be reviewed by the Engineer as to form and substance. D. Contract Documents: Intent and Reuse Intent a. The Contract Documents comprise the entire Agreement between City of Fayetteville and Contractor concerning the work. The Contract Documents will be construed in accordance with the law of the place of the Project. General Conditions City of Fayetteville Sanitary Sewer Improvements r 1 C' 1 I 1 1 1 1 I II II 1 2. b. It is the intent of the Specifications and Drawings to describe a complete project (or part thereof) to be constructed in accordance with the Contract Documents. Any work that may reasonably be inferred from the Specifications or Drawings as being required to produce the intended result shall be supplied whether or not it is specifically called for. When words which have a well-known technical or trade meaning are used to describe work, materials or equipment, such words shall be interpreted in accordance with such meaning. Reference to standard specifications, manuals or codes of any technical society, organization or association, or to the code of any governmental authority, whether such reference be specific or by implication, shall mean the latest standard specification, manual or code in effect at the time of opening of Bids (or, on the effective date of the Agreement if there were no Bids), except as may be otherwise specifically stated. However, no provision of any referenced standard specification, manual or code (whether or not specifically incorporated by reference in the Contract Documents) shall change the duties and responsibilities of City of Fayetteville, Contractor or Engineer, or any of their agents or employees from those set forth in the Contract Documents, nor shall it be effective to assign to Engineer, or any of Engineer's consultants, agents or employees, any duty or authority to supervise or direct the furnishing or performance of the work or any duty or authority to undertake responsibility contrary to the provisions of paragraph J.10.c or 1.10.d. Clarifications and interpretations of the Contract Documents shall be issued by Engineer. C. If, during the performance of the work, Contractor finds a conflict, error or discrepancy in the Contract Documents, Contractor shall so report to Engineer in writing at once and before proceeding with the work affected thereby shall obtain a written interpretation or clarification from Engineer; however, Contractor shall not be liable to City of Fayetteville or Engineer for failure to report any conflict, error or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof or should reasonably have known thereof. Amending and Supplementing Contract Documents a. The Contract Documents may be amended to provide for additions, deletions and revisions in the work or to modify the terms and conditions thereof in one or more of the following ways: (1) A formal written amendment. (2) A Change Order (pursuant to paragraph KA). (3) A work directive change (pursuant to paragraph K.1). Contract Price and Contract Time may only be changed by a Change Order or a written amendment as indicated in paragraphs L.2 and M.1. General Conditions City of Fayetteville Sanitary Sewer Improvements b. In addition, the requirements of the Contract Documents may be supplemented, and minor variations and deviations in the work may be authorized by: (1) Field Order (pursuant to paragraph J.5). (2) Engineer's review of a Shop Drawing or sample (pursuant to paragraphs ' G.I4.b.(1) or G. 14.d). (3) or Engineers written interpretation or clarification (pursuant to paragraph 14). Reuse of Documents Neither Contractor nor any Subcontractor, or Supplier or other person or organization performing or furnishing any of the work under a direct or indirect contract with City of Fayetteville shall have or acquire any title to or ownership rights in any of the Drawings, Specifications or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer; and they shall not reuse any of them on extensions of the Project or any other project without written consent of City of Fayetteville and Engineer and specific written verification or adaptation by Engineer. 4. Discrepancies and Omissions a. Should anything which is necessary for a clear understanding of the work be omitted from the Contract Documents, or should it appear that various instructions are in conflict, the Contractor shall secure written instructions from the Engineer before proceeding with the work affected by such omissions or discrepancies. b. In resolving inconsistencies among two or more sections of the Contract Documents, precedence shall be given in the following order: First Agreement Second Laws and Regulations Third Supplementary Conditions Fourth General Conditions Fifth Specifications Sixth Contract Drawings C. Figured dimensions on Plans shall take precedence over scale dimensions. Detailed Plans in the Documents shall take precedence over general Plans. General Conditions City of Fayetteville Sanitary Sewer Improvements 10 L 1 1 J [1 5. Titles and Headings a. The titles and headings printed on the Contract Drawings, in the General ' Conditions, in the Contract Specifications, and elsewhere in the Contract Documents are inserted for convenience and reference only, and shall not be taken or considered as having any bearing on the interpretation thereof. ' b. Separation of the Contract Specifications into Divisions and Sections shall not operate to make the Engineer an arbiter to establish limits of work between the Contractor and Subcontractors, or between trades. E. Availability of Lands, Physical Conditions: Reference Points 1. Availability of Lands City of Fayetteville shall furnish, as indicated in the Contract Documents, the lands upon which the work is to be performed, rights-of-way for access thereto, and such other lands which are designated for the use of Contractor. Easements for permanent structures or permanent changes in existing facilities will be obtained and paid for by City of Fayetteville, unless otherwise provided in the Contract Documents. If Contractor believes that any delay in City of Fayetteville's furnishing these lands, ' rights-of-way or easements entitles Contractor to an extension of the Contract Time, Contractor may make a claim thereof as provided in Paragraph M. Contractor shall provide for all additional lands and access thereto that may be required for temporary construction facilities or storage of materials and equipment. ' 2. Physical Conditions ' a. Explorations and Reports Reference is made to the Instructions to Bidders for identification of those reports of explorations and tests of subsurface conditions at the site that have been utilized by Engineer in preparation of the Contract Documents. Contractor may rely upon the accuracy of the technical data contained in such ' reports, but not upon nontechnical data, interpretations or opinions contained therein or for the completeness thereof for Contractor's purposes. Except as indicated in the immediately preceding sentence and in paragraph E.21, ' Contractor shall have full responsibility with respect to subsurface conditions at the site. ' b. Existing Structures Reference is made to the Instructions to Bidders for identification of those ' drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities referred to in paragraph E.3) which are at or contiguous to the site that have been utilized by Engineer ' 1 I General Conditions City of Fayetteville ' Sanitary Sewer Improvements in preparation of the Contract Documents. Contractor may rely upon the accuracy of the technical data contained in such drawings, but not for the completeness thereof for Contractor's purposes. Except as indicated in the . immediately preceding sentence and in paragraph E.2.17, Contractor shall have full responsibility with respect to physical conditions in or relating to such structures. C. Report of Differing Conditions If Contractor believes that any technical data on which Contractor is entitled to rely as provided in paragraphs E.2.a and E.2.b is inaccurate, or any physical condition uncovered or revealed at the site differs materially from that indicated, reflected or referred to in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before performing any work in connection therewith (except in an emergency as permitted by paragraph G.13), notify City of Fayetteville and Engineer in writing about the inaccuracy or difference. d. Engineer's Review Engineer will promptly review the pertinent conditions, determine the necessity of obtaining additional explorations or tests with respect thereto and advise City of Fayetteville in writing (with a copy to Contractor) of Engineer's findings and conclusions. C. Possible Document Change If Engineer concludes that there is a material error in the Contract Documents or that because of newly discovered conditions a change in the Contract Documents is required, a Work Directive Change or a Change Order will be issued as provided in Paragraph K to reflect and document the consequences of the inaccuracy or difference. Possible Price and Time Adjustments In each such case, an increase or decrease in the Contract Price or an extension or shortening of the Contract Time, or any combination thereof, will be allowable to the extent that they are attributable to any such inaccuracy or difference. If City of Fayetteville and Contractor are unable to agree as to the amount or length thereof, a claim may be made therefore as provided in Paragraph L and M. General Conditions 12 City of Fayetteville Sanitary Sewer Improvements 11 1 1 1 1 1 d 1 1 1 1 1 1 1 1 P 1 .1 1 CI 1 Li LII 11 11 I Physical Conditions - Underground Facilities a. b. Shown or Indicated The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the site is based on information and data furnished to City of Fayetteville or Engineer by the owners of such Underground Facilities or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: (1) City of Fayetteville and Engineer shall not be responsible for the accuracy or completeness of any such information or data; and, (2) Contractor shall have full responsibility for reviewing and checking all such information and data, for locating all underground facilities shown or indicated in the Contract Documents, for coordination of the work with the owners of such underground facilities during construction, for safety and protection thereof and repairing any damage thereto resulting from the work, the cost of all of which will be considered as having been included in the contract price. Not Shown or Indicated If an underground facility is uncovered or revealed at or contiguous to the site which was not shown or indicated in the Contract Documents and which Contractor could not reasonably have been expected to be aware of, Contractor shall, promptly atter becoming aware thereof and before performing any work affected thereby (except in an emergency as permitted by paragraph G.13), identify the owner of such underground facility and give written notice thereof to that owner and to City of Fayetteville and Engineer. Engineer will promptly review the underground facility to determine the extent to which the Contract Documents should be modified to reflect and document the consequences of the existence of the underground facility, and the Contract Documents will be amended or supplemented to the extent necessary. During such time, Contractor shall be responsible for the safety and protection of such underground facility as provided in paragraphs G.12.a and G.12.b. Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, to the extent that they are attributable to the existence of any underground facility that was not shown or indicated in the Contract Documents and which Contractor could not reasonably have been expected to be aware of If the parties are unable to agree as to the amount or length thereof, Contractor may make a claim therefore as provided in Paragraphs L and M. 13 General Conditions City of Fayetteville Sanitary Sewer Improvements F 4. Reference Points City of Fayetteville shall provide engineering surveys for construction to establish reference points which in his judgment are necessary to enable Contractor to proceed with the work (unless otherwise specified), Contractor shall be responsible for laying out the work shall protect and preserve the established reference points, and shall make no changes or relocations without the prior written approval of City of Fayetteville. Contractor shall report to Engineer whenever any reference point is lost, destroyed, or requires relocation because of necessary changes in grades or locations, and shall be responsible for replacement or relocation of such reference points by professionally qualified personnel. Bonds and Insurance Performance and Other Bonds The Contractor shall, at the time he executes the Agreement, furnish bonds payable to the City of Fayetteville in the form set forth herein, secured by a surety company acceptable to the City of Fayetteville, as follows: a. Arkansas Statutory Performance and Payment Bond in an amount equal to 100 percent of the total contract price conditioned upon the faithful performance of all covenants and stipulations under the contract and holding good for a period of two years after the date when final payment becomes due, except as otherwise provided by law or regulation or by the Contract Documents to protect the City of Fayetteville against the results of defective materials, workmanship, and equipment during that time. b. It is the responsibility of the Contractor to notify all surety companies and other signers of any of the bonds listed above, to familiarize themselves with all of the conditions and provisions of this Contract. All surety companies and other signers shall waive their right of notification by the City of Fayetteville of any change or modification of this Contract, or of decreased or increased work, or of the cancellation of this Contract, or of any other acts by the City of Fayetteville or its authorized employees or agents under the terms of this Contract. The waiver by the surety companies and other signers shall in no way relieve the surety companies and other signers of their obligations under this Contract. C. If the Surety on any Bond furnished by Contractor is declared bankrupt, or becomes insolvent, or its right to do business is terminated in any state where any part of the Project is located, or it ceases to meet the requirements herein, Contractor shall within five days thereafter substitute another Bond and Surety, both of which shall be acceptable to City of Fayetteville. General Conditions 14 City of Fayetteville Sanitary Sewer Improvements I 1 1 1 1 LJ ' d. All Bonds shall be in the forms prescribed by law or regulation or by the Contract Documents and be executed by such sureties as are named in the current list of "Companies Holding Certificates of Authority as Acceptable ' Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Audit Staff Bureau of Accounts, U.S. Treasury Department. All Bonds signed by an agent must be ' accompanied by a certified copy of the authority to act. 2. Contractor's Liability Insurance a. The Contractor shall obtain, purchase, and maintain throughout the duration of the contract, including all excepted time extensions, all insurance coverages ' described below. The Contractor shall purchase from and maintain in a company or companies lawfully authorized to do business in the jurisdiction in which the Project is located, such insurance as will protect the contractor from ' claims set forth below which may arise out of or result from the Contractor's operations under the Contract, and for which the Contractor may be legally liable, whether such operations be by the Contractor or by a Subcontractor or ' by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable: (1) claims under workers' or workmens' compensation, disability benefit 1 and other similar employee benefit acts which are applicable to the Work to be performed; ' (2) claims for damages because of bodily injury, occupational sickness or disease, or death of the Contractor's employees; ' (3) claims for damages because of bodily injury, sickness or disease, or death of any person other than the Contractor's employees; ' (4) claims for damages insured by usual personal injury liability coverage which are sustained (1) by a person as a result of an offense directly or indirectly related to employment of such person by the Contractor, or ' (2) by another person; (5) claims for damages, other than to the Work itself, because of injury to ' or destruction of tangible property, including loss of use resulting therefrom; ' (6) claims for damages because of bodily injury, death of a person or property damage arising out of ownership, maintenance or use of any motor vehicle; and (7) claims involving contractual liability insurance applicable to the Contractor's obligations under Paragraph G.16. ' 15 General Conditions City of Fayetteville ' Sanitary Sewer Improvements b. The insurance required by Subparagraph F.2.a shall be written for not less than limits of liability specified in the Contract Documents, Supplemental Conditions, or required by law, whichever coverage is greater. Coverages, whether written on an occurrence or claims -made basis, shall be maintained without interruption from date of commencement of the work until date of final payment and termination of any coverage required to be maintained after final payment. Notwithstanding the above, the insurance required by paragraph F.2 shall be on an occurrence basis. Such insurance shall be written to include the following coverages and for not less than the following minimum limits or greater if required by law: (1) Workers Compensation, Occupational Disease and Employer's Liability Insurance: (a) State: Arkansas - Statutory limits. (b) Applicable Federal (if any) - Statutory limits. 1 (c) Employer's Liability - if applicable in state , Bodily Injury by Accident - $500,000 each accident Bodily Injury by Disease - $500,000 each employee Bodily Injury by Disease - $500,000 each policy limit (2) Commercial General Liability Insurance including as minimum coverages: (a) General Conditions City of Fayetteville Sanitary Sewer Improvements -Premises - Operations Liability -Independent Contractor's Protective Liability -Products and Completed Operations Liability -Broad Form Property Damage Endorsement -Blanket Contractual -Personal Injury, with Employment Exclusion deleted Special Requirements: i. Property Damage Liability Insurance will provide "X, C, and U" (Explosion, collapse and underground hazard) coverage as applicable. ii. Products and Completed Operations to be maintained for (2)* years after final payment. 16 11 1 11 I F C 1 Lei JAI C iii. The City of Fayetteville, Engineer, their consultants, agents and employees, shall be named as "additional insureds" on the commercial general liability policy of the general contractor and/or subcontractor of any tier. (b) Limits of Liability: $1,000,000 Each occurrence as respects Bodily Injury Liability or Property Damage Liability, or both combined. $2,000,000 $1,000,000 $1,000,000 (3) Automobile Liability Insurance: (a) Special Requirements: (4) General Aggregate Products/Completed Operations Aggregate Personal and Advertising Injury i. All owned, hired, and non -owned vehicles including the loading or unloading thereof. ii. The City of Fayetteville, Engineer, their consultants, agents and employees, shall be named as "additional insureds" on the commercial automobile liability policy of the general contractor and/or subcontractor of any tier. (b) Limits of Liability: $1,000,000 Each occurrence as respects Bodily Injury Liability or Property Damage Liability, or both combined. City of Fayetteville's and Contractor's Protective LiabilityInsurance: The Contractor will furnish and maintain this separate policy during the entire period of construction an City of Fayetteville's Protective Liability Policy written in the name of the City of Fayetteville, engineer, and engineer's consultants, with the following limits of liability: 17 General Conditions City of Fayetteville Sanitary Sewer Improvements Limits of Liability $1,0001000 Each occurrence as respects Bodily Injury Liability or Property Damage Liability, or both combined. $2,000,000 General Aggregate (5) Umbrella/Excess Liability Insurance: Limits of Liability $5,000,000 Each Occurrence (minimum) $5,0001000 Aggregate (minimum) C. Certificates of Insurance for the above coverages and the City of Fayetteville's Protective Policy shall be submitted to the Engineer for transmittal to the City of Fayetteville for his approval prior to the start of construction. The Contractor shall certify to the City of Fayetteville that he has obtained or will obtain similar certificates of insurance from each of his Subcontractors before their work commences. Each Subcontractor must be covered by insurance of the same character and in the same amounts as the Contractor unless the Contractor and City of Fayetteville agree that a reduced coverage is adequate. Each subcontractor's insurance shall cover the City of Fayetteville, Engineer, their agents and employees. The Contractor shall submit a statement with each monthly affidavit stating that he has obtained certificates of insurance, or other satisfactory evidence, that all required insurance is in force for each of the Subcontractors listed on his affidavit. If the "additional insureds" have other insurance which is applicable to the loss, it shall be on an excess or contingent basis. The amount of the company's liability under this policy shall not be reduced by the existence of such other insurance. Contractors certificates shall be in duplicate on standard Acord forms. Certificate of insurance shall contain a statement therein or a rider attached thereto incorporating the indemnity clause stated in Paragraph G. 16 (Indemnification) of the General Conditions, and including the changes and additions made in those subparagraphs or within the Supplemental General Conditions. These Certificates and the insurance policies required by this Paragraph F.2 shall contain a provision that coverages afforded under the policies will not be canceled or allowed to expire until at least thirty (30) days' prior written notice has been given to the City of Fayetteville and Engineer. If any of the foregoing insurance coverages are required to remain in force after final payment and are reasonably available, an additional certificate evidencing General Conditions 18 City of Fayetteville Sanitary Sewer Improvements 11 �I �I 11 ' continuation of such coverage shall be submitted with the final Application for Payment. Information concerning reduction of coverage shall be furnished by the Contractor with reasonable promptness in accordance with the Contractor's ' information and belief. The obligations of the Contractor under the provisions of this article shall not extend to the liability of the Engineer, his agents or employees arising out of (1) the preparation or approval of maps, drawings, opinions, reports, surveys, change orders, designs, or specifications, or (2) the giving of or the failure to ' give directions or instructions by the Engineer, his agents or employees to the extent that such giving or failure to give is the cause of the injury or damage. ' 3. City of Fayetteville's Liability Insurance a. The City of Fayetteville shall be responsible for purchasing and maintaining the City of Fayetteville's usual liability insurance. Optionally, the City of Fayetteville may purchase and maintain other insurance for self-protection against claims which may arise from operations under the Contract. The Contractor shall not be responsible for purchasing and maintaining this ' optional City of Fayetteville's liability insurance unless specifically required by the Contract Documents. ' 4. Property Insurance a. Unless otherwise provided, the Contractor shall purchase and maintain, in a ' company or companies lawfully authorized to do business in the jurisdiction in which the Project is located, property insurance in the amount of the initial Contract Sum as well as subsequent modifications thereto for the entire Work ' at the site on a replacement cost basis without voluntary deductibles. Such property insurance shall be maintained, unless otherwise provided in the Contract Documents or otherwise agreed in writing by all persons and entities who are beneficiaries of such insurance, until final payment has been made as ' provided in Paragraph 0.12 or until no person or entity other than the City of Fayetteville has an insurable interest in the property required by this Paragraph F.3 to be covered, whichever is earlier. This insurance shall include interests ' of the City of Fayetteville, Engineer, the Contractor, Subcontractors and Sub - subcontractors in the Work. ' Property insurance shall be on all-risk policy form and shall insure against the perils of fire and flood and extended coverage and physical loss or damage including, without duplication of coverage, theft, vandalism, malicious mischief, collapse, false -work, temporary buildings and debris removal including demolition occasioned by enforcement of any applicable legal requirements, and shall cover reasonable compensation for Engineer's services and expenses required as a result of such insured loss. Coverage for other perils shall not be required unless otherwise provided in the Contract Documents. ' 19 General Conditions City of Fayetteville ' Sanitary Sewer Improvements Property Insurance provided by Contractor shall not cover any tools, apparatus, machinery, scaffolding, hoists, forms, staging, shoring and other similar items commonly referred to as construction equipment, which may be on the site and the capital value of which is not included in the Work. The Contractor shall make his own arrangements for any insurance he may require on such construction equipment. If the Contractor does not intend to purchase such property insurance required by the Contract and with all of the coverages in the amount described above, the Contractor shall so inform the City of Fayetteville in writing prior to commencement of the Work. The City of Fayetteville may then effect insurance which will protect the interests of the City of Fayetteville, . Contractor, Subcontractors and Sub -subcontractors in the Work, and by appropriate Change Order the cost thereof shall be charged to the Contractor. If the City of Fayetteville is damaged by the failure or neglect of the Contractor to purchase or maintain insurance as described above, without so notifying the City of Fayetteville, the Contractor shall bear all reasonable costs properly attributable thereto. If the property insurance required minimum deductibles and such deductibles are identified in the Contract Documents, the Contractor shall pay costs not covered because of such deductibles. If the City of Fayetteville or insurer increases the required minimum deductibles above the amounts so identified or if the City of Fayetteville elects to purchase this insurance with voluntary deductible amounts, the City of Fayetteville shall be responsible for payment of the additional costs not covered because of such increased or voluntary deductibles. If deductibles are not identified in the Contract Documents, the Contractor shall pay costs not covered because of deductibles. The property insurance for the Work requires a maximum deductible of. $10,000 per claim. b. Partial Utilization - Property Insurance If City of Fayetteville finds it necessary to occupy or use a portion or portions of the work prior to substantial completion of all the work, such use or occupancy may be accomplished in accordance with the provision for partial utilization; provided that no such use or occupancy shall commence before the insurers providing the property insurance have acknowledged notice thereof and in writing effected the changes in coverage necessitated thereby. The insurers providing the property insurance shall consent by endorsement on the policy or policies, but the property insurance shall not be canceled or lapse on account of any such partial use or occupancy. General Conditions 20 City of Fayetteville Sanitary Sewer Improvements l; 1 II L [l L I 1 C. Boiler and Machinery Insurance 1 1 The Contractor shall purchase and maintain boiler and machinery insurance required by the Contract Documents or by law, which shall specifically cover such insured objects during installation and until final acceptance or unless agreed otherwise by the City of Fayetteville; this insurance shall include interests of the City of Fayetteville, Contractor, Subcontractors and Sub - subcontractors in the Work, and the City of Fayetteville and Contractor shall be named insureds. 1 d. Loss of Use Insurance The City of Fayetteville, at the City of Fayetteville's option, may purchase and 1 maintain such insurance as will insure the City of Fayetteville against loss of use of the City of Fayetteville's property due to fire or other hazards, however caused. 1 e. If the City of Fayetteville requests in writing that insurance for risks other than those described herein or for other special hazards be included in the property 1 insurance policy, the Contractor shall, if possible, include such insurance, and the cost thereof shall be charged to the City of Fayetteville by appropriate Change Order. 1 f. If during the Project construction period the City of Fayetteville insures properties, real or personal or both, adjoining or adjacent to the site by property insurance under policies separate form those insuring the Project, or if after 1 final payment property insurance is to be provided on the completed Project through a policy or policies other than those insuring the Project during the construction period, the City of Fayetteville shall waive all right in accordance 1 with the terms of Subparagraph F.4.h for damages caused by fire or other perils covered by this separate property insurance. All separate policies shall provide this waiver of subrogation by endorsement or otherwise. 1 g. Before an exposure to loss may occur, the Contractor shall file with the City of Fayetteville a copy of each policy that includes insurance coverages required by the Paragraph F.4. Each policy shall contain all generally applicable 1 conditions, definitions, exclusions and endorsements related to this Project. Each policy shall contain a provision that the policy will not be canceled or allowed to expire until at least 30 days prior written notice has been given to 1 the City of Fayetteville. It. Waivers of Subrogation 1 If permitted by the City of Fayetteville's and Contractor's insurance companies, without penalties, the City of Fayetteville and Contractor waive all rights 1 against (1) each other and any of their Subcontractor, Sub -subcontractors, agents and employees, each of the other, and (2) the Engineer, Engineer's consultants, separate contractors if any, and any of their Subcontractors, Sub- 1 21 General Conditions City of Fayetteville 1 Sanitary Sewer Improvements !J subcontractors, agents and employees, for damages caused by fire or other ' perils to the extent covered by property insurance obtained pursuant to this Paragraph FA or other property insurance applicable to the Work, except such rights as they have to proceeds of such insurance held by the City of ' Fayetteville as fiduciary. The City of Fayetteville or Contractor, as appropriate, shall require of the Engineer, Engineer's consultants, separate contractors if any, and the Subcontractors, Sub -subcontractors, agents and ' employees of any of them, by appropriate agreements, written where legally required for validity, similar waivers each in favor of other parties enumerated herein. The policies shall provide such waivers of subrogation by endorsement or otherwise. A waiver of subrogation shall be effective as to a person or ' entity even though that person or entity would otherwise have a duty of indemnification, contractual or otherwise did not pay the insurance premium directly or indirectly, and whether or not the person or entity had an insurable interest in the property damaged. Miscellaneous Requirements , a. All insurance coverage shall be provided by insurance companies having policy holder ratings no lower than "A" and financial ratings not lower than ' "XII" in the Best's Insurance Guide, latest edition in effect as of the date of the Contract. b. The Contractor is responsible for determining that Subcontractors are , adequately insured against claims arising out of or relating to the Work. The premium cost and charges for such insurance shall be paid by each Subcontractor. ' C. The limits of liability as stated, may be arrived at using a Split -Limit or a Combined Single Limit basis. However, the total limit of liability shall not be ' less than that stated in the requirements. 6. Notification of Insurance Companies ' It is the responsibility of the Contractor to notify all insurance companies to familiarize themselves with all of the conditions and provisions of this Contract. The , insurance companies shall waive their right of notification by the City of Fayetteville of any change or modification of this Contract, or of decreased or increased work, or of the cancellation of this Contract, or of any other acts by the City of Fayetteville or its authorized employees or agents under the terms of this Contract. The waiver by ' the insurance companies shall in no way relieve the insurance companies of their obligations under this Contract. T Subcontractor Bond , The Contractor must secure from listed subcontractors a payment and performance ' bond if subcontractor bid is in excess of fifty thousand dollars ($50,000); and for other purposes as prescribed in Arkansas Senate Bill, Act 190 as enacted 1/28/93. General Conditions 22 ' City of Fayetteville Sanitary Sewer Improvements ' 7 ' G. Contractor's Responsibilities 1. Supervision and Superintendent a. Contractor shall supervise and direct the work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences and procedures of construction, but Contractor shall not be solely ' responsible for the negligence of others in the design or selection of a specific means, method, technique, sequence or procedure of construction which is indicated in and required by the Contract Documents. Contractor shall be ' responsible to see that the finished work complies accurately with the Contract Documents. b. Contractor shall keep on the work at all times during its progress a competent resident superintendent, who shall not be replaced without written notice to City of Fayetteville and Engineer except under extraordinary circumstances. The superintendent will be Contractor's representative at the site and shall have authority to act on behalf of Contractor. All communications given to the superintendent shall be as binding as if given to Contractor. C. During the performance of this Contract, the Contractor shall maintain a suitable office at the site of the work which shall be the headquarters of the foreman or superintendent authorized to receive drawings, instructions, or other communications, articles, or things from the City of Fayetteville or its agents; and any such thing given to the said foreman or superintendent or delivered to the Contractor's office at the site of the work in his absence shall ' be deemed to have been given to the Contractor. The Contractor shall have a telephone installed in this office. ' 2. Labor, Materials and Equipment a. Contractor shall provide competent, suitably qualified personnel to survey and ' lay out the work and perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the site. Except in connection with the safety or protection of persons, or the ' work, or property at the site or adjacent thereto, all work at the site shall be performed during regular working hours, and Contractor will not permit overtime work or the performance of work on Saturday, Sunday or any legal ' holiday without City of Fayetteville's written consent given after prior written notice to Engineer. Regular working hours shall be a consecutive eight hour period between the hours of seven o'clock A.M. and six o'clock P.M., Monday through Friday. t23 General Conditions City of Fayetteville ' Sanitary Sewer Improvements b. Unless otherwise specified in the General Requirements, Contractor shall furnish all materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water and sanitary facilities, and all other facilities and incidentals necessary for the execution, testing, initial operation and completion of the work. C. All materials and equipment shall be of good quality and new, except as otherwise provided in the Contract Documents. If required by Engineer, Contractor shall famish evidence (including reports or required tests) as to the kind and quality of materials and equipment. All materials and equipment shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable Supplier except as otherwise provided in the Contract Documents; but no provision of any instructions will be effective to assign to Engineer, or any of Engineer's consultants, agents or employees, any duty or authority to supervise or direct the furnishing or performance of the work or any duty or authority to undertake responsibility contrary to the provisions of paragraph J.I O.c or J.I O.d. 3. Adjusting Progress Schedule Contractor shall submit to Engineer for review (to the extent indicated in paragraph C.7) adjustments in the progress schedule to reflect the impact thereon of new developments; these will conform generally to the progress schedule then in effect and additionally will comply with any provisions of the General Requirements applicable thereto. 4. Substitute or "Or -Equal" Items a. Whenever materials or equipment are specified or described in the Drawings or Specifications by using the name or a proprietary item of the name of a particular Supplier, the naming of the item is intended to establish the type, function and quality required. Unless the name is followed by words indicating that no substitution is permitted, materials or equipment of other Suppliers may be reviewed by Engineer if sufficient information is submitted by Contractor to allow Engineer to determine that the material or equipment proposed is equivalent to that named. The procedure for review by Engineer will include the following as supplemented in the General Requirements. Requests for review of substitute items of material and equipment will not be reviewed by Engineer from anyone other than Contractor. If Contractor wishes to furnish or use a substitute item of material or equipment, Contractor shall make written application to Engineer for review thereof, certifying that the proposed substitute will perform adequately the functions and achieve the results called for by the general design, be similar and of equal substance to that specified and be suited to the same use and capable of performing the same function as that specified. The application will state that the evaluation and review of the proposed substitute will not prejudice Contractor's General Conditions 24 City of Fayetteville Sanitary Sewer Improvements I, 111 1 I achievement of Substantial Completion on time, whether or not review of the substitute for use in the work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City of ' Fayetteville for work on the Project) to adapt the design to the proposed substitute and whether or not incorporation or use of the substitute in connection with the work is subject to payment of any license fee or royalty. All variations of the proposed substitute from that specified shall be identified in the application and available maintenance, repair and replacement service will be indicated. The application will also contain an itemized estimate of all costs that will result directly or indirectly for use of such substitute, including costs or redesign and claims of other contractors affected by The resulting change, all of which shall be considered by Engineer in evaluating the proposed substitute. Engineer may require Contractor to furnish at Contractor's expense additional data about the proposed substitute. Engineer will be the sole reviewer, and no substitute will be ordered or installed unless ' Engineer has agreed to the use of the substitute in writing. City of Fayetteville may require Contractor to furnish at Contractors expense a special performance guarantee or other surety with respect to any substitute. ' Contractor will not be entitled to a change in Contract Time and/or Contract Price for any additional expenses associated with providing substitutions or "or -equal" items. b. If a specific means, method, technique, sequence or procedure of construction is indicated in or required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, sequence, technique or procedure of ' construction to be reviewed by the Engineer, if Contractor submits sufficient information to allow Engineer to determine that the substitute proposed is equivalent to that indicated or required by the Contract Documents. The ' procedure for review by Engineer will be similar to that provided in paragraph GAa as applied by Engineer and as may be supplemented in the General Requirements. 'C. Engineer will be allowed a reasonable time within which to evaluate each proposed substitute. Engineer will be the sole reviewer, and no substitute will be ordered, as evidenced by either a Change Order or an approved Shop Drawing. City of Fayetteville may require Contractor to furnish at Contractor's expense a special performance guarantee or other surety with respect to any substitute. Engineer will record time required by Engineer and Engineer's consultants in evaluating substitutions proposed by Contractor and in making changes in the Contract Documents occasioned thereby. Whether or not Engineer reviews a proposed substitute, Contractor shall reimburse City of Fayetteville for the charges of Engineer and Engineers consultants for evaluating each proposed substitute. 1 25 General Conditions City of Fayetteville Sanitary Sewer Improvements Concerning Subcontractors, Suppliers and Others Contractor shall not employ any Subcontractor, Supplier or other person, or organization (including those reviewed by the City of Fayetteville and Engineer as indicated in paragraph G.5.b), whether initially or as a substitute, against whom City of Fayetteville or Engineer may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier or other person or organization to furnish or perform any of the work against whom Contractor has reasonable objection. b. If the Specifications require the identity of certain Subcontractors, Suppliers or other persons or organizations (including those who are to furnish the principal items of materials and equipment) to be submitted to City of Fayetteville in advance of the specified date prior to the Effective Date of the Agreement for review by City of Fayetteville and Engineer and if Contractor has submitted a list thereof in accordance with the Specifications, City of Fayetteville's or Engineers review (either in writing or by failing to make written objection thereto by the date indicated for review or objection in the bidding documents or the Contract Documents) of any such Subcontractor, Supplier or other person or organization so identified may be revoked on the basis of reasonable objection after due investigation, in which case Contractor shall submit a substitute, the Contract Price will be increased by the difference in the cost occasioned by such substitution and an appropriate Change Order will be issued or Written Amendment signed. No review by City of Fayetteville or Engineer of any such Subcontractor, Supplier or other person or organization shall constitute a waiver of any right of City of Fayetteville or Engineer to reject defective work. C. If the Bid requires the listing of Suppliers for certain equipment items, the Contractor will be required to provide a Supplier that conforms to the Specifications and performs adequately the functions and achieves the results called for by the general design. The Contractor will not be entitled to an increase in Contract Price or Contract Time if the listed Supplier does not conform to the Specifications. The Engineer and City of Fayetteville will not accept or approve the listed Suppliers prior to the Effective Date of the Agreement. The Engineer's review of Suppliers shop drawings will determine general conformance to the Specifications and shall not constitute a waiver of any right of City of Fayetteville or Engineer to reject defective work. This paragraph waives the requirements in paragraph G.5.b. d. Contractor shall be fully responsible to City of Fayetteville and Engineer for all acts and omissions of the Subcontractor, Suppliers and other persons and organizations performing or furnishing any of the work under a direct or indirect contract with Contractor just as Contractor is responsible for Contractors own acts and omissions. Nothing in the Contract Documents shall create any contractual relationship between City of Fayetteville or Engineer and any such Subcontractor, Supplier or other person or organization, nor shall it create any obligation on the part of City of Fayetteville or Engineer to pay or General Conditions 26 City of Fayetteville Sanitary Sewer Improvements 1 I I I J 11 1 I 1 1 to see to the payment of any moneys due any such Subcontractor, Supplier or other person or organization except as may otherwise be required by Laws and Regulations. e. The divisions and sections of the Specifications and the identifications of any Drawings shall not control Contractor in dividing the work among Subcontractors or Suppliers or delineating the work to be performed by any specific trade. All work performed for Contractor by a Subcontractor will be pursuant to an appropriate agreement between Contractor and the Subcontractor which specifically binds the Subcontractor to the applicable terms and conditions of the Contract Documents for the benefit of City of Fayetteville and Engineer and contains waiver provisions as required by paragraph F.6. Contractor shall pay each Subcontractor a just share of any insurance monies received by Contractor on account of losses under policies issued pursuant to paragraph F.2.d. 6. Patent Fees and Royalties Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the work or the incorporation in the work of any invention, design, process, product or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the work, and if to the actual knowledge of City of Fayetteville or Engineer, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others. The existence of such rights shall be disclosed by City of Fayetteville in the Contract Documents. Contractor shall indemnify and hold harmless the City of Fayetteville, Engineer, and anyone directly or indirectly employed by either of them from and against all claims, damages, losses and expenses (including attomeys' fees and court and arbitration costs) arising out of any infringement of patent rights or copyrights incident to the use in the performance of the work or resulting from the incorporation in the work of any invention, design, process, product, or device not specified in the Contract Documents, and shall defend all such claims in connection with any alleged infringement of such rights. Permits Contractor shall obtain and pay for all construction permits and licenses unless otherwise stated. City of Fayetteville shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges ' and construction observation fees necessary for the prosecution of the work, which are applicable at the time of opening of Bids, or if there are no Bids on the Effective Date of the Agreement. Contractor shall pay all charges of utility service companies ' for connections to the work, and City of Fayetteville shall pay all charges of such companies for capital costs related thereto such as plant investment fees. ' 27 General Conditions City of Fayetteville ' Sanitary Sewer Improvements I 8. Laws and Regulations ' a. Contractor shall give all notices and comply with all Laws and Regulations applicable to furnishing and performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, neither City of Fayetteville nor Engineer shall be responsible for monitoring Contractor's ' compliance with any Laws or Regulations. , b. If Contractor observes that the Specifications or Drawings are at variance with any Laws or Regulations, Contractor shall give Engineer prompt written notice thereof, and any necessary changes will be authorized by one of the methods indicated in paragraph D.2. if Contractor performs any Work knowing or having reason to know that it is contrary to such Laws or Regulations, and ' without such notice to Engineer, Contractor shall bear all costs arising therefrom; however, it shall not be Contractor's primary responsibility to make certain that the Specifications and Drawings are in accordance with such Laws and Regulations. ' 9. Taxes Contractor shall pay all sales, consumer, use and other similar taxes required to be ' paid by Contractor in accordance with the Laws and Regulations of the place of the Project which are applicable during the performance of the Work. ' 10. Use of Premises a. Contractor shall confine construction equipment, the storage of materials, and , equipment and the operations of workers to the Project site and land and areas identified in and permitted by the Contract Documents and other land and , areas permitted by Laws and Regulations, rights-of-way, permits and easements, and shall not unreasonably encumber the premises with construction equipment, or other materials, or equipment. Contractor shall ' assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof or of any land or areas contiguous thereto, resulting from the performance of the Work. Should any claim be made against City of ' Fayetteville or Engineer by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to settle with such other party by agreement or otherwise resolve the claim by arbitration or at ' law. Contractor shall, to the fullest extent permitted by Laws and Regulations, indemnify and hold City of Fayetteville and Engineer harmless from and against all claims, damages, losses and expenses (including, but not limited to, fees of engineers, architects, attorneys and other professionals and court and arbitration costs) arising directly, indirectly or consequentially out of any action, legal or equitable, brought by any such other party against City of Fayetteville or Engineer to the extent based on a claim arising out of ' Contractors performance of the Work. General Conditions 28 , City of Fayetteville Sanitary Sewer Improvements ' 1 I b. During the progress of the work, Contractor shall keep the work site free from accumulations of waste materials, rubbish, and other debris resulting from the work. At the completion of the work Contractor shall remove all waste materials, rubbish, and debris from and about the premises as well as all tools, appliances, construction equipment, and machinery, and surplus materials, and shall leave the site clean and ready for occupancy by City of Fayetteville. Contractor shall restore to their original condition those portions of the site not designated for alteration by the Contract Documents. C. Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the work or adjacent property to stresses or pressures that will endanger it. 11. Record Documents ' Contractor shall maintain in a safe place at the site one record copy of all Drawings, Specifications, Addenda, Written Amendments, Change Orders, Work Directive Changes, Field Orders and written interpretations and clarifications (issued pursuant to paragraph J.4) in good order and annotated to show all changes made during construction. These record documents together with all approved samples and a counterpart of all approved Shop Drawings will be available to Engineer for ' reference. Upon completion of the Work, these record documents, samples and Shop Drawings will be delivered to Engineer for City of Fayetteville. 12. Safety and Protection a. Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the work. Contractor shall 1 take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury, or loss to: (I) All employees on the work site and other persons who may be affected thereby. (2) All the work and all materials or equipment to be incorporated therein, whether in storage on or off the site. (3) Other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures and utilities not designated for removal, relocation, or replacement in the course of construction. b. Contractor shall comply with all applicable Laws and Regulations of any public body having jurisdiction for the safety of persons or property or to ' protect them from damage, injury or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify ' 29 General Conditions City of Fayetteville ' Sanitary Sewer Improvements I 1 owners of adjacent property, Underground Facilities, and utility owners when ' prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation and replacement of their property. All damage, injury or loss to any property referred to in paragraph G.12.a.(]) or G.12.a.(3) 1 caused, directly or indirectly, in whole or in part, by Contractor, any Supplier or any other person or organization directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, shall be remedied by 1 Contractor (except damage or loss attributable to the fault of Drawings or Specifications or to the acts or omissions of City of Fayetteville or Engineer or anyone employed by either of them or anyone for whose acts either of them may be liable, and not attributable, directly or indirectly, in whole or in part, to 1 the fault or negligence of Contractor). Contractors duties and responsibilities for the safety and protection of the work shall continue until such time as all the work is completed and Engineer has issued a notice to City of Fayetteville 1 and Contractor in accordance with paragraph 0.12 that the work is acceptable (except as otherwise expressly provided in connection with Substantial Completion). , C. Contractor shall designate a responsible member of his organization at the site whose duty shall be the prevention of accidents. This person shall be ' Contractor's superintendent unless otherwise designated in writing by Contractor to City of Fayetteville. 13. Emergencies ' In emergencies affecting the safety or protection of persons, the work, or property at ' the site or adjacent thereto, Contractor, without special instruction or authorization from Engineer or City of Fayetteville, is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give Engineer prompt written notice of any significant changes in the work or deviations from the Contract Documents caused thereby. If Engineer determines that a change in the Contract Documents is required because of the action taken in response to an emergency, a Work Directive Change or Change Order will be issued to document the consequences of the changes or 1 variations. 14. Shop Drawings and Samples a. After checking and verifying all field measurements and after complying with applicable procedures specified in the General Requirements, Contractor shall 1 submit to Engineer for review, in accordance with the Special Conditions section of this specification, submissions which will bear a stamp or specific written indication that Contractor has performed Contractors responsibilities under the Contract Documents with respect to the review of the submission. All submissions will be identified as Engineer may require. The data shown on the Shop Drawings will be complete with respect to dimensions, design criteria, materials of construction, and like information to enable Engineer to review the information as required. General Conditions 30 1 City of Fayetteville Sanitary Sewer Improvements ' I 1 I I I h 1 1 I lJ F b. Contractor shall also submit to Engineer for review with such promptness as to cause no delay in work, all samples required by the Contract Documents. All samples will have been checked by and accompanied by a specific written indication that Contractor has performed Contractor's responsibilities under the Contract Documents with respect to the review of the submission and will be identified clearly as to material, Supplier, pertinent data such as catalog numbers and the use for which intended. (1) Before submission of each Shop Drawing or sample Contractor shall have determined and verified all quantities, dimensions, specified performance criteria, installation requirements, materials, catalog numbers and similar data with respect thereto and reviewed or coordinated each Shop Drawing or sample with other Shop Drawings and samples and with the requirements of the Work and the Contract Documents. (2) At the time of each submission, Contractor shall, in writing, call Engineers attention to any deviations that the Shop Drawings or samples may have from the requirements of the Contract Documents, and, in addition, shall cause a specific notation to be made on each Shop Drawing submitted to Engineer for review and approval of each such variation. C. Engineer will review with reasonable promptness Shop Drawings and samples, but Engineer's review shall be only for conformance with the design concept of the Project and for compliance with the information given in the Contract Documents and shall not extend to means, methods, sequences, techniques or procedures of construction (except where a specific means, method, technique, sequence or procedure of construction is indicated in or required by the Contract Documents) or to safety precautions or programs incident thereto. The review of a separate item as such will not indicate compliance of the assembly in which the item functions. Contractor shall make any corrections required by Engineer and shall return the required number of corrected copies of Shop Drawings and resubmit new samples for review. Contractor shall direct specific attention in writing to revisions other than the corrections called for by Engineer on previous submittals. d. Engineer's review of Shop Drawings or samples shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has in writing called Engineeris attention to each such variation at the time of submission as required by paragraph G. 14.b.(2) and Engineer has given written review of each such variation by a specific written notation thereof incorporated in or accompanying the Shop Drawing or sample approval; nor will any review by Engineer relieve Contractor from responsibility for errors or omissions in the Shop Drawings or from responsibility for having complied with the provisions of paragraph G. 14.b.(]). 31 General Conditions City of Fayetteville Sanitary Sewer Improvements I e. Where a Shop Drawing or sample is required by the Specifications, any related , Work performed prior to Engineer's review of the pertinent submission will be the sole expense and responsibility of Contractor. 15. Continuing the Work ' Contractor shall carry on the work and maintain the progress schedule during all disputes or disagreements with City of Fayetteville. No work shall be delayed or postponed pending resolution of any disputes or disagreements, except as permitted by paragraph P.3 or as Contractor and City of Fayetteville may otherwise agree in writing. 16. Indemnification (Hold Harmless Agreement) a. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City of Fayetteville and Engineer and their consultants, agents and employees from and against all claims, damages, losses and expenses direct, indirect or consequential (including but not limited to fees and charges of engineers, architects, attorneys and other professionals and court and arbitration costs) arising out of or resulting from the performance of , the work, provided that any such claim, damage, loss or expense (a) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the work itself) including the loss ' of use resulting therefrom and (b) is caused in whole or in part by any negligent act or omission of Contractor, any Subcontractor, any person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder or arises by or is imposed by Law and Regulations regardless of the negligence of any such party. b. The foregoing Subparagraph shall, but not by way of limitation, specifically include all claims and judgements which may be made against the City of Fayetteville, Engineer, Engineer's consultants, and agents and employees of any of them under laws of other state or governmental body having jurisdiction; and further, against claims and judgements arising from violations of public ordinances and requirements of governing authorities due to the Contractor's or Subcontractors method of execution of the work. ' C. In any and all claims against City of Fayetteville or Engineer or any of their consultants, agents or employees by any employee of Contractor, any Subcontractor, any person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, the indemnification obligation described hereinbefore shall not be limited in any way by any limitation on the amount or ' type of damages, compensation or benefits payable by or for Contractor or any General Conditions 32 ' City of Fayetteville Sanitary Sewer Improvements ' ' Subcontractor under workers' or workmen's compensation acts, disability benefit acts, or other employee benefit acts. ' d. The obligations of Contractor under paragraph G.16 shall not extend to the liability of Engineer, Engineer's consultants, agents or employees arising out of the preparation or review of maps, drawings, opinions, reports, surveys, Change Orders, designs, or Specifications. H. Other Work 1. Related Work at Site ' a. City of Fayetteville may perform other work related to the Project at the site by City of Fayetteville's own forces, have other work performed by utility owners or let other direct contracts therefore which shall contain General Conditions similar to these. If the fact that such other work is to be performed was not noted in the Contract Documents, written notice thereof will be given to Contractor prior to starting any such other work; and, if Contractor believes that such performance will involve additional expense to Contractor or requires additional time and the parties are unable to agree as to the extent thereof, Contractor may make a claim therefore as provided in paragraphs L and M. b. Contractor shall afford each utility owner and other contractor who is a party to such a direct contract (or City of Fayetteville, if City of Fayetteville is performing the additional work with City of Fayetteville's employees) proper and safe access to the site and a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such work, and shall properly connect and coordinate the Work with theirs. Contractor shall do all cutting, fitting and patching of the Work that may be required to make its several parts come together properly and integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating or otherwise altering their work and will only cut or alter their work with the written consent of Engineer and the others whose work will be affected. The duties and responsibilities of Contractor under this paragraph are for the benefit of such utility owners and other contractors to the extent that there are comparable provisions for the benefit of Contractor in said direct contracts between City of Fayetteville and such utility owners and other contractors. 'C. If any part of Contractor's Work depends for proper execution or results upon the work of any such other contractor or utility owner (or City of Fayetteville), Contractor shall inspect and promptly report to Engineer in writing any delays, defects or deficiencies in such work that render it unavailable or unsuitable for such proper execution and results. Contractors failure so to report will constitute an acceptance of the other work as fit and proper for integration with Contractor's Work except for latent or nonapparent defects and deficiencies in the other work. ' 33 General Conditions City of Fayetteville eSanitary Sewer Improvements 2. Coordination If City of Fayetteville contracts with others for the performance of other work on the Project at the site, the person or organization who will have authority and responsibility for coordination of the activities among the various prime contractors will be identified in the Supplementary Conditions, and the specific matters to be covered by such authority and responsibility will be itemized, and the extent of such authority and responsibilities will be provided, in the Supplementary Conditions. Unless otherwise provided in the Supplementary Conditions, neither City of Fayetteville nor Engineer shall have any authority or responsibility in respect of such coordination. I. City of Fayetteville's Responsibilities ' 1. City of Fayetteville shall issue all communications to Contractor through Engineer. 2. In case of termination of the employment of Engineer, City of Fayetteville shall appoint an Engineer against whom Contractor makes no reasonable objection, whose status under the Contract Documents shall be that of the former Engineer. Any dispute in connection with such appointment may be subject to arbitration. 3. City of Fayetteville shall furnish the data required of City of Fayetteville under the , Contract Documents promptly and shall make payments to Contractor promptly after they are due as provided in paragraphs 0.2 and 0.7. 4. City of Fayetteville's will provide lands and easements and provide engineering surveys to establish reference points as set forth in paragraphs E.1 and EA, Paragraph E.2 refers to City of Fayetteville's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions at the site and in existing structures which have been utilized by Engineer in preparing the Drawings and Specifications. 5. City of Fayetteville's responsibilities in respect of purchasing property insurance is set forth in paragraph F.7. 6. City of Fayetteville is obligated to execute Change Orders as indicated in paragraph K.4. 7. City of Fayetteville's responsibility in respect of certain observations, tests, and reviews is set forth in paragraph N.3.b. , 8. In connection with City of Fayetteville's right to stop Work or suspend Work, see paragraphs N.5 and P.1. Paragraph P.2 deals with City of Fayetteville's right to terminate services of Contractor under certain circumstances. General Conditions 34 , City of Fayetteville Sanitary Sewer Improvements J 1 I I I Engineer's Status During Construction City of Fayetteville's Representative Engineer will be City of Fayetteville's representative during the construction period. The duties and responsibilities of the Engineer as City of Fayetteville's representative during construction are set forth in the Contract Documents and shall not be extended without written consent of City of Fayetteville and Engineer. 2. Visits to Site Engineer shall provide an on-site representative to observe the progress and quality of the executed Work and to determine, in general, if the Work is proceeding in accordance with the Contract Documents. Engineer's efforts will be directed toward providing for City of Fayetteville a greater degree of confidence that the completed work will conform to the'Contract Documents. On the basis of such visits and on- site observations as an experienced and qualified design professional, Engineer will keep City of Fayetteville informed of the progress of the Work and will endeavor to guard City of Fayetteville against defects and deficiencies in the Work. 3. Project Representative Engineer will furnish a Resident Project Representative to assist Engineer in observing the performance of the Work. The duties and responsibilities of any such Resident Project Representative and assistants will be the same as the Engineer unless otherwise designated in the Supplementary Conditions. 4. Clarifications and Interpretations Engineer will issue with reasonable promptness such written clarifications or interpretations of the requirements of the Contract Documents (in the form of Drawings or otherwise) as Engineer may determine necessary, which shall be consistent with or reasonably inferable from the overall intent of the Contract Documents. If Contractor believes that a written clarification or interpretation justifies an increase in the Contract Price or an extension of the Contract Time and the parties are unable to agree to the amount or extent thereof, Contractor may make a claim therefor as provided in paragraphs L or M. ' 5. Authorized Variations in Work Engineer may authorize minor variations in the work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are consistent with the overall intent of the Contract Documents. LIQ 35 General Conditions City of Fayetteville Sanitary Sewer Improvements These may be accomplished by a Field Order and will be binding on City of ' Fayetteville, and also on Contractor who shall perform the Work involved promptly. If Contractor believes that a Field Order justifies an increase in the Contract Price or an extension of the Contract Time and the parties are unable to agree as to the , amount or extent thereof, Contractor may make a claim therefor as provided in paragraphs L or M. 6. Rejecting Defective Work , Engineer will have authority to reject Work which Engineer believes to he defective, and will also have authority to require special review, observation, or testing of the Work as provided in paragraph NA.b, whether or not the Work is fabricated, installed or completed. Shop Drawings, Change Orders, and Payments , a. In connection with Engineer's responsibility for Shop Drawings and samples, ' see paragraphs G. 14. b. In connection with Engineer's responsibilities as to Change Orders, see paragraphs K, L, and M. C. In connection with Engineer's responsibilities in respect of Applications for , Payment, etc., see paragraph O. 8. Determinations for Unit Prices , Engineer will have authority to determine the actual quantities and classifications of items of Unit Price Work performed by contractor, and the written decisions of Engineer on such matters will be final, binding on City of Fayetteville and ' Contractor and not subject to appeal (except as modified by Engineer to reflect changed factual conditions). 9. Decisions on Disputes , a. Engineer will be the initial interpreter of the requirements of the Contract Documents and judge of the work thereunder. Claims, disputes and other matters relating to the Work or the interpretation of the requirements of the Contract Documents pertaining to the performance and furnishing of the Work ' and claims under paragraphs L and M in respect of changes in the Contract Price or Contract Time will be referred initially to Engineer in writing with a request for a formal decision in accordance with this paragraph, which Engineer will render in writing within a reasonable time. Written notice of each such claim, dispute and other matter will be delivered by the claimant to Engineer and the other party to the Agreement promptly (but in no event later , than thirty days) after the occurrence of the event giving rise thereto, and written supporting data will be submitted to Engineer and the other party General Conditions 36 ' City of Fayetteville Sanitary Sewer Improvements Ci 1 within sixty (60) days after such occurrence unless Engineer allows an additional period of time to ascertain more accurate data in support of the claim. b. When functioning as interpreter and judge under paragraphs 1.4 and J.9, Engineer will not show partiality to City of Fayetteville or Contractor and will not be liable in connection with any interpretation or decision rendered in good faith in such capacity. The rendering of a decision by Engineer pursuant to paragraphs J.4 and J.9 with respect to any such claim, dispute or other matter I (except any which have been waived by the making or acceptance of final payment as provided in paragraph 0.14) will be a condition precedent to any exercise by City of Fayetteville or Contractor of such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any such claim, dispute or other matter. 10. Limitations on Engineers Responsibilities a. Neither Engineer's authority to act under this paragraph I or elsewhere in the Contract Documents nor any decision made by Engineer in good faith either to exercise or not exercise such authority shall give rise to any duty or responsibility of Engineer to Contractor, any Subcontractor, Supplier, or any of their agents or employees or any other person performing any of the Work, or 1 to any surety for any of them. b. Whenever in the Contract Documents the terms "as ordered", "as directed", "as required", "as allowed" or terms of like effect or import are used, or the adjectives "reasonable", "suitable", "proper" or adjectives of like effect or import are used to describe requirement, direction, review orjudgment of Engineer as to the work, it is intended that such requirement, direction, review 1 or judgment will be solely to evaluate the work for compliance with the Contract Documents (unless there is a specific statement indicating otherwise). The use of any such term or adjective shall not be effective to assign to Engineer any duty to authority, to perform construction observation or direct performance of the Work or authority to undertake responsibility contrary to the provisions of paragraph 1.8.c or 1.8.d. tC. Engineer will not be responsible for Contractor's means, methods, techniques, sequences or procedures of construction, or the safety precautions and programs incident thereto, and Engineer will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. d. Engineer will not be responsible for the acts or omissions of Contractor or of any Subcontractors, or of the agents or employees of any Contractor or Subcontractor, any Supplier, or of any other person or organization performing or furnishing any of the Work. ' 37 General Conditions City of Fayetteville Sanitary Sewer Improvements I K. Changes in Work I. Without invalidating the Agreement and without notice to any surety, City of Fayetteville may, at any time or from time to time, order additions, deletions or , revisions in the Work; these will be authorized by a Written Amendment, a Change Order, or a Work Directive Change. Upon receipt of any such document, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). 2. If City of Fayetteville and Contractor are unable to agree as to the extent, if any, of ' an increase or decrease in the Contract Price or an extension or shortening of the Contract Time that should be allowed as a result of a Work Directive Change, a claim may be made therefor as provided in paragraph L or M. 3. Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any Work performed that is not required by the Contract Documents as amended, modified and supplemented as provided in paragraph D.2 except in the case of an emergency as provided in paragraph G.13 and except in the case of uncovering Work as provided in paragraph NA.b. 4. City of Fayetteville and Contractor shall execute appropriate Change Orders (or Written Amendments) covering: a. Changes in the Work which are ordered by City of Fayetteville pursuant to paragraph K.1, are required because of defective Work under paragraph N.8 or correcting defective Work under paragraph N.9, or are agreed to by the parties; , b. Changes in the Contract Price or Contract Time which are agreed to by the parties; and ' C. Changes in the Contract Price or Contract Time which embody the substance of any written decision rendered by Engineer pursuant to paragraph 1.9. , provided that, in lieu of executing any such Change Order, an appeal may be taken from any such decision in accordance with the provisions of the Contract Documents , and applicable Laws and Regulations, but during any such appeal, Contractor shall carry on the Work and adhere to the progress schedule as provided in paragraph G.15. 5. If notice of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time) is required by the provisions of any Bond to be given to a surety, the giving of any such notice will be Contractor's responsibility, and the amount of each applicable Bond will be adjusted accordingly. General Conditions 38 , City of Fayetteville Sanitary Sewer Improvements ' I Changes in Contract Price 1. The Contract Price constitutes the total compensation (subject to authorized 1 adjustments) payable to Contractor for performing the Work. All duties, responsibilities and obligations assigned to or undertaken by Contractor shall be at his expense without change in the Contract Price. 2. The Contract Price may only be changed by a Change Order or by a Written Amendment. Any claim for an increase or decrease in the Contract Price shall be I based on written notice delivered by the party making the claim to the other party and to Engineer promptly (but in no event later than thirty (30) days) after the occurrence of the event giving rise to the claim and stating the general nature of the claim. Notice of the amount of the claim with supporting data shall be delivered within sixty (60) days after such occurrence (unless Engineer allows an additional period of time to ascertain more accurate data in support of the claim) and shall be accompanied by claimant's written statement that the amount claimed covers all 1 known amounts (direct, indirect and consequential) to which the claimant is entitled as a result of the occurrence of said event. All claims for adjustment in the Contract Price shall be determined by Engineer in accordance with paragraph J.9.a if City of >, Fayetteville and Contractor cannot otherwise agree on the amount involved. No claim for an adjustment in the Contract Price will be valid if not submitted in accordance with this paragraph L.2. 3. The value of any Work covered by a Change Order or of any claim for an increase or decrease in the Contract Price shall be determined in one of the following ways: ' a. Where the Work involved is covered by unit prices contained in the Contract Documents, by application of unit prices to the quantities of the items involved 1 (subject to the provisions of paragraph L.7). b. By a mutually agreed lump sum (which may include an allowance for overhead and profit not necessarily in accordance with paragraph L.5.a.(2)(a)). 'C. On the basis of the Cost of the Work (determined as provided in paragraphs LA.a and L.5.b) plus a Contractor's Fee for overhead and profit (determined as 1 provided in paragraphs L.5.a and L.5.b). 4. Cost -of -Work a. The term Cost -of -Work means the sum of all costs necessarily incurred and paid by Contractor in the proper performance of the Work. Except as otherwise may be agreed to in writing by City of Fayetteville, such costs shall be in amounts no higher than those prevailing in the locality of the Project, shall include only the following items and shall not include any of the costs ' itemized in paragraph LA.b: 39 General Conditions City of Fayetteville ' Sanitary Sewer Improvements (1) Payrol I costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City of Fayetteville and Contractor. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include, but not be limited to, salaries and wages plus the cost of fringe benefits which shall include social security contributions, unemployment, excise and payroll taxes, workers' or workmen's compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. Such employees shall include superintendents and foremen at the site. The expenses of performing Work after regular working hours, on Sunday or legal holidays, shall be included in the above to the extent authorized by City of Fayetteville. (2) Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Supplier's field services required in connection therewith. All cash discounts shall accrue to Contractor unless City of Fayetteville deposits funds with Contractor with which to make payments, in which case the cash discounts shall accrue to City of Fayetteville. All trade discounts, rebates and refunds, and all returns from sale of surplus materials and equipment shall accrue to City of Fayetteville and Contractor shall make provisions so that they may be obtained. (3) Payments made by Contractor to the Subcontractors for Work performed by Subcontractors. If required by City of Fayetteville, Contractor shall obtain competitive bids from Subcontractors acceptable to Contractor and shall deliver such bids to City of Fayetteville who will then determine, with the advice of Engineer, which bids may be accepted. If a Subcontract, provided that the Subcontractor is to be paid on the basis of Cost of the Work Plus a Fee, the Subcontractor's Cost of the Work shall be determined in the same manner as Contractors Cost of the Work. All subcontracts shall be subject to the other provisions of the Contract Documents insofar as applicable. (4) Costs of special consultants (including, but not limited to, engineer, architects, testing laboratories, surveyors, lawyers and accountants) employed for services specifically related to the Work. (5) Supplemental costs including the following: (a) The proportion of necessary transportation, travel and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. General Conditions 40 City of Fayetteville Sanitary Sewer Improvements I LI I [1 I I k I I I I I I I I 11 I L [1 I L I I I I 1 (b) Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office and temporary facilities at the site and hand tools not owned by the workmen, which are consumed in the performance of the work, and cost less market value of such items used but not consumed which remain the property of Contractor. (c) Rentals of all construction equipment and machinery and the parts thereof whether rented from Contractor or others in accordance with rental agreements reviewed by City of Fayetteville with the advice of Engineer, and the cost of transportation, loading, unloading, installation, dismantling and removal thereof - all in accordance with terms of said rental agreements. The rental of any such equipment, machinery or parts shall cease when the use thereof is no longer necessary for the Work. (d) Sales, consumer, use or similar taxes related to the work, and for which Contractor is liable, imposed by Laws and Regulations. (e) Deposits lost for causes other than negligence of Contractor, any Subcontractor or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. (f) Losses and damages (and related expenses), not compensated by insurance or otherwise, to the Work or otherwise sustained by Contractor in connection with the execution of the work, provided they have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly, employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and review of City of Fayetteville. No such losses, damages and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's Fee. If, however, any such loss or damage requires reconstruction and Contractor is placed in charge thereof, Contractor shall be paid for services a proportionate fee to that stated in paragraph L.5.a.(2). (g) The cost of utilities, fuel and sanitary facilities at the site. (h) Minor expenses such as telegrams, long distance telephone calls, telephone service at the site, expressage and similar petty cash items in connection with the Work. 41 General Conditions City of Fayetteville Sanitary Sewer Improvements (i) Cost of premiums for additional Bonds and insurance required because of changes in the Work. b. The term Cost -of -Work shall not include any of the following: (1) Payroll costs and other compensation of Contractor's officers, executives, principals (of partnership and sole proprietorships), general managers, engineers, architects, estimators, lawyers, auditors, accountants, purchasing and contracting agents, expeditors, timekeepers, clerks and other personnel employed by Contractor whether at the site or in Contractor's principal or a branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in paragraph L.4.a.(]) or specifically covered by paragraph LA.a.(4) - all of which are to be considered administrative costs covered by the Contractor's Fee. (2) Expenses of Contractors principal and branch offices other than Contractor's office at the site. (3) Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. (4) Cost of premiums for all Bonds and for all insurance whether or not Contractor is required by the Contract Documents to purchase and maintain the same (except for the cost of premiums covered by paragraph LA.a.(5)(i)). (5) Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied and making good any damage to property. (6) Other overhead or general expense costs of any kind and the costs of any item not specifically and expressly included in paragraph LA.a. I I I 11 I I I 5. Contractor's Fee a. The Contractor's Fee allowed to Contractor for overhead and profit shall be determined as follows: , (1) A mutually agreed fixed fee; or if none can be agreed upon, (2) A fee based on the following percentages of the various portions of the ' Cost of the Work: General Conditions 42 City of Fayetteville Sanitary Sewer Improvements ' (a) The Contractor's Fee shall be fifleen (15) percent for payroll costs and the cost of materials and equipment as defined in paragraphs L.4.a.(1) and LA.a.(2); (b) The Contractor's Fee shall be five (5) percent on the work performed by Subcontractors as defined in paragraph LA.a.(3); and if a Subcontract is on the basis of Cost -of -Work plus a Fee, the maximum allowable to the Subcontractor as a fee for overhead and profit shall be fifteen (15) percent; (c) No fee shall be payable on costs defined in paragraphs LA.a.(4), LA.a.(5), and L.5 (costs associated with supplemental costs or special consultants); (d) The amount of credit to be allowed by Contractor to City of Fayetteville for any such change which results in a net decrease in cost, will be the amount of the actual net decrease plus a deduction in Contractor's Fee by an amount equal to ten (10) percent of the net decrease; and ' (e) When both additions and credits are involved in any one change, the adjustment in Contractor's Fee shall be computed on the basis I of the net change in accordance with paragraphs L.5.a (2)(a) through L.5.a.(2)(d),inclusive, ' b. Whenever the cost of any Work is to be determined pursuant to paragraph LA, Contractor will submit an itemized cost breakdown together with supporting data. 1 6. Cash Allowances: a. It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be done by such Subcontractors or Suppliers and for such sums within the limit of the allowances as may be reviewed by the Engineer. Contractor agrees that: (1) The allowances include the cost to Contractor (less any applicable trade discounts) of materials and equipment required by the allowances to be delivered to the site, and all applicable taxes; and (2) Contractor's costs for unloading and handling on the site, labor, installation costs, overhead, profit and other expenses contemplated for the allowances have been included in the Contract Price and not in the allowances. No demand for additional payment on account of any thereof will be valid. r43 General Conditions City of Fayetteville Sanitary Sewer Improvements b. Prior to final payment, an appropriate Change Order will be issued as recommended by Engineer to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. Unit Price Work: Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the established unit prices for each separately identified item of Unit Price work times the estimated quantity of each item as indicated in the Agreement. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by Engineer in accordance with Paragraph J.8. b. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractors overhead and profit for each separately identified item. C. The unit price of an item of Unit Price Work shall be subject to re-evaluation and adjustment under the following conditions: (]) If the total cost of a particular item of Unit Price Work amounts to 115 percent or more of the Contract Price and the variation in the quantity of that particular item of Unit Price Work performed by Contractor differs by more than 15 percent from the estimated quantity of such item indicated in the Agreement; and (2) If there is no corresponding adjustment with respect to any other item of Work; and (3) If Contractor believes that it has incurred additional expense as a result thereof; or (4) If City of Fayetteville believes that the quantity variation entitles it to an adjustment in the unit price, either City of Fayetteville or Contractor may make a claim for a adjustment in the Contract Price in accordance with Paragraph L if the parties are unable to agree as to effect of any such variations in the quantity of Unit Price Work performed. General Conditions 44 City of Fayetteville Sanitary Sewer Improvements I J I J [1 I II I I 8. Limits of Authority: a. The contractor shall note and abide by the following City of Fayetteville's and 1 Engineer's limits of authority for changes in the Work which require a change in the Contract Price and Contract Time. Except in the case of extreme emergency to protect the public safety, public welfare or substantial Work, the following limits of authority to the City of Fayetteville and Engineer shall apply: ' Engineer's Representative - No authority Water/Sewer Maintenance Superintendent — No authority Public Works Director — No authority Mayor - $20,000.00 or any City Council pre -approved contingency. All accumulative changes which result in Contract Price changes in excess of ' $20,000.00 or any City Council pre -approved contingency shall require the formal approval of the Fayetteville City Council. ' M. Chanties in Contract Time I. General a. The Contract Time may only be changed by a Change Order or a Written Amendment. Any claim for an extension or shortening of the Contract Time shall be based on written notice delivered by the party making the claim to the other party and to Engineer promptly (but in no event later than thirty (30) days) after the occurrence of the event giving rise to the claim and stating the general nature of the claim. Notice of the extent of the claim with supporting data shall be delivered within sixty (60) days after such occurrence (unless Engineer allows an additional period of time to ascertain more accurate data in support of the claim) and shall be accompanied by the claimant's written statement that the adjustment claimed is the entire adjustment to which the claimant has reason to believe it is entitled as a result of the occurrence of said event. All claims for adjustment in the Contract Time shall be determined by Engineer in accordance with paragraph 1.8 if City of Fayetteville and Contractor cannot otherwise agree. No claim for an adjustment in the Contract Time will be valid if not submitted in accordance with the requirements of this paragraph M. La. b. The Contract Time may be extended in an amount equal to time lost due to delays (unavoidable delays) beyond the control of Contractor if a claim is made as provided in paragraph M. La. Such delays shall include, but not be limited to, acts or neglect by City of Fayetteville or others performing additional work as contemplated by paragraph H, or to fires, floods, labor disputes, epidemics, abnormal weather conditions, or acts of God. �I 45 General Conditions City of Fayetteville Sanitary Sewer Improvements F I C. All time limits stated in the Contract Documents are of the essence of the ' Agreement. Provisions of this paragraph M.l shall not exclude recovery for damages (including but not limited to fees and charges of engineers, architects, attorneys and other professionals and court and arbitration costs) for delay by , either party. 2. Delays a. Avoidable Delays (1) Avoidable delays in the prosecution or completion of the Work shall ' include all delays which might have been avoided by the exercise of care, prudence, foresight, or diligence on the part of the Contractor. (2) Delays in the prosecution of parts of the Work which may in themselves be unavoidable but do not necessarily prevent or delay the prosecution of other parts of the work nor the completion of the whole , work within the time herein specified; reasonable loss of time resulting from the necessity of submitting drawings to the Engineer for approval and from the making of surveys, measurements, and observations; and , such interruptions as may occur in the prosecution of the work on account of the reasonable interference of other Contractors employed by the City of Fayetteville, which do not necessarily prevent the , completion of the whole work within the time herein specified, will be deemed avoidable delays within the meaning of this Contract. b. Unavoidable Delays 1 Unavoidable delays in the prosecution or completion of the Work under this , Contract shall include all delays which may result through causes beyond the control of the Contractor and which he could not have provided against by the exercise of care, prudence, foresight, or diligence. Such delays shall include, but not be limited to, acts or neglect by City of Fayetteville or others , performing additional work as contemplated by paragraph H or to fires, floods, labor disputes, epidemics, abnormal weather conditions or acts of God. Orders issued by the City of Fayetteville changing the amount of Work to be done, the , quantity of material to be furnished, or the manner in which the Work is to be prosecuted; failure of the City of Fayetteville to provide rights -of- way; and unforeseen delays in the completion of the Work of other contractors under , contract with the City of Fayetteville will be considered unavoidable delays, so far as they necessarily interfere with the Contractor's completion of the whole unavoidable delays as the Contractor should understand that such conditions . are to be expected and plan his Work accordingly. II General Conditions 46 , City of Fayetteville Sanitary Sewer Improvements ' J ' 3. Extension of Time a. For Unavoidable Delays For delays which are unavoidable as provided in paragraph M.2.b, as determined by the City of Fayetteville, the Contractor will be allowed, if he applies for the same, an extension of time beyond the time specified for completion, proportionate to such unavoidable delay or delays, within which to complete the Contract. The Contractor will not be charged, because of any ' extension of time for such unavoidable delay, any liquidated damage and/or actual damages as provided in paragraph R. 1 b. For Avoidable Delay (1) Extensions of time will not be granted because of avoidable delays. (2) Contractor will be charged liquidated damages or actual damages as provided in paragraph R for avoidable delays. ' N. Warranty and Guarantee: Tests and Observations; Correction Removal or Acceptance of Defective Work . Warranty and Guarantee Contractor warranties and guarantees to City of Fayetteville and Engineer 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 agreed to as provided in this ' paragraph N. 2. Access to Work Engineer and Engineer's representatives, other representatives of City of Fayetteville, testing agencies and governmental agencies with jurisdictional interests will have access to the work at reasonable times for observation and testing. Contractor shall provide proper and safe conditions for such access. 3. Tests and Observations a. Contractor shall give Engineer timely notice of readiness of the Work for all required observations, tests, or reviews. b. If Laws or Regulations of any public body having jurisdiction requires any Work (or part thereof) to specifically be observed or tested. Contractor shall assume full responsibility therefor, pay all costs in connection therewith and furnish Engineer with the required certificates of inspection, testing, or approval. Contractor shall also be responsible for and shall pay all costs in 47 General Conditions City of Fayetteville ' Sanitary Sewer Improvements `J I� connection with any inspection or testing required in connection with City of , Fayetteville's or Engineer's agreed to Supplier of materials or equipment proposed to be incorporated in the work, or of materials or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. The cost of all observations, tests, and approvals in addition to the above which are required by the Contract Documents shall be paid by City of Fayetteville (unless otherwise specified). C. All observations, tests, or reviews other than those required by Laws or Regulations of any public body having jurisdiction shall be performed by , organizations agreed to by City of Fayetteville and Contractor (or by Engineer if so specified). d. If any Work (including the work of others) that is to be observed or tested is , covered without written concurrence of Engineer, it must, if requested by Engineer, be uncovered for observation. Such uncovering shall be at Contractor's expense unless Contractor has given Engineer timely notice of , Contractors intention to cover such work and Engineer has not acted with reasonable promptness in response to such notice. e. Neither observations by Engineer nor observations, tests, or reviews by others , shall relieve Contractor from his obligations to perform the work in accordance with the Contract Documents. , 4. Uncovering work a. If any work is covered contrary to the written request of Engineer, it must, if , requested by Engineer, be uncovered for Engineers observation and replaced at Contractor's expense. , b. If Engineer considers it necessary or advisable that covered work be observed by Engineer or tested by others, Contractor, at Engineers request, shall uncover, expose or otherwise make available for observation or testing as ' Engineer may require, that portion of the work in question, furnishing all necessary labor, material and equipment. If it is found that such work is defective, Contractor shall bear all the expenses of such uncovering, exposure, observation, testing and reconstruction, (including but not limited to fees and charges of engineers, architects, attorneys and other professionals), and City of Fayetteville shall be entitled to an appropriated decrease in the Contract Price, ' and, if the parties are unable to agree as to the amount thereof, may make a claim therefor as provided in paragraph L. If, however, such work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or , an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, testing and reconstruction; and, if the parties are unable to agree as to the amount or extent thereof, Contractor may , make a claim therefor as provided in paragraphs L and M. General Conditions 48 , City of Fayetteville Sanitary Sewer Improvements , 5. City of Fayetteville May Stop the Work If the work is defective, or Contractor fails to supply sufficient skilled workmen or I suitable materials or equipment, or fails to furnish or perform the Work in such a way that the completed Work will conform to the Contract Documents, City of Fayetteville may order Contractor to stop the work, or any portion thereof, until the ' cause for such order has been eliminated; however, this right of City of Fayetteville to stop the work shall not give rise to any duty on the part of the City of Fayetteville to exercise this right for the benefit of Contractor or any other party. ' 6. Correction or Removal of Defective Work ' a. If required by Engineer, Contractor shall promptly, as directed, either correct all defective Work, whether or not fabricated, installed or completed, or, if the Work has been rejected by Engineer, remove it from the site and replace it with suitable Work. Contractor shall bear all direct, indirect and consequential costs ' of such correction or removal (including but not limited to fees and charges of engineers, architects, attorneys, and other professionals) made necessary thereby. b. If the Contractor fails to remove defective work within ten days after receipt of written notice, the rejected material or work may be removed by the City of Fayetteville and the cost of such removal shall be taken out of the money that may be due or may become due the Contractor on account of or by virtue of this Contract. No such rejected material shall again be offered for use by the Contractor under this Contract. 7. One Year Correction Period ' If within one year after the date of Substantial Completion or such longer period of time as may be prescribed by Laws or Regulations by the terms of any applicable special guarantee required by the Contract Documents or by any specific provision ' of the Contract Documents, any work is found to be defective, Contractor shall promptly, without cost to City of Fayetteville and in accordance with City of Fayetteville's written instructions, either correct such defective work, or, if it has been rejected by City of Fayetteville, remove it from the site and replace it with nondefective work. If Contractor does not promptly comply with the terms of such instructions, or in an emergency where delay would cause serious risk of loss or 1 damage, City of Fayetteville may have the defective work corrected or the rejected work removed and replaced, and all direct and indirect costs of such removal and replacement (including but not limited to fees and charges of engineers, architects, attorneys and other professionals) will be paid by Contractor. In special circumstances where a particular item of equipment is placed in continuous service before Substantial Completion of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Specifications or by Written Amendment. ' 49 General Conditions City of Fayetteville ' Sanitary Sewer Improvements Acceptance of Defective Work If, instead of requiring correction or removal and replacement of defective work, City of Fayetteville (and, prior to Engineer's recommendation of final payment, also Engineer) prefers to accept it, City of Fayetteville may do so. Contractor shall bear all direct, indirect and consequential costs attributable to City ofFayetteville's evaluation of and determination to accept such defective Work (such costs to be reviewed by Engineer as to reasonableness and to include but not be limited to fees and charges of engineers, architects, attorneys and other professionals). If any such acceptance occurs prior to Engineer's recommendation of final payment, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City of Fayetteville shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, City of Fayetteville may make a claim therefor as provided in paragraph L. If the acceptance occurs after such recommendation, an appropriate amount will be paid by Contractor to City of Fayetteville. City of Fayetteville May Correct Defective Work If Contractor fails within a reasonable time after written notice of Engineer to proceed to correct defective work or to remove and replace rejected work as required by Engineer or if Contractor fails to perform the work in accordance with the Contract Documents or if Contractor fails to comply with any other provision of the Contract Documents, City of Fayetteville may, after seven days' written notice to Contractor, correct and remedy any such deficiency. In exercising his right under this paragraph City of Fayetteville shall proceed expeditiously. To the extent necessary to complete corrective and remedial action, City of Fayetteville may exclude Contractor from all or part of the site, take possession of all or part of the work, and suspend Contractor's services related thereto, take possession of Contractors tools, appliances, construction equipment and machinery at the site and incorporate in the work all materials and equipment stored at the site or for which City of Fayetteville has paid Contractor but which are stored elsewhere. Contractor shall allow City of Fayetteville, City of Fayetteville's representatives, agents and employees such access to the site as may be necessary to enable City of Fayetteville to exercise his rights under this paragraph. All direct, indirect and consequential costs of City of Fayetteville in exercising such rights and remedies will be charged against Contractor in an amount reviewed by Engineer, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City of Fayetteville shall be entitled to an appropriate decrease in the Contract Price, and if the parties are unable to agree as to the amount thereof, City of Fayetteville may make a claim therefor as provided in paragraph L. Such direct, indirect and consequential costs will include but not be limited to fees and charges of engineers, architects, attorneys and other professionals, all court and arbitration costs and all costs of repair and replacement of work of others destroyed or damaged by correction, removal or replacement of Contractor's defective Work. Contractor shall not be allowed an extension of the Contract Time because of any delay in performance of the work attributable to the exercise by City of Fayetteville of City of Fayetteville's rights hereunder. General Conditions 50 City of Fayetteville Sanitary Sewer Improvements 17 11 J F, [1 1 11 I ' O. Payments to Contractor and Completion 1. Schedules ' The schedule of values established as provided in paragraph C.7 will serve as the basis for progress payments and will be incorporated into a form of Application for ' Payment. Progress payments on account of Unit Price Work will be based on the number of units completed. ' 2. Application for Progress Payments a. The contractor shall, on the 25th day of each calendar month, together with a representative of rhe Engineer, make an estimate of the value of the work performed as of the 15th day of the month in accordance with this Contract since the last preceding estimate was made. The Contractor shall then prepare and submit the estimate to the Engineer on the periodical estimate for partial payment forms, copies of which are bound with these Contract Documents. The number of copies to be submitted will be ' determined by the Engineer after construction has starred. The City of Fayetteville will endeavor to make monthly construction payments within 30 days of receipt of the invoice after approval of the consulting engineer (architect). ' b. Upon presentation of certified copies of purchase bills and freight bills, the City of Fayetteville will permit inclusion in such monthly estimates payment for materials that will eventually be incorporated in the project, providing that ' such material is suitably stored on the site at the time of submission of the estimate for payment. At the time the next following monthly estimate is submitted, certified copies of receipted purchase and freight bills for the stored materials included in the monthly payment estimate submitted two months ' previously shall be submitted. If the Contractor fails to submit proof of payment with the monthly payment estimate, those items of stored materials for which no proof of payment has been submitted will be deleted from the current payment estimate. Such materials when so paid for by the City of Fayetteville will become the property of the City of Fayetteville and, in case of default on the part of the Contractor, the City of Fayetteville may use or cause to be used by others these materials in construction of the project. However, the Contractor shall be responsible for safe guarding such materials against loss or damage of any nature whatsoever, and in case of any loss or damage the Contractor shall replace such lost or damaged materials at no cost to the City of Fayetteville. ' (1) Except as provided in paragraph O.2.b, the first application for payment shall be of the value of the work done and of materials proposed and suitable for permanent incorporation in the work, delivered, and ' 51 General Conditions City of Fayetteville ' Sanitary Sewer Improvements suitably and safely stored at the site of the work since the Contractor shall have begun the performance of this Contract; and every subsequent estimate, except the final estimate, shall be of value of the work done and materials delivered and suitably stored at the site of the work since the last preceding estimate was made. C. No application for partial payment shall be made when, in the judgment of the Engineer, the total value of the Work done and materials incorporated into the Work under this Contract since the last preceding estimate amount is less than $10,000 unless authorized by Engineer. d. Applications for payment shall be signed by the Engineer and approved by the City of Fayetteville, and after such approval, the City of Fayetteville, subject to the foregoing provisions, will pay or cause to be paid an amount equal to the estimated value of the work performed less a retained amount in accordance with the following schedule: (1) Ten (10) percent until construction is 50 percent complete. (2) Five (5) percent after construction is 50 percent complete, provided that the Contractor is making adequate progress and there is no specific cause for greater withholding. (3) When the project is substantially complete (operational or beneficial use as determined by the Engineer) the retained amount will be reduced to two (2) percent of the value of work which is substantially complete, or two hundred (200) percent of the value of each item as determined by the Engineer to complete said item or items of work, whichever is greater. e. Contractor shall furnish with each application for payment a Contractor's sworn affidavit listing all parties to receive payments on that request. If required by the regulatory agencies, the Contractor and his subcontractor shall prepare weekly sworn affidavits with respect to the payment of wages in accordance with the provisions as set forth in the "Anti -Kickback" Act, and submit affidavits with the progress payment requests. 3. Unit Price Items a. Unit price items listed in the Bid form and in the Agreement form may be of two types, "unit price construction items", and "unit price work items ordered by the Engineer during construction". For all unit price items quantities as set forth are the best estimates which can be made during design, since actual quantities cannot be determined until construction is underway. General Conditions 52 City of Fayetteville Sanitary Sewer Improvements !J I 7 1 LI 1 I] 1 I ' b. The Contractor shall study carefully the Specifications to determine the extent and scope of the work included under lump sum items in the Contract. It may be that work under some unit price items is in addition to similar work to be 1 performed under lump sum items and paid for thereunder. C. Unit Price Construction Items Unit price construction items will be used to pay for work not included under a lump sum item but required by the Contract. ' d. Unit Price Work Items Order by the Engineer During Construction ' These unit price items will be used to pay for designated work, not shown on the Contract Drawings, when ordered by the Engineer in writing during construction. 4. Reporting and Invoicing Cost -of -Work All cost -of -work items shall be reported daily and signed by the Contractor and the ' Engineer, which daily reports shall thereafter be considered the true record of cost- of- work done. Completely detailed invoices covering the cost -of -work shall be submitted for payment not later than 15 days after the completion of the work. The charges for work performed by the Contractor, by a Subcontractor, and by an employee of a Subcontractor shall be reported separately. Substantiating invoices from suppliers, vendors and Subcontractors shall be included with the Contractor's invoices. The Contractor shall permit examination of accounts, bills, and vouchers relating to the cost -of -work when requested by the Engineer. ' 5. Partial Waiver of Liens Partial waiver of liens shall accompany each payment request to cover the full amount of the previous payment request. The Contractor shall procure from each and every Subcontractor and suppliers of material or labor a partial waiver of lien to release the City of Fayetteville of any claim to a mechanics lien, which they or any of them may have under the mechanics lien laws of the State in which the project is located. Any payments made by the City of Fayetteville without requiring strict compliance to the terms of this paragraph shall not be construed as a waiver by the City of Fayetteville of the right to insist upon strict compliance with the terms of this ' approach as a condition of later payments. 6. Contractor's Warranty of Title ' Contractor warrants and guarantees that title to all work, materials and equipment covered by any Application for Payment, whether incorporated in the project or not, will pass to City of Fayetteville no later than the time of payment free and clear of all Liens. 53 General Conditions City of Fayetteville Sanitary Sewer Improvements Review of Progress Payment Requests a. Engineer will, within fifteen (15) days after receipt of each payment request, either indicate in writing a recommendation of payment and present the request to City of Fayetteville, or return the payment request to Contractor indicating in writing Engineer's reasons for refusing to recommend payment. In the latter case, Contractor may make the necessary corrections and resubmit the request. Thirty (30) days after presentation of the Application for Payment with Engineers recommendation, the amount recommended will (subject to the provisions of paragraph O.7.e) become due and when due will be paid by City of Fayetteville to Contractor. b. Engineer's recommendation of any payment requested in a payment request will constitute a representation by Engineer to City of Fayetteville, based on Engineer's on-site observations of the work in progress as an experienced and qualified design professional and on Engineer's review of the payment request and the accompanying data and schedules that the Work has progressed to the point indicated; that, to the best of the Engineer's knowledge, information and belief, the quality of the work is in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon substantial completion, to the results of any subsequent tests called for in the Contract Documents to a final determination of quantities and classifications for Unit Price Work under paragraph J.8 and to any other qualifications stated in the recommendation); and that Contractor is entitled to payment of the amount recommended. However, by recommending any such payment, Engineer will not thereby be deemed to have represented that exhaustive or continuous on-site observations have been made to check the quality or the quantity of the work, or that the means, methods, techniques, sequences, and procedures of construction have been reviewed or that any examination has been made to ascertain how or for what purpose Contractor has used the moneys paid or to be paid to Contractor on account of the Contract Price, or that title to any work, materials or equipment has passed to City of Fayetteville free and clear of any Liens. C. Engineer's recommendation of final payment will constitute an additional representation by Engineer to City of Fayetteville that the conditions precedent to Contractors being entitled to final payment as set forth in paragraph O.8.a have been fulfilled. d. Engineer may refuse to recommend the whole or any part of any payment if, in Engineer's opinion, it would be incorrect to make such representations to City of Fayetteville. Engineer may also refuse to recommend any such payment, or, because of subsequently discovered evidence or the results of subsequent observations or tests, nullify any such payment previously recommended; to such extent as may be necessary to Engineer's opinion to protect City of Fayetteville from loss because: General Conditions City of Fayetteville Sanitary Sewer Improvements 54 F 1 'J E 1 J F I 1 [1 1 11 [1 1 L a (1) The Work is defective, or completed work has been damaged requiring correction or replacement. enumerated (2) The Contract Price has been reduced by Written Amendment or Change Order. (3) City of Fayetteville has been required to correct defective Work or complete the Work in accordance with paragraph N.6.b. (4) Engineer's actual knowledge of the occurrence of any of the events enumerated in paragraphs P.2.a.(]) through P.2.a.(9) inclusive. e. City of Fayetteville may refuse to make payment of the full amount recommended by Engineer because claims have been made against City of Fayetteville on account of Contractor's performance or furnishing of the Work or Liens have been filed in connection with the Work or there are other items entitling City of Fayetteville to a set-off against the amount recommended, but City of Fayetteville must give Contractor immediate written notice (with a copy to Engineer) stating the reasons for such action. Substantial Completion a. When Contractor considers the entire work ready for its intended use and all final restoration and testing is complete, Contractor shall notify City of Fayetteville and Engineer in writing the entire Work is Substantially Complete and request that Engineer issue a Statement of Substantial Completion. Within a reasonable time thereafter, City of Fayetteville, Contractor and Engineer shall make an observation of the Work to determine the status of completion. If Engineer does not consider the work Substantially Complete, Engineer will notify Contractor in writing, giving his reasons therefore. If Engineer considers the work substantially complete, Engineer will prepare and deliver to City of Fayetteville a tentative Statement of Substantial Completion which shall fix the date of Substantial Completion. There shall be attached to the certificate a tentative list of items to be completed or corrected before final payment. This list shall be called a punch list. City of Fayetteville shall have fourteen (14) days after receipt of the tentative certificate during which he may make written objection to Engineer as to any provisions of the certificate or attached list. If, after considering such objections, Engineer concludes that the Work is not Substantially Complete, Engineer will within fourteen days after submission of the tentative certificate to City of Fayetteville notify Contractor in writing, stating his reasons therefore. If, after consideration of City of Fayetteville's objections, Engineer considers the Work Substantially Complete, Engineer will within said fourteen (14) days execute and deliver to City of Fayetteville and Contractor a definitive Statement of Substantial Completion (with a revised tentative list of items to be completed or corrected) reflecting such changes from the tentative certificate as Engineer believes justified after consideration of any objections from City of Fayetteville. At the time of 55 General Conditions City of Fayetteville Sanitary Sewer Improvements delivery of the tentative Statement of Substantial Completion Engineer will deliver to City of Fayetteville and Contractor a written recommendation as to division of responsibilities pending final payment between City of Fayetteville and Contractor with respect to security, operation, safety, maintenance, heat, utilities and insurance and warranties. Unless City of Fayetteville and Contractor agree otherwise in writing and so inform Engineer prior to Engineer's issuing the definitive Statement of Substantial Completion, Engineer's aforesaid recommendation will be binding on City of Fayetteville and Contractor until final payment. b. City of Fayetteville shall have the right to exclude Contractor from the work after the date of Substantial Completion, but City of Fayetteville shall allow Contractor reasonable access to complete or correct items on the punch list. 9. Partial Utilization a. Use by City of Fayetteville of any finished part of the Work, which has specifically been identified in the Contract Documents, or which City of Fayetteville, Engineer and Contractor agree constitutes a separately functioning and useable part of the Work that can be used by City of Fayetteville without significant interference with Contractor's performance of the remainder of the Work, may be accomplished prior Substantial Completion of all the Work subject to the following: (1) City of Fayetteville at any time may request Contractor in writing to permit City of Fayetteville to use any part of the work which City of Fayetteville believes to be ready for its intended use and substantially complete. If Contractor agrees, Contractor will certify to City of Fayetteville and Engineer that said part of the Work is substantially complete and request Engineer to issue a Statement of Substantial Completion for that part of the Work. Contractor at any time may notify City of Fayetteville and Engineer in writing that Contractor considers any such part of the Work ready for its intended use and substantially complete and request Engineer to issue a Statement of Substantial Completion for that part of the Work. Within a reasonable time after either such request, City of Fayetteville and Contractor shall observe that part of the Work to determine its status of completion. If Engineer does not consider that part of the Work to be substantially complete, Engineer will notify City of Fayetteville and Contractor in writing giving the reasons therefore. If Engineer considers that part of the Work to be substantially complete, the provisions of paragraph 0.8 will apply with respect to Statement of Substantial Completion of that part of the Work and the division of responsibility in respect thereof and access thereto. J 11 I 11 1 1 CI 1 (2) City of Fayetteville may at any time request Contractor in writing to ' permit City of Fayetteville to take over operation of any such part of General Conditions 56 City of Fayetteville Sanitary Sewer Improvements 1 [1 11 I 1 the Work although it is not substantially complete. A copy of such request will be sent to Engineer and within a reasonable time thereafter City of Fayetteville, Contractor, and Engineer shall observe that part of the Work to determine its status of completion and will prepare a list of the items remaining to be completed or corrected thereon before final payment. If Contractor does not object in writing to City of Fayetteville and Engineer that such part of the Work is not ready for separate operation by City of Fayetteville, Engineer will finalize the list of items to completed or corrected and will deliver such list to City of Fayetteville and Contractor together with a written recommendation as to the division of responsibilities pending final payment between City of Fayetteville and Contractor with respect to security, operation, safety, maintenance, utilities, insurance, warranties and guarantees for that part of the Work which will become binding upon City of Fayetteville and Contractor at the time when City of Fayetteville takes over such operation (unless they shall have otherwise agreed in writing and so informed Engineer). During such operation and prior to Substantial Completion of such part of the Work, City of Fayetteville shall allow Contractor reasonable access to complete or correct items on said list and to complete other related Work. (3) No occupancy or separate operation of part of the Work will be ' accomplished prior to compliance with the requirements of paragraph F.7 in respect of property insurance. ' 10. Final Observation Upon written notice from Contractor that Work or an agreed portion thereof is complete, Engineer will make a final observation with City of Fayetteville and Contractor and will notify Contractor in writing of all particulars in which this observation reveals that the work is incomplete or defective. Contractor shall immediately take such measures as are necessary to remedy such deficiencies. 11. Final Application For Payment ' After Contractor has completed all such corrections and delivered all maintenance and operating instructions, schedules, guarantees, Bonds, certificates of inspection, marked -up record documents as provided in paragraph G.1 I and other documents - all as required by the Contract Documents, and after Engineer has indicated that the Work is acceptable, subject to the provisions of paragraph 0.16 Contractor may make application for final payment request following the procedure for progress ' payment requests. The final payment requests shall be accompanied by all documentation called for in the Contract Documents, together with complete and legally effective releases or waivers (satisfactory to City of Fayetteville) of all Liens arising out of or filed in connection with the Work. In lieu thereof and as approved by City of Fayetteville, Contractor may fumish receipts or releases in full; an affidavit of Contractor that the releases and receipts include all labor, services, 57 General Conditions City of Fayetteville Sanitary Sewer Improvements I material and equipment for which a Lien could be filed, and that all payrolls, , material and equipment bills, and other indebtedness connected with the work for which City of Fayetteville or his property might in any way be responsible, have been paid or otherwise satisfied; and consent of the Surety, if any, to final payment. ' If any Subcontractor, and/or Supplier fails to furnish a release or receipt in full, Contractor may furnish a Bond or other collateral satisfactory to City of Fayetteville to indemnify City of Fayetteville against any Lien. , 12. Final Payment and Acceptance If, on the basis of Engineer's observation of the Work during construction and , final observation, and Engineer's review of the final payment request and accompanying documentation - all as required by the Contract Documents, Engineer has been shown that the work has been completed and Contractor's ' other obligations under the Contract Documents have been fulfilled, Engineer will, within ten (10) days after receipt of final payment request, indicate in writing Engineer's recommendation of payment and present the request to City ' of Fayetteville for payment. Thereupon Engineer will give written notice to City of Fayetteville and Contractor that the Work is acceptable subject to the provisions of paragraph 0.14. Otherwise, Engineer will return the payment ' request to Contractor, indicating in writing the reasons for refusing to recommend final payment, in which case Contractor shall make the necessary corrections and resubmit the payment request. Thirty (30) days after ' presentation to City of Fayetteville of the Application and accompanying documentation, in appropriate form and substance, and with Engineer's recommendation and notice of acceptability, the amount recommended by , Engineer will become due and will be paid by City of Fayetteville to Contractor. b. If, through no fault of Contractor, final completion of the Work is significantly , delayed thereof and if Engineer so confirms, City of Fayetteville shall, upon receipt of Contractor's final payment request and recommendation of Engineer, and without terminating the Agreement, make payment of the balance due for ' that portion of the Work fully completed and accepted. If the remaining balance to be held by City of Fayetteville for Work not fully completed or corrected is less than the retainage stipulated in the Agreement, and if Bonds ' have been fumished as required in paragraph F.1, the written consent of the Surety to the payment of the balance due for that portion of the Work fully completed and accepted shall be submitted by Contractor to Engineer with the ' request for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. ' 13. Contractor's Continuing Obligation Contractors obligation to perform and complete the Work in accordance with the ' Contract Documents shall be absolute. Neither recommendation of any progress or General Conditions 58 ' City of Fayetteville Sanitary Sewer Improvements , ' final payment by Engineer, nor the issuance of a certificate of substantial completion, nor any payment of City of Fayetteville to Contractor under the Contract Documents, nor any use or occupancy of the Work or any part thereof by City of ' Fayetteville, nor any act of acceptance by City of Fayetteville nor any failure to do so, nor the issuance of a notice of acceptability by Engineer pursuant to paragraph 0. 12. nor any correction of defective work by City of Fayetteville shall constitute an ' acceptance of Work not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents (except as provided in paragraph 0.14). 14. Waiver of Claims The making and acceptance of final payment shall constitute: a. A waiver of all claims by City of Fayetteville against Contractor, except claims ' arising from unsettled Liens, from defective Work appearing after final observation pursuant to paragraph 0.10 or from failure to comply with the Contract Documents or the terms of any special guarantees specified therein; however, it will not constitute a waiver by City of Fayetteville of any rights in respect of Contractors continuing obligations under the Contract Documents. b. A waiver of all claims by Contractor against City of Fayetteville other than ' those previously made in writing and still unsettled. P. Suspension of Work and Termination ' 1. City of Fayetteville May Suspend Work a. City of Fayetteville may, at any time and without cause, suspend the work or any portion thereof for a period of not more than ninety (90) days by notice in writing to Contractor and Engineer which shall fix the date on which work shall be resumed. Contractor shall resume the work on. the date so fixed. Contractor may be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to any suspension if he makes a claim therefor as provided in paragraphs L and M. ' b. City of Fayetteville may suspend work upon occurrence of any one or more of ' the following events: (1) If Contractor fails to supply a qualified superintendent, sufficient skilled workmen, subcontractors, or suitable materials or equipment. (2) If Contractor repeatedly fails to make prompt payments to subcontractors or for labor, materials, or equipment. (3) If Contractor disregards Laws and Regulations, of any public body having jurisdiction. 59 General Conditions City of Fayetteville Sanitary Sewer Improvements I 1 (4) If Contractor otherwise violates in any substantial way any provisions of the Contract Documents the City of Fayetteville shall have authority to suspend the Work wholly or in part, for such period of time as he ' may deem necessary, because of conditions unfavorable for the prosecution of the Work, or to conditions which in his opinion warrant such action, or for such time as is necessary by reason of failure on the , part of the Contractor to carry out orders given, or to perform any or all provisions of the Contract. No additional compensation will be paid the Contractor because of any costs caused by such suspension, except ' when the suspension is ordered for reasons not resulting from any act or omission on the part of the Contractor. C. if it becomes necessary to suspend work for an indefinite period of time, the ' Contractor shall store all materials in such manner that they will not obstruct or impede the traveling public unnecessarily or become damaged in any way, take , every precaution to prevent damage or deterioration of the Work performed, provide suitable drainage of the roadway, and erect temporary structures where necessary. The Contractor shall not suspend work without written authority , from the City of Fayetteville. 2. City of Fayetteville May Terminate a. Upon the occurrence of any one or more of the following events: ' (1) If Contractor commences a voluntary case under any chapter of the , Bankruptcy Code (Title 1 I. United States Code), as now or hereafter in effect, or if Contractor takes any equivalent or similar action by filing a petition or otherwise under any other federal or state law in effect at ' such time relating to the bankruptcy or insolvency; (2) If a petition is filed against Contractor under any chapter of the ' Bankruptcy Code as now or hereafter in effect at the time of filing, or if a petition is filed seeking any such equivalent or similar relief against Contractor under any other federal or state law in effect at the time ' relating to bankruptcy or insolvency; (3) If Contractor makes a general assignment for the benefit of creditors; ' (4) If a trustee, receiver, custodian or agent of Contractor is appointed under applicable law or under contract, whose appointment or authority ' to take charge of property of Contractor is for the purpose of enforcing a Lien against such property or for the purpose of general administration of such property for the benefit of Contractors creditors; ' General Conditions 60 ' City of Fayetteville Sanitary Sewer Improvements , 11 1 1 (5) If Contractor admits in writing an inability to pay its debts generally as they become due; 1 (6) If Contractor persistently fails to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment or failure 1 to adhere to the progress schedule established under paragraph C.7 as revised from time to time); 1 (7) If Contractor disregards Laws or Regulations of any public body having jurisdiction; 1 (8) If Contractor disregards the authority of Engineer; or (9) If Contractor otherwise violated in any substantial way any provisions 1 of the Contract Documents. b. City of Fayetteville may after giving Contractor (and the surety, if there be 1 one) fourteen (14) days' written notice and to the extent permitted by Laws and Regulations, terminate the services of Contractor, exclude Contractor from the site and take possession of the work and of all Contractor's tools, appliances, construction equipment and machinery at the site and use the same to the full ' extent they could be used by Contractor (without liability to Contractor for trespass or conversion), incorporate in the work all materials and equipment stored at the site or for which City of Fayetteville has paid Contractor but 1 which are stored elsewhere, and finish the work as City of Fayetteville may deem expedient. In such case, Contractor shall not be entitled to receive any further payment until the work is finished. If the unpaid balance of the 1 Contract Price exceeds the direct, indirect and consequential costs of completing the Work, (including, but not limited to, fees and charges of engineers, architects, attorneys and other professionals and court and 1 arbitration costs) such excess will be paid to Contractor. If such costs exceed such unpaid balance, Contractor shall pay the difference to City of Fayetteville. Such costs incurred by City of Fayetteville will be reviewed by Engineer and 1 incorporated in a Change Order, but when exercising any rights or remedies under this paragraph City of Fayetteville shall not be required to obtain the lowest figure for the work performed. 1 C. Where Contractor's services have been so terminated by City of Fayetteville, the termination shall not affect any rights or remedies of City of Fayetteville 1 against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City of Fayetteville will not release Contractor from liability. 1 d. Upon fourteen (14) days' written notice to Contractor and Engineer, City of Fayetteville may, without cause and without prejudice to any other right or 1 61 General Conditions City of Fayetteville 1 Sanitary Sewer Improvements remedy, elect to abandon the work and terminate the Agreement. In such case, ' Contractor shall be paid for all Work executed and any expense sustained plus reasonable termination expenses, which will include, but not be limited to, direct, indirect and consequential costs (including, but not limited to, fees and , charges of engineers, architects, attorneys and other professionals and court and arbitration costs). 3. Contractor May Stop Work or Terminate ' If, through no act or fault of Contractor, the work is suspended for a period of more ' than ninety (90) days by City of Fayetteville or under an order of court or other public authority, or Engineer fails to act on any payment request within thirty (30) days after it is submitted, or City of Fayetteville fails for thirty (30) days to pay ' Contractor any sum finally determined to be due, then Contractor may, upon fourteen days' written notice to City of Fayetteville and Engineer, terminate the Agreement and recover from City of Fayetteville payment for all work executed and , any expense sustained plus reasonable termination expenses. In addition and in lieu of terminating the Agreement, if Engineer has failed to act on an Application for Payment or City of Fayetteville has failed to make any payment as aforesaid, , Contractor may upon fourteen (14) days' notice to City of Fayetteville and Engineer stop the work until payment of all amounts then due. The provisions of this paragraph shall not relieve Contractor of his obligations under paragraph G.15 to carry on the Work in accordance with the progress schedule and without delay , during disputes and disagreements with City of Fayetteville. Q. This Section Deleted. , R. Liquidated Damages or Actual Damages for Delay 1. General ' Time is of the essence of this Contract, liquidated damages or actual damages for delay will be assessed against the Contractor for failure to complete the work within ' the time(s) specified in these Contract Documents. 2. Liquidated Damages , Should the Contractor fail to complete the work, or any part thereof, in the time stipulated in the Contract or within such extra time as may have been allowed for ' unavoidable delays by extensions granted as provided in Paragraph M, the Contractor shall reimburse the City of Fayetteville for the additional expense and damage for each calendar day, Sundays and legal holidays included, that the ' Contract remains uncompleted after the Contract completion date. It is agreed that the amount of such additional expense and damage incurred by reason of failure to General Conditions 62 ' City of Fayetteville Sanitary Sewer Improvements ' complete the work is the per -diem rate stipulated in the Bid. The said amounts are hereby agreed upon as liquidated damages for the loss to the City of Fayetteville on account of expense due to the employment of Engineers, inspectors, construction ' reviewers, and other employees after the expiration of the time of completion, and if applicable, expenses incurred by the City of Fayetteville as a result of the impact of the Contractor on other contractors under this project or other contracts, and on ' account of the value of the operation of the works dependent thereon. It is expressly understood and agreed that this amount is not to be considered in the nature of a penalty, but as liquidated damages, which have accrued against the Contractor. The ' City of Fayetteville shall have the right to deduct such damages from any amount due, or that may become due the Contractor, or the amount of such damages shall be due and collectible from the Contractor or his Surety. ' 3. Actual Damages for Delay ' Failure to meet the Contract Completion Date(s) by the Contractor will subject the Contractor to liability for all damages suffered by the City of Fayetteville. Damages that might accrue to the City of Fayetteville include, but are not limited to, the additional costs for project inspection by others, construction review by RJN Group, ' Inc. the City of Fayetteville's project administration and overhead, the Engineer's project administration and overhead, loss of revenue from the completed facility, delay or impact damages from other Contractors on this Contract or other Contractors on other Contracts resulting from the delay, rental costs incurred by the City of Fayetteville as a result of delay in completion of this Contract, value and use loss arising from this delay, and all legal costs associated with administration of this ' General Condition or with any litigation arising out of this General Condition. The City of Fayetteville may, without prejudice to any other remedies that may be available, withhold from any monies due, or which may become due the Contractor, ' all damages sustained or which may be sustained in accordance with this paragraph R.3. The rights and remedies of the City of Fayetteville provided in this paragraph R.3 are in addition to any other remedies provided by law or under this Contract. 4. Liquidate Damages will be assessed in accordance with Paragraph R.5 for each calendar day beyond the dates stipulated below: ' a. For each calendar day beyond the Contractual Date of Substantial Completion until the date when Substantial Completion is achieved. ' b. For each calendar day beyond the Contractual Date of Final Completion or 30 calendar days after the actual date of Substantial Completion, whichever is ' later, until the date when Final Completion is achieved. t63 General Conditions City of Fayetteville ' Sanitary Sewer Improvements 5. Liquidate damages will be assessed as follows: Final Amount of Contract Less than $1,000,000 1,000,000 and less than 3,000,000 3,000,000 and less than 5,000,000 5,000,000 and less than 10,000,000 10,000,000 and over S. Excess Engineering Costs 1. General Liquidated Damages Per Day $ 750 1,500 3,000 4,000 5,000 Excess engineering costs shall be applicable only during the Contract Time provided in the Agreement. Overtime The City of Fayetteville shall charge to Contractor for all engineering and construction observation expenses incurred by City of Fayetteville in connection with any overtime work. For any such overtime during the regular specified Contract Time beyond the regular eight hour day and for any time worked on Saturday, Sunday, or holidays, the charges for such personnel will be as provided in the Schedule of Charges below. b. These charges for excess engineering will be deducted from the Contractor's monthly payment request. C. Schedule of Charges to be as follows for all engineering and construction observation expenses incurred by the City of Fayetteville in connection with any overtime work. Personnel Hourly Rate Project Manager $ 105.00 Resident Engineer 75.00 Resident Project Representative 60.00 d. The Contractor shall not work over a 10 -hour day without written permission from the City of Fayetteville. e. The Engineer shall determine when observation of construction activities beyond the regular eight-hour day is required. General Conditions 64 City of Fayetteville Sanitary Sewer Improvements I Ll 1 ' T. Miscellaneous 1. Giving Notice Whenever any provision of the Contract Documents requires the giving of written notice it shall be deemed to have been validly given if delivered in person to the ' individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. 2. Computation of Time a. When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made ' a legal holiday by the law of the applicable jurisdiction, such day shall be omitted from the computation. b. A calendar day of twenty-four (24) hours measured from midnight to the next midnight shall constitute a day. 3. General a. Should City of Fayetteville or Contractor suffer injury or damage to his person or property because of any error, omission or act of the other party of any of the other party's employees or agents or others for whose acts the other party is legally liable, claim will be made in writing to the other party within a reasonable time of the first observance of such injury or damage. The ' provisions of this paragraph T.3.a shall not be construed as a substitute for or a waiver of the provisions of any applicable statute of limitations or repose. b. The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto, and, in particular but without limitation, the warranties, guarantees and obligations imposed upon Contractor by paragraph G.1 6.a, N.1, N.7, N.9, 0.6, P.2.a and all of the rights ' and remedies available to City of Fayetteville and Engineer thereunder, shall be in addition to, and shall not be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise ' imposed or available to any or all of them by Laws or Regulations, by special warranty or guarantee or by other provisions of the Contract Documents, and the provisions of this paragraph shall be as effective as if repeated specifically ' in the Contract Documents in connection with each particular duty, obligation, right and remedy to which they apply. All representations, warranties and guarantees made in the Contract Documents shall survive final payment and termination or completion of this Agreement. END OF THIS SECTION 65 General Conditions City of Fayetteville ' Sanitary Sewer Improvements 1 A. General B. SUPPLEMENTARY CONDITIONS These Supplementary Conditions amend or supplement the General Conditions of the Contract and other provisions of the Contract Documents as indicated below. Provisions which are not so amended or supplemented remain in full force and effect. Paragraph E.1: Availability of lands Add the following sentence to the end of paragraph E.1: Contractor shall confine all construction activities within the easements indicated on the plans. Paragraph F.1: Performance and Other Bonds Add the following new paragraphs as part of paragraph F.1: e. Bonds meeting the requirements of Arkansas Highway and Transportation Department are required for all work performed within their rights-of-way. Paragraph F: Bonds and Insurance Add the following paragraph to Paragraph F: 7. Insurance Rating All insurance contracts must maintain a Best's Rating of A: Class VI or better. Paragraph N.7.: Correction Period Modify the heading and first sentence of Paragraph N.7. as follows: Two Year Correction Period If within two years after the date of Substantial Completion or such longer period of time as may be prescribed by Laws or Regulations by the terms of any applicable special guarantee required by the Contract Documents or by any specific provision of the Contract Documents, any work is found to be defective, Contractor shall promptly, without cost to Owner and in accordance with Owner's written instructions, either correct such defective work, or, if it has been rejected by Owner, remove it from the site and replace it with nondefective work. Supplementary Conditions City of Fayetteville CIA Sanitary Sewer Improvements F. Paragraph 0.8: Substantial Completion Add the following new paragraph as part of paragraph 0.8: 0.8.c. Substantial completion is defined as all excavation, material, labor, bedding, backfill, coating, grouting, final restoration, and testing required to complete the work as defined in the Contract documents. Individual job numbers will be considered for substantial completion. G. Paragraph A.17: Engineer Delete paragraph A.17 and substitute the following new paragraph: 17. Engineer - The firm of R IN Group Inc., Consulting Engineers, Dallas, Texas and Fayetteville, Arkansas, acting through their authorized representatives. H. Paragraph E.2.a. Delete paragraph E.2.a and substitute the following new paragraph: a. No reports of explorations and tests of subsurface conditions at the site are available. Delete paragraph 0.9 of the General Conditions. I. Paragraph 0.2.d Delete paragraph 0.2.d. and substitute the following new paragraph: d. Applications for payment shall be signed by the Engineer and approved by the Owner, and after such approval, the Owner, subject to the foregoing provisions, will pay or cause to be paid an amount equal to the estimated value of the work performed less a retained amount of ten (10) percent until Final Acceptance by the Owner. K. Tort Imrnunity The City of Fayetteville has Tort Immunity under Arkansas Law. Nothing in these contract documents shall be construed or interpreted as the City waiving that Tort Immunity. L. USEPA Supplemental Conditions The Supplemental Conditions for Federally Assisted Water/Wastewater hdiastructure under the FY 2004 Federal Appropriations Act are included and made part of this document. END OF SUPPLEMENTARY CONDITIONS Supplementary Conditions City of Fayetteville Sanitary Sewer Improvements CI -2 11 I 1 1 1 I 1 I 1 (03-04) I UNITED STATES ENVIRONMENTAL PROTECTION AGENCY 1 REGION 6 1 Supplemental conditions 1 for Federally Assisted Water/Wastewater Infrastructures under the 1 FY 2004 FEDERAL APPROPRIATIONS ACT (P.L. 108-199) AS AMENDED 1 I 1 1 1 1 REPRODUCTION OF THIS GUIDANCE i SHOULD BE ON COLORED PAPER, PREFERABLY PINK. I� Ll 1 I I 1 P 1 1 11 1 1 1 LJ RULES AND REGULATIONS 29 CFR PART 3'- CONTRACTORS AND SUBCONTRACTORS ON PUBLIC BUILDING OR PUBLIC WORK FINANCED IN WHOLE OR IN PART BY LOANS OR GRANTS FROM THE UNITED STATES §13 Weekly statement with respect to paymento f wages. (a) As used in this section, the term eiiiployce shall nol apply to persons in classifications higher than that of laborer or mechanic and thosewho are the immediate supervisors of such employees. (b) Foch contracter or subcontractor engaged in the construction, prosecution, completion, orrepair of any public building of public work, or budding or work financed in whole or in part by loans or grants from tht'United States; shall furnish each week a statement with respect to the wages paid each of its employees engaged oh work covered by this part 3 and part 5 of this.cbaptet during the preceding weekly payroll period. 'this statement shall be executed by the contractor or subetintrxtor or by an authorized officer or employee of the contractor or subcontractor who supervises the. payment of wages, and shall be on form WH 348; `'Statement of Compliance", or on an identical form on the back of WH 347, "Payroll (For Contractors Optional Use)' or onanti forth with identical wording. Sample copiesof WE 347 and WH 348 may be obtained fromthe Government contracting or sponsoring agency, and copies of these forms may be purchased at the GovernmeatNnting Office. (c) The requirements of this section shall not apply to any contract of $2,boo or less. (d) Upon a written finding by the head of a Fed" agency, the Secretary. of Labor may provide reasonable limitations, variations, tolerances, and exemptions from the requirements of this section subject to such conditions as the Secretary of labor may specify. [29 FR 97, Jam 4, 1964, as amended at 33 FR 10186, July 17; 1968; 47 FR 23679, May 28, 19821 § 3.4 Submission of weekly"statements and the preservation and inspection of weekly payroll records. (a) Each weekly statement required under 0 3.3 shall be delivered by the contractor or subcontractor, within seven days after the regular payment date of the payroll period, to a representative of a Federalor State agency in charge at the site of the building or work, or, if there is no representative of a Federal or State agency at the site of the building or work, the statement shall be mailed by the contractor or - subcontractor, within such time, to a Federal or State agency contracting for or financing the building or work. After such examination and check as may be made, such statement, or a copy thereof, shall be kept available, or shall be transmitted together with a report of any violation, in accordance with applicable Procedures prescribed by the United States Department of labor. (b) Each contractor or subcontractor shall preserve his weekly payroll records for a period of three years from date of completion of the contract The payroll - records shall set out accurately and completely die name and address of each laborer and mechanic, his correct classification, rate of pay, daily and weekly number of hours worked, deductions made, and actual wages paid. Such payroll records shall be made available at all times for inspection by the contracting officer or his authorized representative, and by, authorized representatives of the Department of Labor. (Reporting and recordkeeping requirements in paragraph (b) have been approved by the Office of Management and Budget under control number 1215-0017) (29 FR 97, Jan. 4, 1964, as amended at 47 FR 145, Jam 5, 19821 29 CFR PART 5 - LABOR STANDARDS PROVISIONS APPLICABLE TO CONTRACTS COVERING FEDERALLY FINANCED AND ASSISTED CONSTRUCTION (ALSO LABOR STANDARDS PROVISIONS APPLICABLE TO NONCONSTRUCTION CONTRACTS SUBJECT TO.THE CONTRACT WORK HOURS.AND SAFETY STANDARDS AC1) § 5.5 Contract provisions and related matters. (a) The Agency head shall cause or require the contracting officer to insert in full in any contract in excess of $2,000 which is entered into for the actual construction, alteration and/or repair, including painting and decorating, of a public building or public work or building or. work financed in whole or in part from Federal fords or in accordarei wiih guarantees of a Federal agency or financedfrom funds obtained by. pledge of any contract of a Federal agency to make a loan, grantor annual contribution (except where a different meaning is expressly indicated), and which is subject to the, laborstandards provisions of any of the acts listed in §5.1, the following clauses (or any modifications thereof to meet the particularneeds of the agency, Provided,11at such modifications are first approved by the Department of Labor): . (1) Minimum wagu..(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 constnxtion 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 wages and bona fide fringe benefits (or cash equivalents thercof) .due at. time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may.be alleged to. exist between the contractor and such laborers and. mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(bX2) of the Davis -Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph (aXlXiv) 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 programswhich cover diiparticular weekly period. are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classificatioa of work actually performed, without regard to skill, except as provided in §55(a)(4). Laborers oemechanics performing work in more than one classification may be compensated at ([Page 11011 the.rate specified for each classification for the time actuoy.worked therein: Provided, That the employees payroll records accurately set,forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and. wage rates conformed under. paragraph (aXlXii) of this seetron) and the Davis -Sawn poster (WH -1321) shall beposted at all times by Cie contractor and its subcontractors at. the site of the work in a prominent aid -accessible place where it can be easily seen by the workers- . (u"XA) The contracting officer shall require that any, class of laborers or mechanics, including;helpers, which is Dot listed in the wage determination and which is to. be employed under the contract shall be classified in. conformance with the wage dcietu+isation, The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been mel: (1) Except with respect to helpers asdefined in 29 CFR 5.2(nX4), the work to be performed by the classification requested is not performed by a classification in the wage determination; and (2) The classification is utilized in the area by the construction industry, and (3) The proposed wage rate. ialiiding any bona fide fringe benefits, bears a reasonable relationship to. the wage rates contained in the wage determination; and (4) With respect to helpers as defined in 29 CFR 5.2(nX4), such a classification prevails in the area in which the work is performed. 11 I J 1 1 [I L LI 0 1 1 1 (B) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, DC 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30Lday periodthatadditional time is necessary. (C) In the event the contractor, the laborers or mechanics to be employed in the classification or their "representatives, and the contracting"officer do not agree on the- proposed classification and wage rate (including the amount designated for fringe benefits, where - appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer; to the Administrator for deteiminatiofiAbe Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the contracting officer m will notify the contracting officer within the 30 -day period that additional time is necessary. (D) The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs (axl)(ii) (B) or (C) of this section; shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification: (iii) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is notexpressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. `(iv) If the contractor does rot make payments to a trustee or other third persoe,'the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits order 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. (v)(A) The contracting officer shall require that any class of laborers or mechanics which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and hinge benefits therefor only when the following criteria have been mel: (1) The work to be performed by the classification requested is not performed by a classification in the wage dclernmimtion- and (2) The classification is utilized in the area by the construction industry; and - (3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (B) If the contractor and the laborers and mcchamcs to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where -appropnate) a report of the action taken shall be sent by the contracting officer to the Administratorof the Wage and Hour Division, Employment Standards Administration, Washington, DC 20210. The Administrator, or an authorized representative; will approve, modify, or disapprove every additional classification action within 30 days of receipt and'so advise the contracting officer or will notify the contracting officer within the 30 -day period that additional tinx is necessary. (C) In the event the contractor, the laborers or. mechanics to be employed in the classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe beeefits, where . appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, -to . the Administrator for determwathom The Administrator, or an authorized representative, will issue a determination with 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30 -day period that additional time is necessary. - (D) The wage rate (including fringe benefits where appropriate) determined pursuant to para� (axlxv) (B) or (C) of this section, shall be.paidto all workers performing work in the classification under this contract from the first day on which work is performed in the classification (2) Withholding. The (write in name of Federal Agency or the loan or grant recipient) shall upon its own action or upon written request of an audrorizcd 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 theevent 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 (Agency) may, after written notice to the contractor, sponsor, applicant, or owner, take such action as maybe necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. (3) Payr?!4 and basic records (i) Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and_pteselved for a period *of three years thereafter for all laborers and mechanicsworking at the site of the. work (or under the United States Housing Act of 1937, or under the - Housing.Act of 1949, intheconstruction or. - developmenrof,The project). Such records shall contain the name, address, and social security number of each such worker, hisor: her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof,of rhe types described in section l(bX2).(B) of the Davis -Bacon Act), daily and weekly number of hours.worked, deductions made and actual wages paid. Whenever the Secretary of Labor has . found under 29 CFR 5-5(aXl)(iv) that thewages of any laborer or.mechanic includegbe.amount of my;eosts reasonably anticipated in providing benefits under a plan or program described in section 1(bX2XB) 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 rhe 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. (iiXA) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to the (write in name of appropriate Federal agency) if the agency is a parry to the contract, but if the agency is not such a party, the contractor will .submit the payrolls to the applicant, sponsor, or owner, as the case may be, for transmission to the (write in name of agency). The payrolls submitted shall set out accurately and completely all of the information required to be maintained under §53(aX3Xi) of Regulations, 29 CFR part5_-9his information may be submitted in any form desired. Optional Form WH -347 is available for this purpose and may be purchased from the Superintendent of Documents (Federal Stock Number 029-005-000,14-1), U.S. Government Printing Office, Washington, DC 20402. The prime contractor is responsible for the submission of copies of payrolls. y all subcontractors. (B) Each payroll submitted shall be accompanied by a 'Statement of Compliance,' signed by the contractor or subcontractor of 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 maintained under §5.5(aX3)C) of Regulations, 29 CFR part 5 and that such information is correct and complete; (2) That each laborer or meth nin (including each helper, apprentice, and trainee) employed on the. contract during the payrolfperiod has been paid the fun weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations, 29 CFR part 3; (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 inthe applicable wage determination incorporated into the comracL (C) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WW347 shall satisfy the requirement.for submission of the "Statement of Compliance required by paragraph (aX3XiiXB) of this section (D) The falsification of any of the above - certificatioes may subject the contractor or subcontractor to civil or criminal prosecution under section.1001. of title_ 18 and section 731.of tide 31 of the United States Code. (iii) The contractor or subcontractor shall make the records required under paragraph (aX3Xi) of this section available for inspection, copying, or transcription by authorized representatives of the (write the name of the agency) or the Department of Labor, 1 �I LI 1 1 1 1 1 I 1 L L 1 1 1 1 and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the Federal agency may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. (4) Apprentices and trainees—(i) Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in'a bona fide apprenticeship program registered with the U:S. Department of labor, Employment and Training Administration, Bureau of Apprenticeship and Training, or with aState Apprenticeship Agency recognized by the Bureau, 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 Bureau of Apprenticeship and Training or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment is 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 programi Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio penr&1ed 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 subcontractors registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the fullamountof fringe benefits listed on the wage determination for the applicable classification, If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Bureau of Apprenticeship and Training, or a State Apprenticeship Agency recognized by the Bureau, 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 S. 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 rccejved-prior approval, evidenced by formal certification by the U.S. Department of labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for ilio 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 H 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 perfoinring work on the job site in excess of the ratio permitted. under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program. rhe contractor will no longer be permitted toutifize 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 11216, as amended, and 29 CFR part 30. (5) Compliance with Copeland Act requirements. The contractor shall comply with the requirements of 29 CFR par 3, which are incorporated by reference in this contract (6) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses contained. in 29 CFR 5.5(axl) through (10) and such other clauses as the (write in the name of the Federal agency) may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with. all the contract clauses in 29 CFR 55. (7) C.ontracr 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 Dava-Bacon and Related Act requirements. All rulings and interpretations of the Davis -Bacon and Relited Acts contained in29CFR parts 1, 3, and 5 are herein incorporated by reference in this contract. (9) Disputes concerning Labor.standards. Disputes arising out of.the labor standards provisions of this contract shall not be subject to the general disputes clause. of this contract Such disputes shall be resolved in accordance with the. procedures of the Department of Labor set -forth in 29 CFR parts 5, 6, and 7. Disputes within the.tneaning of this clause include disputes between the contractor (or any, of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives. . (10) Cerrtficationof 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 interestin the contractoes.firm is a person or.firm ineligible to be- awarded eawarded Government contractsby virtue of section 3(a) of the Davis -Bacon Act or29 CFR 5.12(axl ).. (ins) No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis -Bacon Act or 29. CFR S.12(axl). (ui) The penalty for making false statements is prescribed in the U.S- Criminal Code, 18 U.S.C. 1001. (b) Contract Work Noun and Safety Standards Act The Agency Head shall causeor require the contracting officer to insert the following clauses set forth in paragraphs (b)(l). (2). (3). and (4) of this section in full in any contract in an amount in excess of $100,000 and subject to the overtime provisions of the Contract Work Hours and Safety Standards Act Tbese clauses shall be inserted in addition to the clauses required by Sec. 55(a) or 4.6 of part 4 of this. title. As used in this paragraph, the terrors laborers and mechanics include watchmen and guards. (1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work towork in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (b)( 1) of this section the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages Itraddition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory,to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (b)(l) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (bx1) of this section. . (3) Withholding for unpaid wages and liquidated damages. The (write in the name of the Federal agency or the loan or grant recipient) 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 my such contract or any other Federal contract with the same prime contractor, or any other federally -assisted contract subject to the Contract Work Homs and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor. or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (b)(2) of this section. (4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (b)(l) through (4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (bxl) through (4) of this section. I 1 1 1 d [1 (c) In addition to the clauses contained in paragraph (b), in any contract subject only to the Contract Work , Hours and Safety Standards Act and not to any of the other statutes cited in §5.1, the Agency Head shall cause or require the contracting officer to insert a J L [I L 1 1 11 11 clause requiring that 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 of each such employee, social security number, correct classifications, hourly rales of wages paid, daily and weekly number of hours worked, deductions made, and actual wages paid. Further, the Agency Head shall cause or require. the contracting officer, to insert in any such contract a clause providing that the records to be maintained under this paragraph shall be made available by the contractor or subcontractor for inspection, copying, or transcription by authorized representatives of the (write the name of agenry) and the Department of Labor, and the contractor or subcontractor will permit such representatives to interview employees during_wori ing hours on the job. § 5.6 Enforcement. (a)(l) it shall be the responsibility of the Federal . agency to ascertain whether the clauses requited by § 5.5 have been inserted in the contracts subject to the labor standards provisions of the Acts contained in § 5A. Agencies which do not directly enter into such contracts shall promulgate the necessary regulations or procedures to require the recipient of the Federal assistance to insert in its contracts the provisions of § 5.5. No payment, advance, grant, loan, or guarantee of funds shall be approved by the Federal agency unless the agency insures that the clauses required by § 55 and the appropriate wage determination of the Secretary of Labor are contained in such contracts. Furthermore, no payment, advance, grant, loan, or guarantee of funds shall be approved by the Federal agency after the beginning of construction unless there is oo''Ble with the agency a certification by the contractor that the contractor and its subcontractors have complied with the provisions of § 5t, or unless there is on file with the agency a certification by the contractor that there is a substantial dispute with respect to the required provisions. § 5.8 Liquidated damages under the Contract Work Hours and Safety Standards Act (a) The Contract Work Hours and Safety Standards Act requires that laborers or mechanics shall be paid wages at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in any workweek In the event of violation of this Provision, the contractor and any subcontractor shall be liable for the unpaid wages and in addition for liquidated damages. computed with respect to each laborer or mechanic employed in violation of the Act in the amount of $10 for each calendar day in the workweek on which such individual was required or permitted to work in excess of forty hours without payment of required overtime wages. Any contractor of subcontractor aggrieved by the withholding of liquidated damages shall have the right to appeal to the head of the agency of the United States (or the territory of District of Columbia, as appropriate) for which the contract work was performed or for which financial assistance was provided. (b) Findings and recommendations of the Agency Head The Agency Heo as the authority to review the administrative determination of liquidated damages and to issue a final order affirming the determination. It is not necessary to seek the conaareace of the Administrator but the Administrator shall be advised of the action taken. Whenever the Agency Head finds that a sum of liquidated damages administratively determined to be due is incorrect m that the contractor or subcontractor violated inadvertently the provisions of the Act notwithstanding the exercise of due care upon the pan of the contractor or subcontractor involved, and the amount of the liquidated damages computed for the contract is in excess of $500, the Agency Head rosy make recommendations to the Secretary that an appropriate adjustment. in liquidated damages be nude or tha the contractor or subcontractor be relieved of liability for such liquidated damages. Such findings with respect to liquidated damages shall include findings with respect to any wage underpaytncats for which the liquidated damages are determined. (c) The recommendations of the Agency Head for adjustment or relief from liquidated damages under paragraph (a) of this section shall be reviewed by the Administrator m an authorized representative who shag issue an order concurring in the recommendations, partially concurring in the recommendations, or rejecting the recommendations. and the reasons therefor. The order shall be the final decision of the Department of Labor, unless a petition for review is filed pursuant to pan 7 of this title, and the Administrative Review Board in its discretion reviews such decision and order, or, with respect to contracts subject to the Service Contract Act, unless petition for review it filed pursuant to pan 8 of this title, and the Administrative Review Board in its discretion reviews such decision and order. (d) Whcmvu the Agency Head finds that a sum of liquidated damages administratively determined to be due under section 104(a) of the Contract Work Hours and Safety Standards Am for a contract is $500 or less and the Agency Head fads that the sum of liquidated damages is incorrect or that the contractor or subcontractor violated inadvertently the provisions of the Contract Work Hours and Safety Standards Act notwithstanding the exercise of due care upon the part of the contractor or subcontractor involved, an appropriate adjustment may be made in such liquidated damages or the contactor or subcontractor may be relieved of liability for such liquidated damages with submitting recommendations to this effect or a report to the Department of Labor. lltis delegation of authority is made under section 105 of the Contract Work.Hours and Safety Standards Act and has been found to be necessary and proper in the public interest to prevent undue hardship and to avoid scrious impairment of the conduct of Government business. [46 FR 19541, Apr. 29v 1993v as amende3 at 51 M 12265, Apr. 9,1996; 51 FR 13496, Apr. 21,19861 [[page: 11911 § 5.9 SuspenAonof funds. In the event of failure or refusal of the contractor or any subcontractor to comply with the labor standards clausescontained in §53 and the applicable statutes listed in'5.1, the Federal agency; upon its own action or upon written request of an authorized representative of the Department. of Labor, shall take such action as may be necessary to cause the suspension of the I payment, advance or guarantee of funds until such time , as the violations are discontinued or until sufficicnt funds are withheld to compensate employees for the wages to which they are entitled and to cover any liquidated damages which may be due. , § 5.10 Restitution, criminal action. (a) In cases other than those forwarded to the , Attorney General of the United States under paragraph (b), of this section, where violations of the labor standards clauses contained -in § 53 and the applicable ' statutes listed in § 5.1 result iu underpayment of wages to employees, the Federal agency or an authorized representative of the -Department ofLabor shall request that restitution be made to such employees or on their behalf to plans, funds; or programs for any type of bona fide fringe benefits within the meaning of section. (b) In taus where the Agencyllead or the Administrator finds substantial evidence that such ' violations are willful and in violation of a criminal statute, the matter shall be forwarded to the Attorney General of the United States for prosecution if the facts warrant. In all such taus the Administrator shall be ' informed simultaneously of the action taken CI j LJ [I ' 29 CFR PART 6 -RULES OF PRACTICE FOR ADMINISTRATIVE PROCEEDINGS ENFORCING LABOR STANDARDS IN FEDERAL AND FEDERALLY ASSISTED CONSTRUCTION CONTRACTS.AND FEDERAL SERVICE CONTRACTS r, 1 Subpart A --General § 6.1 Applicability of rules. This part provides the rules of practice for administrative proceedings under the Service Contract Act; the Davis -Bacon Act and related statutes listed in Sec. 5.1 of part 5 of this title which require payment of wages determined in accordance with the Davis -Bacon Act, the Contract Work Hours and Safety Standards Act, and the Copeland ACL See parts 4 and 5 of this tide. § 6.2:Defnitions. :{a) Administrator means the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, or authorized representative. (b) Associate Solicitor means the Associate Solicitor for Fav labor Standards, Office of the Solicitor,A.S. Department of labor, Washington, .DC20210. - (c) ChiefAdminisrrative Jaw Judge means the Chief Administrative Law Judge, U.S. Department of labor, 800 K Street, KW., Suite 40o,:Washington DC 20001-8002. (d) Respondent means the contractor, subcontractor, person alleged to he responsible under the contract or subcontract, and/or any firm, corporation, partnership, or association in which such person or firm is alleged. to have a substantial interest (or interest; if the proceeding is under the Davis -Bacon Act) against whom the _ proceedingsare brought- (49 FR 10627, Mar. 21, 1984, as amended at 56 FR 54708, Oct 22, 19911 § 63 Service; copies of documents and pleadings. (a) Manner of service. Service upon any party shall be made by the party filing the pleading or document by delivering a copy or mailing a copy to the last known address: When a party is [(Page 1341) represented by an attorney, the service should be upon the attorney. (b) Proof of service. A certificate of the person serving the pleading or other document by personal deliveryor by mailing, setting forth the manner of said service shall be proof of the service. Where service is made by mail,service shall be complete upon mailing. However, documents are not deemed filed until received by the Chief Clerk at the Office of Administrative Law Judges and where documents are filed by snail 5 days shall be added to the prescribed period. (c) Service upon Department, number of copies of pleading or other documents. An original and three 10 copies of all pleadings and other documents shall be. filed with the Department of Labor: The original and one copy with the Administrative Law.ludge before whom the case is pending, one copy with the attorney representing the Department during the hearing, and one copy with the Associate Solicitor. § 6A Subpoenas (ServiceContractAct). All applications under the Service Contract Act for subpoenas ad testificandum and subpoenas duces tecum shall be made in writing to the Administrative Law Judge. Application for subpoenas duces tecwn sbali. specify as exactly as possible the documents to be. Ixoduced- § 6.5 Production of documents and witnesses.. The parties, who shall be deemed to be the Department of Labor and the respondent(s), my serve on any other parry a request to produce documents or witnesses in the control of the party served, setting forth with . particularity the documents or witnesses requested. The parry served shall have 15 days to respond or object thereto unless a shorter or longer time is ordered by the Administrative Law Judge. The parties shall produce documents and witnesses to which no privilege attaches which are in the control of the party, if so ordered by the Administrative Law Judgeupon motion therefor by a party. If a privilege is claimed, it must be specifically claimed in writing prior to the hearing or orally at the hearing or deposition, including the reasons therefor. In no event shall a statement taken in confidence by the, . Department of Labor or other Federal agency be ordered to be produced prior to the date of testimony at trial of the person whose statement is at issue unless the consent of such person has been obtained. § 6.6 Administrative Law Judge. (a) Equal Accts to Justice Ace Proceedings under this part are not subject to the provisions of the Equal Access to Justice Act (Pub. L. 96-481). In any hearing conducted pursuant to the provisions of this part 6, Administrative Law Judges shall have no power or authority to award attorney fees and/or other litigation expenses pursuant to the provisions of the Equal Access to Justice AcL (b) Contumacious conduct. failure'or refusal of a witness to appear or answer. Contumacious conduct at any hearing before an Administrative Law Judge shall be ground for exclusion from the hearing., In taus arising under the Service Contract Act, the failure or refusal of a witness to appear at any hearing or at a deposition when so ordered by the Administrative Law Judge, or to answer any question which has been ruled to be proper, shall be ground for the action provided in section 5 of the Act of June 30, 1936 (41 U.S.C. 39)_ and, in the discretion of the Administrative law Judge, for striking out all or part of the testimony which may have been given by such witness. § 6.7 Appearances. (a) Representation. The parties may appear in person, by counsel, or otherwise. (b) Failure to appear. In the event that a party appears at the hearing and oo party appears for the opposing side; the presiding Administrative Law Judge is authorized, if such party fails to show good cause for such failure to appear, to dismiss the case or to find the facts as alleged in the complaintand to enter a default judgment containing such findings, conclusions and order as are appropriate. Only where a petition for review of such default judgment tiles alleged procedural irregularities in the proceeding below and not the merits of the case shall a non -appearing party be permitted to file such a petition for review. Failure to appear at a hearing shall not be deemed to be a waiver of the right to be served with a copy of the Administrative Law Judge's decision. § 6.8 Transmission of record. If a'petition for review of the Administrative Law Judges decision is filed with the Administrative Review Board; the Chief Administrative Law Judge shall promptly transmit the record of the proceeding. H a petition for review is not filed within the time prescribed in this pan, the Chief Administrative Law Judge shall so advise the Administrator. Subpart B—Enforcement Proceedings Under the Service Contract Act (and Under the Contract Work Hours and Safety Standards Ad fop Contracts Subject to the Service Contract Act) § 6.15 Complaints. (a) Enforcement proceedings under the Service Contract Actand under the Contract Work Hours and Safety Standards Act for contracts subject to the. Service Contract Act, may be instituted by the Associate Solicitor for. Fair Labor Standards or a Regional Solicitor by issuing a complaint and causing the complaint to be served upon Ibe. respondent (b) The complaint shall contain a clear and concise factual statement of the grounds for relief and the relief requested. . (c) The Administrative Law Judge shall notify the parties of the time and place for a hearing. II § 6.16 Answers. (a) Within 30 days after the service of the complaint the respondent shall file an answer with the Chief Administrative Law Judge. The answer shall be signed by the respondent or his/her attorney. (b) The answer shall (1) contain a statement of the facts which constitute the grounds of defense, and shall specifically admit, explain, or deny each of the allegations of the complaint unless the respondent is without knowledge, in which case the answer shall so state; or (2) stale that the respondent admits all of the allegations of the complaint. The answer may contain a waiver of heating. Failure 20 file an answer to or plead specifically to any allegation of the complaint shall constitute an admission of such allegation. (c) Failure to file an answer shall constitute grounds for waiver of hearing and entry of.a default judgment unless respondent shows good cause Parsuch faihue to file. In preparing the decision of default judgrnent.the' Administrative Law Judge shall adopt as findings of fact the material facts alleged in the complaint and. shall order the appropriate relief and/or sanctions. § 6.17 Amendments to pleadings: At any time prior to the close of the hearing record, the complaint or answer may be amended with the permission of the Administrative Law Judge and on such terms as he/she may approve: When issues not raised by the pleadings are reasonably within the scope of the original complaint and are tried by express or implied consent of the parties, they shall be treated in all respects as if they had been raised in the pleadings, and such.amendoents may be made as necessary to make them conform to the evidence. Such amendments shall be allowed when justice and the presentation of the merits are served thereby, providedthereis no prejudice to the objecting party's presentation on the merits. A continuance in the hearing may be granted or the record left open to enable the new allegations to be addressed The presiding Administrative law Judge may, upon reasonable notice and upon such terms as are just; permit supplemental pleadings setting forth transactions, occurrences or events which have happened since the data of the pleadings and which are relevant to any of the issues involved. .. § 6.18 Consent finding's and order. (a) At any time prior to the receipt of evidence or, at the discretion of the Administrative Law Judge, prior to the issuance of the decision of de Administrative Law Judge, the parties may enter into consent findings and an order disposing of the processings in whole or in part (b) Any agreement containing consent findings and an order disposing of a proceeding in whole or in part shall also provide: 1 1 [1 1 1 k H 1 1] (1) That the order shall have the same force and effect as an order made after full hearing; (2) That the entire record on which any order may be based shall consist solely of the complaint and the agreement; (3) A waiver of any further procedural steps before the Administrative Law Judge and Administrative Review Board regarding those matters which are the subject of the agreement; and (4) A waiver of any right to challenge or contest the validity of the findings and order entered into in accordance with the agreement. (c) Within 30 days after receipt of an agreement containing consent findings and an order disposing of the disputed matter in whole, the Administrative Law Judge shall, if satisfied with its form and substance, accept such agreement by issuing a decision based upon the agreed findings and order. If such agreement disposes of only a part of the disputed matter, a hearing shall'be conducted on the matters remaining in dispute. § 6.19 Decision of the Administrative law Judge. (a) Proposed fundings of fact, conclusions, and order. Within 20 days of filing of the transcript of the testimony or such additional time as the Administrative Law Judge may allow each party may file with the Administrative Law Judge proposed findings of fact, conclusion of law, and order, together with a supporting brief expressing the reasons for such proposals. Such proposals and brief shall be served on all parties, and shall refer to all portions of the record and to a0 authorities relied upon in support of each proposal. (b) Decision of the Administrative law Judge. (1) Within a reasonable time after the time allowed for the filing of proposed findings of fact, conclusions of law, and order, or within 30 days after receipt of an agreement containing consent findings and order disposing of the disputed matter in whole, the Administrative Law Judge shall make his/her decision. H any aggrieved party desires review of the decision, a petition for review thereof shall be filed as provided in Sec. b.20 of this tide, and such decision and order shall be inoperative unless and until the Administrative Review Board issues an order affirming the decision. The decision of the Administrative Law Judge shall include findings of fact and conclusions of law, with reasons and bases tberefor,upon each material issue of fact, law, or discretion presented on the record. The decision of the Administrative Law Judge shall be based upon a consideration of the whole record, including any admissions made under §§ 6.16, 6.17 and 6.18 of this title. It shall be supported by reliable and probative evidence. Such decision shall be in accordance with the regulations and rulings contained in parts 4 and 5 and other pertinent pans of this title. 12 (2) If the respondent is found to have violated the. Service Contract Act. the Administrative Law Judge shall include in his/her decision an order as to whether the respondent is to be relieved from the ineligible list as provided in section 5(a) of the Act, and, if relief is ordered, findings of the unusual circumstance, within the meaning of section 5(a) of the Act, which are the basis therefor. If respondcut is found to have violated the provisions of the Contract Work Hours and Safety Standards Act, the Administrative Law Judge shall issue an order as to whether the respondent is to be subject to the ineligible list as provided in §5.12(a)(1) of part 4 of this title, including findings regarding the existence of aggravated or willful violations. If wages and/or fringe benefits are found due under the Service Contract Act and/or the Contract Work SafetyStandards Act and are unpaid, no relief from the ineligible lisrshall be ordered except on condition that such wages and/or fringe benefits are paid. (3) The Administrative law Judge shall make no findings regarding liquidated damages under the Contract Work Hours and Safety Standards Act § 6.20 Petition for review. Within 40 days after the date of the decision of the Administrative law Judge (or such additional time as is granted by the Administrative Review Board), any party aggrieved thereby who desires review thereof shall file a petition for review of the decision with supporting reasons. Such party shall transmit the petition in writing to the Administrative Review Board pursuant to 29 CFR pan 8, with a copy thereof to the Chief Administrative Law Judge. The petition shag refer to the specific findings of fact, conclusions of law, or order at issue. A petition concerning the decision on the ineligibility list shall also state the unusual circumstances or lack thereof under the Service Contract Act, and/or the aggravated or willful violations of the Contract Work Hours and Safety Standards Act or lack thereof, as appropriate. §6.21 Ineligible list. (a) Upon the final decision of the Administrative Law Judge or Administrative Review Board, as appropriate, the Administrator shall within 90 days forward to the Comptroller Creo" the name of any respondent found in violation of the Service Contract Act, including the name of any firm, corporation, partnership. or . association in which the respondent has, a substantial interest, unless such decision orders relief from the ineligible list because of unusual circumstances. (b) Upon the final decision of the Administrative Law Judge or the Administrative Review Board, as appropriate, the Administrator promptly shall forward to the Comptroller General the name of any respondent found to be in aggravated or willful violation of the Contract Work Homs and Safety Standards Act, and the name of any fmn, corporation, partnership; or association in which the respondent has a substantial interest. Subpart.C—Enforcement Proceedings Under the Davis -Bacon Act and Related Prevailing Wage Statutes, the Copeland Act, and the Contract Work Hours and Safety Standards Act (Excep( Under Contracts Subject to the Service Contract Act) § 630 Referral to Chief Administrative Law Judge. (a) Upon timely receipt of a request for a hearing _ under §5.1 l -(where the Administrator has determined that relevant facts are in dispute) or §5.12 of part 5 of this tide, the Administrator shall refer the case to the Chief Adminisiritive Law Judge by Order of Reference, to which shall be attached a copy of the notification letter to the respondent from the Administrator and response thereto, for designation of an Administrative Law Judge to conduct such hearings as may be necessary to decide the disputed matters. A copy of the Order of Reference and attachments.tbereto shall be _ served upon the respondenL (b) The notification letter from the Administ ator and response thereto s)iall be given the effect of a complaint and answer, respectively, for purposes of the administrative proceedings. The notification letter and response .shall bel accordance with the provisions of . 0.11 or§5.12(6x1) of pari 5 o this tide, as appropriate. § 631 Amendments to pleadings. At any time piiorto the closing of the hearing record; the complaint (notification letter) or answer (response) may. be amended with the permission of the Administrative Law.Judge and upon such terms as . he/she may approve, For proceedings pursuant to §5.11 of pan 5 of this title, such an amendment may include a statement that debarment action is warranted under §5.12(axl) of part 5 of this title or under section 3(a) of the Davis -Bacon ACL Such amendments shall be allowed when justice. and the presentation of the merits are served thereby, provided there is. no prejudice to the objecting party's presentation on the merits. When issues not raised by the pleadings arc reasonably within the scope of the original complaint and are tried by express or implied consent of the parties, they shall be treated in all respects as if they had been raised in the pleadings, and such amendments may. be made as necessary to make them conform to the evidence. The presiding Administrative Law Judge may, upon - reasonable notice and upon such terns as are just, pemut supplemental pleadings setting forth transactions, occurrences or events which have happened since the date of the pleadings and which are 13 relevant to any of the issues involved. A continuance in the hearing may be granted or the record left open to enable the new allegations to be addressed. § 632 Consent findings and order. (a) At any time prior to the receipt of evidence or, at the discretion of the Administrative Law Judge, prior to the issuance of the decision of the Administrative Law Judge, the parties may enter into consent findings andan order disposing of the proceeding in whole or in pari (b) Any agreement containing consent findings and an order disposing of a proceeding in whole or in part shall also provide: (1) That.the order shall have the same force and effect as an order made after full hearing; (2) That the entire record on which any order may be based shall consist solely of the complaint and the . agreement; (3) 7Lat any order concerning debarment under the. Davis -Bacon Act (but not under any of the.other statutes listed in §5.1 of part 5 of this title) shall constitute a recommendation to the Comptroller General; (4) A waiver of any further procedural steps before - the Administrative Law Judge and the Administrative Review Board regarding those matters which are the subject of the agreement; and (5) A waiver of my right to challenge or.contest the validity of the findings and order entered into in accordance with the agmcmenL _ (c) Within 30 days after receipt of an agreement containing consent findings and an order disposing of the disputed matter in whole, the Administrative Law Judge shall, if satisfied with its form and substance, accept such agreement by issuing a. decision based upon the agreed findings and order. If such agreement disposes of only a part of the disputed matter, a hearing shall be conducted on the matters remaining in dispute, § 633 Decision of the Administrative Late Judge. (a) Proposed findings of fact, conclusions, and order. Within 20 days of filing of the transcript of the testimony or such additional time as the Administrative Law Judge may allow, each party may file with the Admidnuative Law Judge proposed findings of fact, conclusions of law, and order, together with a supporting brief expressing the reasons for such proposals. such proposals and brief shall be served on all parties, and shall refer to all portions of the record and to all authorities relied upon in support of tach proposal. (b) Decision of the Administrative Law Judge. (1) Within a reasonable time after the time allowed for filing of proposed findings of fact, conclusions of law, and order, or within 30 days of receipt of an agreement containing consent findings and order disposing of the L] L I L 11 [1 1 I 11 disputed matter in whole, the Administrative Law Judge shall make his/ her decision. If any aggrieved party desires review of the decision, a petition for review thereof shall be filed as provided in §6.34 of this tide; and such decision and order shall be inoperative unless and until the Administrative Review Board either declines to review the decision or issues an order affirming the decision The decision of the Administrative law Judge shall include findings of fact and conclusions of law, with reasons and bases therefor, upon each material issue of fact, law, or discretion presented on the record. Such decision shall be in accordance with the regulations and rulings contained in parr 5 and other pertinent parts of this tide. The decision of the Administrative Law Judge shall be based upon a consideration of the whole record, including any admissions made in the respondent's answer (response) and §6.32 of this title. It shall be supported by reliable and probative evidence. (2) If the respondent is found to have violated the labor standards provisions of any of the statutes listed in §5.1 of pari 5 of this title other than the Davis -Bacon Act, and if debarment action was requested pursuant to the complaint (notification letter) or any amendment thereto; the Administrative Law Judge shall issue an order as to whether the respondent is to be subject to the ineligible list as provided in §5.12(a)(1) of this tide, including any findings of aggravated or willful violations. If the respondent is found to have violated the Davis -Bacon Act, and if debarment action was requested, the Administrative Law Judge shall issue as a part of the order a recommendation as to whether respondent should be subject to the ineligible list pursuant to section 3(a) of the Aa, including any. findings regarding respondent's disregard of obligations to employees and subcontractors. if wages are found due and are unpaid, no relief from the ineligible list shall be ordered or recommended except on condition thatsuch wages are paid. (3) The Administrative Law Judge shall make no findings regarding liquidated damages under the Contract Work Hours and Safety Standards Act § 6.34 Petition for review. Within 40.days after the date of the decision of the Administrative Lawjudge (or such additional time as is granted by the Administrative Review Board). any party aggrieved thereby who desires review thereof shall file a petition for review of the decision with supposing reasons. Such party shall transmit the petition in writing to the Administrative Review Board, pursuant to pas 7 of this title, with a copy thereof to the Chief Administrative Law judge. The petition shall refer to The specific findings of fact, conclusions of law, or order at issue. A petition concerning the decision on debarment shall also state the aggravated or willful 14 violations and/or disregard of obligations to employees and subcontractors, or lack thereof, as appropriate. § 635 Ineligible lists. Upon the foul decision of the Administrative law. Judge or Administrative Review Board, as appropriate, regarding violations of any statute listed in §5.1 of part 5 of this title other than the Davis- Bacon Act, the Administrator promptly shall toward to the Comptroller General the name of any respondent found to have committed aggravated or willful violations of the labor standards provisions of such statute, and the name of any firm, corporation, partnership, or association in which such respondent has a substantial interest Upon the final decision of the Administrative Law Judge or Administrative Review Board, as appropriate, regarding violations of the Davis -Bacon Act, the Administrator promptly shall forward to the Comptroller General any recommendation regarding debarment action against a responden4 and the name of any firm, corporation, partnership, or association in which such respondent has m interest Subpart D -Substantial Interest Proceedings § 6.40 Scope. This subpart supplements the procedures contained in §4.12 of part 4 and §5.12(d) of part 5 of this tide, and states the rules of practice applicable to hearings to determine whether persons of finis whose names appear on the ineligible list pursuant to section 5(a) of the . Service Contract Act or §5.12(ax 1) of part 5 of this title have a. substantial interest in any firm, corporation, partnership, or association other than those listed on the iftligible list; and/or to determine whether persons or firms whose names appear on the ineligible list pursuant to section 3(a) of the Davis -Bacon Act have an interest in any firm, corporation, partnership, or association other than those listed on the ineligible list. 4 6.41 Referral to Chief Administrative law Judge. (a) Upon timely receipt of a request for a hearing under §4.12 of part 4 or §5.12 of part 5 of this tide, where the Administrator has determined that relevant fats are in dispute, or on his/her owns motion, the Administrator shall refer the case to the Chief Administrative law Judge by Order of Reference, to which shall be attached a copy of any findings of the Administrator and response thereto, for designation of an Administrative Law Judge to conduct such bearings as may be necessary to decide the disputed matters. A copy of the Order of Reference and attachments thereto shall be served upon the person or firm requesting the hearing, if any and upon the respondents. . (b) The findings of the Administrator and response thereto shall be given the effect of a complaint and answer, respectively, for purposes of the administrative Proceedings. § 6.42 Amendments to pleadings. At any time prior to the closing of the bearing record, the complaint (Administrators findings) or answer (response) may be amended with the permission of the Administrative law Judge and upon such terms as be/she may approve. Such amendments shall be allowed when justice and the presentation of the merits are served thereby, provided there is no prejudice to the objecting party's presentation on the merits. When issues not raised by the pleadings are reasonably within the scope of the original complaint and are tried by express or implied consent of the parties, they shall be treated in all respects as if they had been raised in the pieadings, and such amendments may be made as necessary to make them conform to the evidence. The presiding Administrative Law Judge may, upon such terms as are just, permit supplemental pleadings setting forth transactions, occurreoees c r events which have happened a since the data of the pleadings. and which are relevant to any of the issues involved. A continuance in the hearing may be granted or the record left open to enable the new allegations to be addressed. § 6.43 Consent Ridings and order. (a) At any time prior to the receipt of evidence or, at the discretion of the Administrative Law Judge; prior to the issuance of the decision of the Administrative Law Judge, the parties may enter into consent findings and an order disposing of the proceeding in whole or in part. (b) Any agreement containing consent findings and an order disposing of a proceeding in whole or in part shall provide: (1) That the order shall have the same force and effect as an order made after full hearing: (2) That the entire record on which any order may be based shall consist solely of the complaint and the agreement; (3) A waiver of any further procedural steps before the Administrative Law Judge and the Administrative Review Board, as appropriate, regarding those matters whiclrare the subject of the agreement; and (4) A waiver of any right to challenge or contest the validity of the findings and order entered into in accordance with the agreement. (c) Within 30 days after receipt of an agreement containing consent findings and an order disposing of the disputed matter in whole, the Administrative Law Judge shall accept such agreement by issuing a decision based upon the agreed findings and order. If a such agreement disposes of only a part of the disputed matter, a hearing shall be conducted on the matters remaining in dispute. LS § 6.44 Decision of the Administrative Law Judge. (a) Proposed findings of fact, conclusions, and order. Within 30 days of filing of the transcript of the testimony, each party may file with the Administrative Law Judge proposed findings of fact, conclusions of law, and order, together with a supporting brief expressing the reasons for -such proposals. Such proposals and brief shall be served on all parties, and shall refer to all portions of the record and to all authorities relied upon in support of each proposal. (b) Decision of the Administrative Law Judge. Within 60 days after the time allowed fot filing of proposed fiodirigs of fact, conclusions of law, and order, or within 30 days after receipt of an agreement containing consent findings and order disposing of the disputed manor in whole, the Administrative Law Judge shall make his/ her decision. If any aggrieved party desires review of the decision a petition for review thereof shall be filed as provided in §6.45 of this title, and such decision and order shill be inoperative unless and until the Administrative Review Board issues an order affirming the decision. The decision of the Administrative Law Judge shall include findings of fact and conclusions of law, with reasons and bases therefor, upon each material issue of fact, law, or discretion presented on the record. Such decision shall be in accordance with the regulations and rulings contained in parts 4and 5 and other pertinent parts of this title. The decision of the Administrative Law Judge shall be based upon a consideration of the whole record, including any admissions made in the respondents' answer (response) and §6.43 of this title. § 6.45 Petition for review. Within 30 days after the date of the decision of the Administrative Law Judge, any party aggrieved thereby who desires review thereof shall file a petition for review of the decision with supporting reasons. Such party shall transmit the petition in writing to the Administrative Review Board pursuant to 29 CFR part 8 if the proceeding was under the Service Contract Act, or to the Administrative Review Board pursuant to 29 CFR pail 7 if the proceeding was miler §5.12(ax I) of part 5 of this title or under section 3(a) of the Davis -Bacon Act, with a copy thereof to the Chief Administrative Law Judge. The petition for review shall refer to the specific findings of fact, conclusions of law, or order at issue. § 6.46 IrnGgible list Upon the final decision of the Administrative law Judge. Administrative Review Board, as appropriate, the Administrator promptly shall forward to the Comptroller General the names of any firm, corporation, partnership, or association in which a person or firm debarred 11 C L [1 L 1 C] U I '.1 I� pursuant to section 5(a) of the Service Contract Act or §5.12(a) of pan 5 of this title has a substantial interest; and/or the name of any firm, corporation, partnership, or association in which a person or firm debarred pursuant to section 3(a) of the Davis -Bacon Act has an interest Subpart Fr -Substantial Variance and Aim's Length Proceedings § 6.50 Scope. . This subpart supplements the procedures contained in §§4.10 and 4.11 of part 4, of this title and states the rules of practice applicable to hearings under section 4(c) of the Act to determine whether the collectively bargained wages and/or fringe benefits otherwise required to be paid under that section and sections. 2(axl) and (2) of the Act,me substantially at variance withillose which prevail for services of a character similar in the locality, and/or to determine whether the wages and/or fringe benefits provided in the collective bargaining agreement were reached as a result of arm's-length negotiations. § 651 Referral to, Chief Administrative Law Judge. (a) Referral pursuant to §¢.10 or §4.11 of part 4 of this title will be by an Order of Reference from the Administrator to the Chief Administrative Law Judge, to which will be attached the material submitted by the applicant or any other material the. Administrator considers relevant and, for proceedings pursuant to §4.11 of this title, a copy of any findings of the , Administrator. A copy of the Order of Reference and all attachments will be sent by mail to the following parties: The agency whose contract is involved, the parties to the collective bargaining agreement, any contractor or subcontractor performing on the contract, any contractor or subcontractor (mown to be desirous of bidding thereon or performing services thereunder who is known or believed to be interested in the determination of the issue, any unions or other authorized representatives of service employees employed or who may be expected to be employed by such contractor or subcontractor on the contract work, and any other affected parties known to be interested in the determination of the issue. The Order of Reference will have attached a certificate of service naming all interested parties who have been served. (b) Accompanying the Order of Reference and attachments will be a notice advising that any interested party, including the applicant, who intends to participate in the proceeding shall submit a written response to the Chief Administrative law Judge within 20 days of the date on which the certificate of service 16 indicates the Order of Reference was mailed. The notice will state that such a response shall include: (1) A statement of the interested party's case; (2) A list of witnesses the interested party will present, a summary of the testimony each is expected to give, and copies of all exhibits proposed to be proffered; (3) A list of persons who have knowledge of the facts for whom the interested party requests that subpoenas be issued and a brief statement of the purpose of their testimony; and (4) A certificate of service in accordance with §6.3 of this title on all interested parties, including the Administrator. § 6.52 Appointment of Administrative Law Judge and notification of preheating conference and hearing dale. Upon receipt from the Administrator of an Order of Reference, notice to the parties, attachments and certificate of service, the Chief Administrative Law Judge shall appoint an Administrative Law. Judge to hear the case. The Administrative Law Judge shall promptly notify all interested parties of the time and place of a preheating conference and of the hearing which shall be held immediately upon the completion of preheating conference. The date of the piehcaring conference and hearing shall be not more than 60 days from the date on which the certificate of service indicates the Order of Reference was mailed. Sec. 6.53 Rehearing conference. (a) At the preheating conference the Administrative Law Judge shall attempt to determine the exact areas of agreement and disagreement raised by the Administrator's Order of Reference and replies thereto, so that the evidence and arguments presented at the hearing will be relevant, complete, and as brief and concise as possible. (b) Any interested party desiring to file proposed findings of fact and conclusions of law shall submit them to the Administrative taw Judge at the preheating conference. _ (c) If the parties agree that no bearing is necessary to supplement the written evidence and the views and arguments that have been presented, the Administrative Law Judge shall forthwith render his/her final decision. The Administrative Law Judge with the agreement of the parties may permit submission of additional written evidence or argument, such as data accompanied by affidavits arresting to its validity or depositions, within ten days of commencement of the prehearing conference. § 6.54 Hearing. (a) Except as provided in §6.53(c) of this title, the hearing shall commence immediately upon the close of the preheating conference. All matters remaining in controversy, including the presentation of additional evidence, shall be considered at the hearing. There shall be a minimum of formality in the proceeding consistent with orderly procedure, (b) To expedite the proceeding the Administrative Law Judge shall, after consultation with the parties, set reasonable guidelines and limitations for the presentations to be made at the hearing. The Administrative Law Judge may limit cross-examination and may question witnesses. (c) Under no circumstances shall source data obtained by the Bureau of Labor Statistics, U.S. Department of Labor, or the names of establishments contacted by the Bureau be submitted into evidence or otherwise disclosed. Where the Bureau has conducted a survey, the published summary of the data may be submitted into evidence: (d) Affidavits or depositions may be admitted at the discretion of the Administrative Law Judge. The Administrative Law Judge may also require that unduly repetitious testimony be submitted as affidavits. Such affidavits shall be submitted within three days of the conclusions of the hearing (e) Council for the Administrator shall participate in the proceeding to the degree he/she deems appropriate. (f)An expedited transcript shall be made of the hearing and of the prehearing conference. § 6.55 Closing' of record. The Administrative Law Judge shall close the record promptly and not later than 10 days after the date of commencement of the prehcaring conference. 17 Post -hearing briefs may be permitted. but the filing of briefs shall not delay issuance of the decision of the Administrative Law Judge pursuant to §6S6 of this title § 6.56 Decision of the Administrative Law Judge. Within 15 days of receipt of the transcript, -the Administrative Law Judge shall render his/her decision containing findings of fact and conclusions of law. The decision of the Administrative Law Judge shall be based upon consideration oldie whole record, and shallbe in accordance with the regulations and rulings contained in part 4 and other pertinent carts of this title. If any party desires review of the dccistonrapetition for review thereof shall be filed as provided in §6S7 of this title, and such decision and order shall be inoperative unless and until the Administrative Review Board issues an order affirming the decision. if a petition has not been filed within 10 days of issuance of the Administrative Law Judges decision, the Administrator shall promptly issue any wage determination" which may be required as a result of the decision. § 6.57 Petition for review, Within 10 days after the date of the decision of the Administrative Law Judge, any interested party wbo participated in the proceedings before the Administrative Law Judge and desires review of the decision shall file a petition for review by the Administrative Review Board pursuant to 29 CFR part 8. The petition shall refer to the specific fundings of fact, conclusions of law, or order excepted to and the specific pages of transcript relevant to the petition for review. II 1 I 1 d 1 1 1 1 1 1 1 1 11 1 I I LI 1 1 I 1 41 CFR 60 - OFFICE OF FEDERAL CONTRACT COMPLIANCE PROGRAMS, EQUAL EMPLOYMENT OPPORTUNITY, DEPARTMENT OF LABOR' COMPLIANCE RESPONSIBILITY FOR EQUAL EMPLOYMENT OPPORTUNITY PART 60-1 OBLIGATIONS OF CONTRACTORS AND SUBCONTRACTORS §,60-1A Equal opportunity clause. (b) Federally assisted construction contracts. (1) Except as otherwise provided, each administering agency shall require the inclusion of the following language as a condition of any grant; contract. loan, insurance, or guarantee involving federally assisted construction which is not exempt fiom the requrements of the equal opportunity clause: The applicant hereby agrees that it will incorporate or cause to be incorporated into any contract for construction work, or modification thereof,: as defined in the. regulations of the Secretary, of labor at 41 CFR Chapter 60, which is paid for in whole or in part with funds bbWned from the Federal Government or borrowed on'llie credit of the Federal Government ptcsuant to a grant, contract, loan insurance, or guarantee, or undertaken pursuant to any Federal program involving such grant, contract, loan, insurance, or guarantee, the following equal opportunity clause: During the performance of this contract, the contractor agrees as follows: (1) The contractor will not discriminate against any, employee or applicant for employment because of race, color, religion, sex, or national origin. The contractor will take affirmative action to ensue that applicants am employed, and that employees ate treated during employment without regard to their race, color, religion, sex, or national origin. such action shall include, but not be limited to the following. Employment, upgrading, demotion, or transfer, recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. (2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive considerations for employment without regard 18 to race, color, religion, sex, or national origin. (3) The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' tepresentatives of the contractor's commitments under this section, and shall Post copies of the notice in conspicuous places available to employees and applicants for employment (4) The contractor will comply with all provisions.of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of tabor. (5) The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (6) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Exeeutive.Otder 11246 of September 24, 1965, or by rule, regulation, of order . of the Secretary of Labor, or as otherwise provided by law. (7) The contractor will include the portion of the sentence immediately preceding paragraph (I) and the provisions of paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, That in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency the contractor may request the United States to enter into such litigation to protect the interests of the United States. The applicant further agrees that it will be bound by the above equal opportunity clause with respect to its own employment practices when it participates in federally assisted construction work: Provided, That if the applicant so participating is a State or local government, the above equal opportunity clause is not applicable to MY agency, instrumentality or subdivision of such government which does not participate in work on or under the contract. The applicant agrees that it will assist and cooperate actively with the administering agency and the Secretary of Labor in obtaining the compliance of contractors and subcontractors. with the equal opportunity clause and the . roles, regulations, and relevant orders of the Secretary of Labor, that it will furnish the administering agency and the Secretary of Labor such information as they may require for the supervision of such compliance, and that it will otherwise assist the administering agency in the discharge of the agency's prinoary responsibility. for seaming compliance. The applicant further agrees that it will refrain from entering into any contract or contract modification subject to Executive Order 11246 of September 24, 1965, with a contractor,debared Eton, or who has not demonstrated eligibility for, Government contracts and federally assisted construction contracts pursuant to the Executive order and will carry out such sanctions and penalties for violation of the equal opportunity clause as may be 'unposed upon contractors and subcontractors by the administering agency or the Secretary of Labor pursuant to Pan D, Subpar D of the Executive order. In addition, the applicant agrees that if it fails or refuses to.comply with these undertakings, the administering agency may take any or all of the following actions: Cancel,' terminate, or suspend in whole or in par this grant (contract, loan, insurance, guarantee); refrain from extending any further assistance to the applicant under the program with respect to which the failure or refund occurred until satisfactory assurance of future compliance has been received from such applicant; end refer the case to the Department of Justice for appropriate legal proceedings. (c) Subcontracts. Each nonexempt prime contractor or subcontractor shall include the equal opportunity clause in each of its nonexempt subcontracts. (d) Incorporation by reference. The equal opportunity clause may be incorporated by reference in all 19 Government contracts and subcontracts, including Government bills of lading, transportation requests, contracts for deposit of Government funds, and contracts for issuing and paying U.S. savings bonds and notes, and such other contracts and subcontracts as the Director may designate. (e) Incorporation by operation of the order. By operation of the order, the equal opportunity clause shall be considered to be a pan of every contract and subcontract required by the order and the regulations in this part to include such a clause whether or not it is physically incorporated in such contracts and whether or not the contract between the agency and the contractor is written. (0 Adaptation of language. Such necessary changes in language may be made in the equal opportunity clause as shall be appropriate to identify properly the parties and their undertakings. § 60-1.7 Reports and other required information (a) Requirements for prime contractors and subcontractors. (i) Each prime contractor and subcontractor shall file annually, on or before the 31st -day of March, complete and accmate reports on Standard Form 100 (EEO.1),, promulgated jointly by the Office of Federal Contract Compliance Programs, the Equal Employment Opportunity Commission and Plans for Progress or such form as may hereafter be promulgated in its place if such prime contractor or subcontractor (1) is not exempt from the provisions of these. regulations in accordance with § 60-1 S; (u) has 50 or more employees; (iii) is a prime contractor or first tier subcontractor; and (rv) has a contract, subcontract or purchase order amounting to $50,000 or more or serves as a depository of Govemmeot funds in any amount, or is a financial institution which is an issuing and paying agent for U.S. savings. bonds and savings notes: Provided, Thal any subcontractor below the first tier which performs construction work at the site of construction shall be required to file such a report if it meets requirements of paragraphs (aXl) M Ct), and (iv) of this section: (2) Each person required by § 60-1.7(aXl) to submit reports shall file such a report with the contracting or administering agency within 30 days after the award to him of a contract m subcontract, unless such person has submitted such a report within 12 mouths preceding the date of the award. Subsequent reports shall be submitted annually in accordance with § 60-1.7(aXl), or at such other intervals. as the Director may require. The Director may extend the time for filing any report (3) The Director or the applicant, nn their own motions, may "ire a contractor to keep employment or other records and to furnish, in the form requested, within reasonable limits, such information as the Director or the applicant dams necessary for the I 1 I I 1 1 1 I 1 II 1 1 1 1 C 1 L administration of the order. (4) Failure to file timely, complete and accurate reports as required constitutes noncompliance with the prime contractor's or subcontractors obligations under the equal opportunity clause and is ground for the imposition by the Director, an applicant, prime contractor or subcontractor, of any sanctions as authorized by the order and the regulations in this part. (b) Requirements for bidders or prospective contractors -(1) Certification of compliance with Part 60-2: Affirmative Action Programs. Each agency shall require each bidder or prospective prime contractor and proposed subcontractor, where appropriate, to state in the bid or in writing at the outset of negotiations for the contract: (f) Whether it has developed and has on file at each establishment affirmative action programs pursuant to Part 60-2 of this chapter; (u) whether it has participated in any previous contract or subcontract subject to the equal opportunity clause; (iii) whether it has filed with the Joint Reporting Comntittee, the Director or the Equal Employment Opportunity Commission all reports due under the applicable filing requirements. (2) Additional information -.A bidder or prospective prime contractor or proposed subcontractor shall be required to submit such information as the Director requests prior to the award of the contract or subcontract. When a determination has been made to award the contract or,subcontraci to a specific contractor, such contractor shall be required, prior to award, or after the award, or both, to furnish such other information as thcapplicanl or the Director requests. (c) Use of reports. Reports filed pursuant to this section shall be used only in connection with the administration of the order, the Civil Rights Act of 1964, or in furtherance of the purposes of the order and said Act. § 60-1.8 Segregated facilities. (a) General. In order to comply with his obligations under the equal opportunity clause, a prime contractor or subcontractor must insure that facilities provided for employes are provided in such a manner that segregation on the basis of race, color, religion, or national origin cannot result He may neither require such segregated use.by written or oral policies nor tolerate such use by employee custom. His obligation extends further to insuring that his employees are not assigned to perform their services at any location, under his control, where the facilities are segregated. This obligation extends to all contracts containing the equal opportunity clause regardless of the amount of the contract The term'facilities"as used in this section means waiting rooms, work areas, tutaurants and other eating areas, time clocks, restrooms, washrooms, locker rooms, and other storage or dressing areas, parking lots, drinking fountains, recreation or cntcnamment areas, transportation, and housing facilities provided for employees. 20 (b) Certification by prime contractors and subcontractors. Prior to the award or any nonexempt Government contract of subcontract or federally assisted construction contract or subcontract, each agency or applicant shall require the prospective prime contractor and each prime contractor and subcontractor shall require each subcontractor to submit a certification, in the form approved by the Director, that the prospective prime contractor or subcontractor does not and will not maintain any facilities he provides for his employees in a segregated manner, or permit his employees to perform their services at any location, under his control, where segregated facilities. are maintained; and that he will obtain a similar certification in the form approved by the Director, prior to the award of any nonexempt subcontract. 143 FR 49240, Oct 20, 1979.43 FR 51400, Nm. 3. 1976] § 604.2 Solicitations. (a) All Federal contracting officers and all applicants shall include the notice set forth in paragraph (d) of this section and the Standard Federal Equal Employment Opportunity Construction Contract Specifications set forth in § 604.3 of this part in all solicitations for offers and bids on all Federal and federally assisted construction contracts or subcontracts to be performed in geographical areas designated by the Director pursuant to § 60-4.6 of the part Administering agencies shall require the inclusion of the notice set forth in paragraph (d) of this section and the specifications set forth in § 60-4.3 of this pan as a condition of any grant, contract, subcontract, loan, insurance or guarantee involving federally assisted construction covered by this Pan 60-4. (b) All mtrconstmction contractors covered by Executive Order 11246 and the implementing regulations shall include the notice in paragraph (d) of this section in all construction agreements which are necessary in whole or in part to the perfomtance.of.the covered oonconstruction contracL (c) Contracting officers, applicants and nonconstruction contractors shall given written notice to the Director within 10 working days of award of a contract subject to these provisions. The notification shall include the name, address and telephone number of the contractor, employer identification number, dollar amount of the contract, estimated starting and completion dates of the contract; the contract number, and geographical area in which the contract is to be performed. (d) The following notice shall be included in, and shall be a part of, all solicitations for offers and bids on all Federal and federally assisted construction contracts or subcontracts in excess of S 10,000 to be performed in geographical areas designated by the Director pursuant to § 60-4.6 of this pan (see 41 CFR 60-4.2(a)): NOTICE OF REQUIREMENT' FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNrIY (EXECUTIVE ORDER 11246) 1. The Offerors or Bidder's attention is called to the 'Equal Opportunity Clause and the'Standard Federal Equal Employment Specifications* w forth herein. 2. The goals and timetables for minority and female participation, expressed in percentage terms for the Contractor's aggregate worldorce in each trade on all construction work in the covered area, are as follows: Time- Goals for minority Goals for female Tables participation for participation in each trade each. trade Insert goals for Insert goals for each year. .each year. These goals are applicable to all the Contractoe-s constriction work (whether or not it is Federal or federally assisted) performed in the covered area If the contractor performs construction work in a geographical area located outside of the covered area, it shall apply -the goals established for such geographical area where the work is actually peiforrned:'With regard to this second, area, the contractor also is subject to the goals for both its federally involved and nonfederally involved construction. - .: . The Contractor's compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 6043(a), and its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, and in each trade, and the contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's goals shall be a violation of the contract; the Executive Order and the regulations in 41 CFR Part 60-4. Compliance with the goals will be Treasured against the total work hours performed. 3. The Contractor shall provide written notification to the Director of the Office of Federal Contract Compliance Programs within 10 working days of award of any construction subcontract in excess of 510,000 at any tier for construction work -and" the contract resulting from this solicitation. The notification shall list the name, address and telephone number of the subcontractor, employer identification number of the subcontractor; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the 21 subcontract is to be performed. 4. As used in this Notice, and in the contract resulting from this solicitation, the 'covered area' is (insert description of the geographical areas where the contract is to be performed giving the state, county and city, if any). 143 FR 49254, C r 20.1978; 43 FR 51401, Nm. 3. 1978, as amended W 45 FR 659r7. Co. 3.19901 § 6043 Equal opportunity clauses. (a) The equal opportunity clausepublishedat 41 CFR 60-1.4(a) of this chapter issequired to be included in, and is part of, all nonexempt Federal contracts and subcontracts, including construction contracts and subcontracts. The equal opportunity clause published at 41 CFR 60-1.4(b) is requited to be included in; and is a pari of, all nonexempt federally assisted construction contracts and subcontracts. In addition to the clauses described above, all Federal contracting officers, all applicants and all noieonstruction contractors, as applicable, shall include the specifications set forth in this section in all Federal and federally assisted construction contracts in excess of $10,000 to be performed in geographical areas designated by the director pursuant to § 6G4.6 of this part and in consmrction subcontracts in excess of $10.000 necessary in whole or in part to the performance of nonconsbuction Federal contracts and subcontracts covered under the Executive order. STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION CONTRACT SPECIFICATIONS (EXECUTIVE ORDER 11246) 1. As used in these specifications: a. 'Covered area' means the geographical area described in the solicitation from which this contract resulted; b'. 'Director' means Director, Office of Federal Contract Compliance Programs, United States Departmenfof Labor, or any person to whom the Director delegates authority, c. 'Employer identification number' means the Federal Social Security number used on the Employer's - Quarterly Federal Tax Retnru, U.S. Treasury Department Form 941. d. 'Minority* includes: (i) Black (all persons having origins in any of the Black African racial groups not of Hispanic origin); (ii) Hispanic (all persons of Mexican, Poetto Rican, Cuban, Central or South American or other Spanish Culture or origin, regardless of race); I 1 1 1 I ' (iii) Asian and Pacific Islander (all persons having origins in any of the original peoples of the Far East, ' Southeast Asia, the Indian Subcontinent, or the Pacific Islands): and (iv) American Indian or Alaskan Native (all persons ' having origins in any of the original peoples of North America and maintaining identifiable tribal affiliations through membership and participation or community identification). 1 1 1 1 1 1 2. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically inc)ode in each subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted: 3. I( the Contractor is participating (pursuant to 41 CFR _60.45) in a Hometown Plan approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan: Conhactors must be able to demonstrate their participation in and compliance with the provisionsofany such Hometown Plan. Each Contractor or Subcontractor -participating in an approved Plan is individually required to comply with is obligations under the EEO clause, and to make a good faith effort to achieve each goal undei the Plan in each trade in which it has employees. The overall good faith performance by other Contractors or Subcontractors toward a goal in an approved Plan does not excuse any covered Contractor's or Subcontractors failure to take good faith efforts to achieve the Plan goals and timetables. 4. The Contractor shall implement the specific affirmative action standards provided in paragraphs 7 a through p of these specifications. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total boors of - employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area Covered Construction contractors pulcrung construction work in geographical areas where they do not have a Federal or federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed. Goals are published periodically in the Federal Register in notice foam and such notices may be obtained from any Office of federal Contract Compliance Programs office or from Federal procurement contracting officers. 22 The Contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified. 5. Neither the provisions of any collective bargaining agreement, nor the failure by a union with whom the Contractor has a collective bargaining agreement, to refer either minorities or women shall excuse the Contractor's obligations under these specifications, Executive Order 11246, or the regulations promulgated pursuant thereto. 6. In order for the nonworking training hours of apprentices and trainees to he counted in meeting the goals, such apprentices and traioecs most be employed by the Contractor during the training period, and the Contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees must be trained pursuant to. training programs approved by the U.S. Department of Labor. 7. The Contractor shall take specific affrmativc actions to ensure equal employment opportunity. The evaluation of the Contractors compliance with these specifications shall be based upon its effortio achieve maximum results from its actions. The Contractor shall document these efforts fully, and shall implement affirmative action steps at least as extensive as the following: a Ensure and maintain a waking environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the Contractor's employees aro assigned to wort The Contractor, where possible, will assign two or rare women to each construction project., The Contractor shall specifically ensure that all foremen, superintendents, and other on-site supervisory personnel are aware of and carry out the Contractor s obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities. b. Establish and maintain a current list of minonTy and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the Contractor or its unions have employment opportunities available, and maintain a record of the organizations'responses. c. Maintain a current file of the names, addresses and telephone numbers of each minority. and female off -the -street applicant and minority or female referral from a union, a recruitment source or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the Contractor by the union or, if referred, not employed by the Contractor, this shall be documented in the file with the reason therefor, along with whatever additional actions the Contractor may have taken. d. Provide immediate written notification to the Director when the union or unions with which the Contractor has a collective bargaining agreement has riot referred to the Contractor a minority person or woman sent by the Contractor, or when the Contractor has other information that the union referral process has impeded the Contractors efforts to meet its obligations. e. Develop on-lbe-job training opportunities andlor participate in training programs for the area which expressly include minorities and women, including upgrading programsand apprenticeship and trainee programs relevant to the Contractors employment needs, especially those program funded or approved by the Department of Labor. The Contractor shall provide notice of these programs to the sources compiled under 7b above. f. Disseminate the Contractors IFA policy by providing notice of the policy to unions and training programs end requesting their cooperation in assisting the,Contractor in meeting its EEO obligations; by including it in any policy,manual and collective bargaining agreement; by publicizing rt in the company newspaper, annual report, etc.; by.specific review of the policy with all management personnel and with all minority.and female employees at least once a year, and by posting the company EEO policy on bulletin boards accessible to all employees at each location where coostmction work is performed. g. Review, at least annually, the company+; EFA policy and affirmative action obligations under these specifications with all employees having. MY. responsibility for hiring, assignment, layoff. termination or other employment decisions including specific review:of these.items with onsite supervisory personnel such as Superintendents, General Foremen, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. h. Disseminate the Contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to. and.discussing the Contractor's EEO policy with. other.Contractors and Subcontractors with whom the Contractor does or anticipates doing business. i. Direct its recruitment efforts, both oral and written, to minority, female and community organizations, to schools with minority and female students and to minority and female recruitment and training 23 organizations serving the Contractor's recruitment arca and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the Contractor shall send written notification to organizations such as the above, describing the openings, screening procedures, and tests to be used in the selection process. j. Encourage present minority and female employees to recruit other minority persons and women and, where reasonable; provide after school, summer and vacation employment to minority and female youth both on the site and in other areas of a Contractors work force. k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60.3. 1. Conduct, at least annually, an inventory and evaluation at least of all minority and femalepersonoel for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. m Ensure that seniority practices, job classifications, work assignments and other personnel practices, do not have a discriminatory effect by continually monitoring all personnel and employment related activities to. ensure that the EEO policy and the Contractors obligations under these specifications are being carrion out_ n. Ensure that all facilities and company activities are nonsegregated except that separate or single -tun toilet and necessary changing facilities shall be provided to assure privacy between the sexes. o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including. circulation of solicitations to minority and female contractor associations and other business associations. p. Conduct a review, at least annually. of all supeivitors _ adherence to and performance under the Contractors EEO policies and affirmative action obligations. 8. Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more. of their affirmative action obligations (7a through p). The efforts of a contractor association, joint contractor -union, contractor -community. or other similar group.of which the contractor is a member and participant, may be asserted as fulfilling any one or more of its obligations under 7a through p of these Specifications provided that the contractor actively participates in the group, makes every effort to ass= that the group has a positive impact on the employment of minorities and women in the industry, ensures that 1 IiI P 1 L] 1 11i 1 1 the concrete befits of the program are reflected in the Contractor's minority and female workforce participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrates the effectiveness of actions taken on behalf of the Contractor. The obligation to comply, however, is the Contractors and failure of such a group to fulfill an obligation shall not be a defense for the Contractor's noncompliance. 9. A single goal for minorities and a separate single goal for women have been established. The Contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non -minority. -Consequently, the Contractor may be in violation of the Executive Order if a particular group is employed in a substantially disparate manner (foe example, even though the Contractor has achieved its goats for women generally, the Contractor may be in violation of the Executive Order if a specific minority group of women is underutilized). 10. The Contractor shall not use the goals and ' timetables or affirmative action standards to disciiminate against any person because of race, color, religion, sex, or national origin. ' 11. The Contractor shall not enter into any Subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. ri 1 12. The Contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations, by the Office of Federal Contract Compliance Programs. Any Contractor who fails to carry out such swictiont and penalties shall be in violation of these specifications. and Executive Order 11246, as amended. 13. The Contractor, in fulfilling its obligations under these specifications, shall implement speck affirmative action steps, at least as extensive as those 24 standards prescribed in paragraph 7 of these specifications, so as to achieve maximum results from its efforts to ensure equal employment opportunity. if the Contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 604.8. 14. The Contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the Government and to keep records. Records shaft at least illcludt for each employee the name, address, telephone numbers, construction trade, union affiliation if any, employee identification number when assigned, social security number, race; sex, status. (e.g.. mechanic, apprentice trainee, helper, or laborer), dates of changes in'status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained,in an easily understandable and retrievable form; however, to the degree that existing records satisfy this,requirement, contractors shall not be required to maintain separate records. 15. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). (b) The notice set forth in 41 CFR 60-0.2 and the specifications set forth in 41 CFR 60-43 replace the New Form for Federal Equal Employment Opportunity Bid Conditions for Federal and Federally Assisted Construction published at 41 FR 32482 and commonly known w the Model Federal EEO Bid Conditions, and the New Form shall not be used after the regulations in 41 CFR Part 60-4 become effective. (43 FR 49254, Oct 20.1978;43 FR 51401, Nov. 3, 1978, w uamded X 45 FR 65970. Oct 3, 19801 40 CFR PART 7 - NONDISCRIMINATION IN PROGRAMS RECEIVING FEDERAL ASSISTANCE FROM THE ENVIRONMENTAL PROTECTION AGENCY Subpart A—General This pan implemcots: Title VI of the Civil Rights Act of 1964, as ameoded; section 504 of the Rehabilitation Sec Act of 1973, as amended; and section 13 of the Federal 7.10 Purpose of this pan. Water Pollution Control Act Amendments of 1972, 7.15 Applicability. Public Iaw 92-500, (collectively, the Acts). 7.20 Responsible agency officers. 7.25 Definitions. §7.15 Applicability. Subpart B= -Discrimination Prohibited on the Basis of Race, Color, National Origin or Sex 7.30 General probibitioo.' 7.35 Specific prohibitions. Subpart C—Discrivination Prohibited on the Basis of Handicap 7.45 General prohibition. 750 Specific prohibitions against discrimination: 755 Separate or different programs. 7.60 Prohibitions and requirements relating to employmen0 7.65 Accessibility. 7:70 New construction 7.75 Traasitionplan. Subpart D—Requfrernents for Applicants and Recipients 7.80 Applicants. 7.85 Recipients. 790 Grievance procedures. . 7.95 Notice of nondiscrimination. 7.100 Intimidation and retaliation prohibited. Subpart E—Agency Compliance Procedures 7.105 General policy. 7.110 Preaward compliance. 7.115 Postaward compliance. 7.120 Ccmiplaint investigations. 7.125 Coordination with other agencies. 7.130 Actions available to EPA to obtain compliance. 7.135 Procedure for regaining eligibility. Authority. 42 U.S.C. 20004 to 2000d-4; 29 U.S.C. 794; 33 U.S.C. 1251 nt. Sources 49 FR 1659, lam 12, 1984, unless otherwise noted. Subpart A—General § 7.10 Purpose of this part. This part applies to all applicants for, and recipients of, EPA assistance in the operation of programs or activities. receiving such assistance beginning February 13, 1984. New construction (§7.70) for whichdesignwas initiated prior to February 13, 1984, shall comply with the accessibility requirements in the Department of Health, Education and Welfare (now the Department of Health and Human Services) nondiscrimination regulation, 45 CFR 84.23, issued lune 3, 1977, or with equivalent standards that ensure the facility is readily accessible to and usable by handicapped persons. Such assistance includes but is not limited to that which is listed in the Catalogue of Federal Domestic Assistance under the 66.000 series. It supersedes the provisions of former 40 CFR parts 7 and 12. §7.20 Responsible agency officers. (a) The EPA Office of Civil Rights (OCR) is. responsible for developing and administering EPA's compliance programs under the Acts. (b) EPA's Project Officers will, to the extent possible,_ be available to explain to each recipient its obligations under this pan and to provide recipients with technical assistance or guidance upon request. §.7.25 Definitions. As used in this pan: Administrator means the Administrator of EPA. It includes any other agency official authorized to act OR his or her behalf, unless explicity stated otherwise. Alcohol abuse means any misuse of alcohol which demonstrably interferes with a person's health, interpersonal relations or worlang ability. Applicants means any entity that files an application or unsolicited proposal or otherwise requests EPA assistance (see definition for EPA assistance)L Assistant Attorney General is the head of the Civil Rights Division, U.S. Department of Justice. Award Official means the EPA official with the authority to approve and execute assistance agreements and to take other assistance related actions authorized by this pan and by other EPA regulations or delegation of authority. Thug abuse means: 25 I 1 1 LJ' lJ L7 �J L P 1 1 1 (a) The use of any drug or substance listed by the Department of Justice in 21 CFR 1308.11, under authority of the Controlled Substances Act, 21 U.S.C. 801, as a controlled substance unavailable for prescription because: (1) The drug or substance has a high potential for abuse, (2) The drug or other substance has no currently accepted medical use in treatment in the United States, or (3) Isere is a lack of accepted safety for use of the drug a other substance under medical supervision. Now Examples of dings under paragraph (aXl) of this section include cumin opiates and opiate derivatives (eg., heroin) and hallucinogenic substances (e.g., marijuana, mescaline, peyote) and depressants (e.g., methaqualone). Examples of (ax2) include opium. coca leaves, methadone, amphetamines and banbitwates. (b) The misuse of any drug or substance listed by the Department of Justice in 21 CFR 1308.12-1308.15 under authority of the Controlled Substances Act as a controlled substance available for prescription. EPA meant the United States Environmental Protection Agency. EPA assistance means any grant or cooperative agreement, loan, contract (other than a procurement contract or a contract of insurance or guaranty), or any other arrangement by which EPA provides or otherwise makes available assistance in the form of: (I) Funds; (2) Services of personnel; or (3) Real or personal property or any interest in or use of such property, including: (i) Transfers or leases of such property for less than far market value or for reduced consideration; and (ii) Proceeds from a subsequent transfer or lease of such property if EPA's share of its fair market value is nes returned to EPA. Facility means all, or myfimi'of, or any interests in structures, egwpmen4 roads; walks, parking lots, or oilier real or personal property. Handicapped person: (a)Handicapped person meant any person who (1) has a physical of mental impairment which substantially limits one or more major life activities, (2) has a record of such an impairment, or (3) is regarded as having such an impairment. For purposes of employment, the term handicapped person does not include any person who is an alcobofic or drug abuser whose cement use of alcohol or drugs prevents such individual from performing the duties of the job in question or whose employment, by reason of such current drug m alcohol abuse, would constitute a direct threat to property or the safety of others. (b) As used in this paragraph, the phrase: (])Physical or mental 1pafrment meant (i) any physiological disorder or conditioa, cosmetic disfigurement, or anatomical loss affecting one or more of the following body systems: Neurological; musculoskeletal; special sense organs; respiratory, including speech organs; cardiovascular, reproductive; digestive; genito-urinary; hemic and lymphatic; skin; and endocrine; and (ii) any mental or psychological disorder, such as mental retardation, organic brain syndrome, emotional or mental illness, and specific learning disabilities. (2) Major life activities meant functions such as caring for one's self, performing manual tasks, walking, seeing, hearing, speaking, bteatlting, learning, and working. (3) Has a record of such an impairment means has a history of. or has been misclassified as having, a trental or physical impairment that substantially limits one or more major life activities. (4) Is regarded as having an impairment means: (i) Has a physical or mental impairment that does not substantially limit major life activities but that is treated by a recipient as constituting such a limitation; (ii) Has a physical or trental impairment that substantially limits major fife activities only as a result of. the attitudes of others toward such impairment; or (iii) Has none of the impairments defined above but is treated by a recipient as having such an impairment. Office of Card Rights or OCR meant the Director of the Office of Civil Rights, EPA Headquarters or his/her designated representative. Project OJfncer means the Cr'A otrnenal designated in the assistance agyeemenl (as defined in EPA assistance) as EPA's program contact with the recipient; project Officers are responsible for monitoring the project Qualified handicapped person means: (a) With respect to employment: A handicapped person who, with reasonable accommodation, can perform the essential functions of the job in question. (b) With respect to services: A handicapped person who meets the essential eligibility requirements for the receipt of such services. Racial clarsijrcadonr:' ' Additional subcategories based on national origin or primary lmguge spoken may be used where appropriate on tither a national or a regional basis. Subparagraphs (a) through (e) are in conformity with Directive 15 of the Office of Federal Statistical Policy and Standards, whose function is now in the Office of frformation and Regulatory Affain, Office of Management and Budget. Should that office, or any successor office, change or otherwise avend the categories listed in Directive 15, the ategorics in this paragraph span be interpnmed to conform with any such changes or amendments. (a) American Indian or Alaskan native. A person having origins in any of the original peoples of North - America, and who maintains cultural identification through tribal affiliation or community recognition. (b) Asian or Pacific Islander. A person having origins. in any of the original peoples of the Far East, Southeast Asia, the Indian subcontinent, or the Pacific Islands. This area includes, for example, China, Japan, Korea, the Philippine Islands, and Samoa (c) Black and nor of Hispanic origin- A person 26 having origins in any of the black racial groups of Africa (d) Hirpanic. A person of Mexican, Puerto Rican, Cuban, Central or South American or other Spanish culture or origin, regardless or race. (e) White,.nor of HiTiutie origin. A person having origins in any of the original peoples of Europe, North .Africa, m the Middle East Recipient means, for the purposes of this regulation, any State or its political subdivision, any instrumentality of a State or its political subdivision, any public or private agency, institution, organization, or other entity, or any person to which Federal financial assistance is extended directly of through another recipient, including any successor, assignee, or transferee of a recipient, but excluding the ultimate beneficiary of the assistance. Section 13 refers to section 13 of the Federal Water Pollution Control Act Amendments of 1972. United States includes the States of the United States, the District of Columbia, the Commonwealth of Puerto Rico, the Virgin Islands, American Samoa, Guam, Wake Island, the Canal Zone, and all other territories and possessions of the United States; the term State includes any one of the foregoing. Subpart B—Discrimination Prohibited on the Basis of Race, Color, National Origin or Sex § 730 General prohibition. No person shallbe excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving EPA assistance on the basis of race, color, national origin, or on the basis of sex in any program or activity receiving EPA assistance under the Federal Water Pollution Control Act. as amended, including the Environmental financing Act of 1972. § 735 Specific prohibitions. (a) As to any program or activity receiving EPA assistance: a recipient shall not directly or through contractual, licensing, or other arrangements on the basis of race, color, national origin or, if applicable, sex: (1) Deny a person my service, aid or other benefit of the program; (2) Provide a person any service, aid or other benefit that is different, or is provided differently from that provided to others under the program; (3) Restrict a person in my way in the enjoyment of my advantage or privilege enjoyed by others receiving any service, aid, or benefit provided by the program; (4) Subject a person to segregation in any Iran= or separate treatment in any way related to receiving services or benefits under the program; (5) Deny a person or any group of persons the opportunity to participateps members of any planning or advisory body which is an integral part of the program, such as a local sanitation board or sewer authority; (6) Discriminate in employment on the basis of sex in my program subject to section 13, or on the basis of race, color, or national origin in any program whose purpose is to create employment; or, by means of employment discrimination, deny intended beneficiaries the benefits of the EPA assistance program, or subject the beneficiaries to prohibited discrimination. (7) In administering a program or activity receiving Federal financial assistance in which the recipient has previously discriminated. on the basis of race, color, sex, or national origin, the recipient shall take affirmative action to provide remedies to those who have been injured by the d rni^ation. (b) A recipient shall not use criteria or methods of administering its program which have the effort of subjecting individuals to discrimination because of their race, color, national origin, or sex; or have the effect of defeating or substantially impairing accomplishment of the objectives of the program with respect to individuals of a particular race, color, national origin, or sex. . (c) A recipient shall oot choose mite or location of a facility that has the purpose or effect of excluding . individuals from, denying them the benefits of,, or . subjecting them to discrimination under any program to. which this part applies on the grounds of race, color, of national origin or sex; or with the puipose or effect sof defeating or substantially impairing the accomplishment of the objectives of this subpart . (d) The specific prohibitions of discrimination enumerated above do not limit the general prohibition of §7.30. Subpart C—Discrimination Prohibited on the. Basis of Handicap § 7.45 General prohibition. No qualified handicapped person shall solely on the basis of handicap be excluded from participation in; be. denied the benefits of, or otherwise be subjected to. discrimination under any program or activity receiving EPA assistance. . § 750 Speofic prohibitions against discrimination.— (a) A r cipicn4 in providing �y:aid.,beuefit or service under my program or activity receiving EPA assistance shall not, onthe basis of handicap, directly Cir throuih contractual, licensing, or other.amngeme6t . . (1) Deny a qualified handicapped person any service, aid or other benefit of a federally assisted program; ' (2) Provide different or separate aids, benefits. or . services to handicapped persons or to.any.ctass of handicapped persons than is provided to others ®less the action is necessary to provide qualified handicapped persons with aids, benefits, or services th* are as _ effective as those provided to others; (3) Aid or perpetuate discrimination against a qualified handicapped person by providing significant assistance to an entity that discriminates on the basis of handicap in providing aids, benefits, or services to beneficiaries of the recipient's program; (4) Deny a qualified handicapped person da 27 [1 I I I I I I I I I I I I [1 I I I I I I I I opportunity to participate as a member of planning or advisory boards; or (5) Limit a qualified handicapped person in any other way in the enjoyment of any right, privilege, advantage, or opportunity enjoyed by others receiving an aid, benefit or service from the program. (b) A recipient may not, in determining the site or location of a facility, make selections: (1) That have the 'effect of excluding handicapped persons from, denying them the benefits of, or otherwise subjecting them to discrimination under any program or activity that receives or benefits from EPA assistance or (2) that have the purpose or effect of defeating or substantially impairing the accomplishment of the objectives of the, program of activity receiving EPA assistance with respect to handicapped persons. (c) A recipient shall not use criteria or methods of administering any program or activity receiving EPA assistance which have the effect of subjecting individuals to discrimination because of their handicap, or have the effect of defeating or substantially impairing accomplishment of the objectives of such program or activity with respect to handicapped persons. (d) Recipients shall take appropriate steps to ensure that communications with their applicants, employees, and beneficiaries are available to persons with impaired vision and hearing. (e) The exclusion of non -handicapped persons or specified classes of handicapped persons from programs limited by Federal statute or Executive Order to handicapped persons or a different class of handicapped persons is not prohibited by this subpart 5 7.55 Separate or different progrims. Recipients shall not deny a qualified handicapped person an opportunity equal to that afforded others to participate in or benefit from the aid, benefit, or service in the program receiving EPA assistance. Recipients shall" administer programs in the most integrated setting appropriate to the needs of qualified handicapped persons. 17.60 Prohibitions and requirements relating to employment. (a) No qualified handicapped person shall, on the basis of handicap, be subjected to discrimination in employment under any program or activity that receives or benefits from Federal assistance. (b) A recipient shall make all decisions concerning employmenttmder any program or activity to which this part applies in a manner which ensures that discrimination on the basis of handicap does not occur, and shall not limit, segregate, or classify applicants or employees in any way that adversely affects their opportunities or status because of handicap. (c) The prohibition against discrimination in employment applies to the following activities: (1) Recruitment, advertising, and the processing of applications for employment; (2) Hiring, upgrading, promotion, award of tenure, demotion, transfer, layoff, termination, right of term from layoff, and rehiring; (3) Rates of pay or any other form of compensation and changes in compensation; (4) Job assignments, job ciassifications, organizational structures, position descriptions, lines of progression, and seniority lists; . (5) (.caves of absence, sick leave, or any other leave; (6) Fringe benefits available by virtue of employment, whether or not administered by the recipient; (7) Selection and financial support for training, including apprenticeship; professional meetings, conferences, and oder related activities, and selection' for leaves of absence to pursue training; (8) Employer sponsored activities, including social or recreational programs; or (9) Any other term, condition, or privilege of employment (d) A recipient shall not participate in a contractual or. other relationship that has the effect of subjecting qualified handicapped applicants or employees to discrimination prohibited by this subpart the relationships referred to in this paragraph include relationships with employment and referral agencies, with labor unions, with organizations, providing or administering fringe benefits to employees of the recipient and with organizations providing training and apprenticeship program. (e) A recipient shall make reasonable accommodation to the known physical or mental limitations of an otherwise qualified handicapped applicant or employee unless the recipient can demonstrate that the accommodation would impose an undue hardship on the operation of its program (f) A recipient shall not use employment tests or criteria that discriminate against handicapped persons and shall ensure that employment tests are adapted for use by persons who have handicaps that impair sensory, manual, or speaking skills. (g) A recipient shall not conduct a preemployment medical examination m make a preemployment inquiry as to whether an applicant is a handicapped person oras to the nature or severity of a handicap except as permitted by the Department of Justice in 28 CFR 42.513. §7.65 Accessibility. (a) General. A recipient shall operate each program or activity receiving ITA assistance so that such _ program or activity, when viewed in its entirety, is readily accessible to and usable by handigapped persons. This paragraph does not: (1) Necessarily require a recipient to make each of its existing facilities or every part of an existing facility accessible to and usable by handicapped persons, (2) Require a recipient to take any action that the recipient can demonstrate would result in a fundamental alteration in the nature of its program or activity or in IE undue financial and administrative burdens. If an action would result in such an alternation or such financial and administrative burdens, the recipient shall be required to take any other action that would not result in such an alteration or financial and administrative burdens but would nevertheless ensure that handicapped persons receive the benefits and services of the program or activity receiving EPA assistance. (b) Medwilt of making existing programs accessible. A recipient may comply with the accessibility requirements of this section by making structural changes, redesigning equipment, reassigning services to accessible buildings, assigning aides to bencficiaries, or any other means that make its program or activity accessible to handicapped persons. In cnoosing among alternatives, a recipient must give priority to methods that offer program benefits to handicapped persons in the most integrated setting appropriate. (c) Deadlines. (1) Except where structural changes in facilities are necessary. recipients must adhere to the provisions of this section within 60 days after the effective date of this Part- (2) ari(2) Recipients having an existing facility which does require alterations in order to make a program or activity accessible must prepare a transition plan in accordance. with § 7.75 within six months from the effective date of this part. The recipient, must complete the changes as. soon as possible, but not later there three years from date of award. (d) Notice of accessibility. The recipient must make sure that interested persons, including those with impaired_ vision or hearing, can find out about the existence and location of the assisted program smites, activities, and facilities that are accessible to and usable by handicapped persons. (e) Structural _and financial feasibility. This section does not require structural alterations to existing facilities if making such alterations would not be structurally or financially feasible. An alteration is not structurally feasible when it has little likelihood of being accomplished without removing or altering a load-bearing structural member. Financial feasibility shall take into account the degree to which the alteration work is to be assisted by EPA assistance, the cost limitations of the program under which such assistance is provided, and the relative cost of accomplishing such alterations in manners consistent and inconsistent with accessibility. § 7.70 New construction. (a) General. New facilities shall be designed and constructed to be readily accessible to and usable by handicapped persons. Alterations to existing facilities shall, to the maximum extent feasible, be designed and constructed to be readily accessible to and usable by handicapped persons. (b) Conformance with Uniform FederalAccessibffily Standards. (1) Effective as of January 18. 1991, design, construction, or alteration of buildings in conformance with sections 38 of the Uniform Federal Accessibility Standards (USAF) (appendix A to 41 CFR subpart 101-19.6) shall be deemed to comply with the requirements of this section with respect to those buildings. Departures from particular technical and "scoping requirements of WAS by.the use of other methods are permitted where substantially equivalent or greater access to and usability of the building is provided. (2) For purposes of this section, section 4.1.6(lxg) of UFAS shall be interpreted to exemptfrom the requirements of WAS only mechanical rooms and other spaces that, because of their intended use, will not require accessibility to the public or beneficiaries or result in the employment or resrdercctherein. of persons with physical handicaps. (3) This section does not require recipients to make building alterations that have little likelihood of being accomplished without removing or altering a load-bearing structural member. 149 FR 1659, Jan. 12, 1984, as amended at 55 FR 52138, 52142, Dec. 19, 1990) § 7.75 Transition plan. If structural changes to facilities are necessary to make the program accessible tohandicapped persons, a recipient must prepare a transition plan. (a) Requirements. The transition plan must set forth the steps needed to compluiie the structural changes required and must be developed with the assistance of interested persons, including hatirPped persons or organizations representing handicapped persons. At a minimum, the transition plan must (1) Identify the physical obstacles in the recipient's' facilities that limit handicapped persons' access to is program or activity, (2) Describe in detail what the recipient will do to make the facilities accessible, (3) Specify the schedule for the steps needed to achieve full program accessibility, and include a year -by -year timetable if the process will take more than one year, (4) Indicate the person responsible for carrying out the Plan. (b)Availability. Recipients shall make available a copy of the transition plan to. the OCR upon request and to the public for inspection at either the site of the project or at the recipient's main office. LJ 1 LI Subpart D—Requirements for Applicants and ' Redpients § 7.80 Applicants. (a) Assurances—(1) General. Applicants for EPA assistance shall submit an assurance with their applications stating that, with respect to their programs ov activities that receive EPA assistance, they will comply with the requirements of this par. Applicants must also submit any other information that the.00R. 29 1 [1 11 11 1 1 LI 11 1 IJ LJ determines is necessary for preaward review. The applicant's acceptance of EPA assistance is an acceptance of the obligation of this assurance and this pan. (2) Duration of assurance—(i) Real property. When EPA awards assistance in the form of real property, or assistance to acquire real property, or structures on the property, the assurance will obligate the recipient, or transferee, during the period the real property or structures are used for the purpose for which EPA assistance is extended, or for another purpose in which similar services or benefits are provided. The transfer instrument shall contain a covenant running with the land which assures nondiscrimination Where applicable, the covenant shall also retain a right of reverter which will permit EPA to recover the property if the covenant is ever broken (ii) Personal property. When EPA provides assistance in the form of personal property, the assurance will obligate the recipient for so long as it continues to own or possess the property. (iii) Other forms of assistance. In all other cases, the assurance will obligate the recipient for as long as EPA assistance is extended. (b) wastewater treatment project. EPA Form 4700-4 shall also be submitted with applications for assistance under Title II of the Federal Water Pollution Control Act (c) Compliance information. Each applicant for EPA assistance shall submit regarding the program or activity that would receive EPA assistance: (1) Notice of any lawsuit pending against the applicant alleging discrimination on the basis of race, color, sex, handicap, or national origin; (2) A brief description of any applications pending to other Federal agencies for assistance, and of Federal assistance being provided at the time of the application; and (3) A statement describing any civil rights compliance reviews regarding the applicant conducted during the two-year period before the application, and information concerning the agency or organization performing the reviews. (Approved by the Office of Management and Budget under control number 2000.0006) § 7.85 Recipients. (a) Compliance information. Each recipient shall collect, maintain, and on request of the OCR, provide the following information to show compliance with this pan: (1) A brief description of any lawsuits pending against the recipient that allege discrimination which this pan prohibits; (2) Raciallethnic, national origin, sex and handicap data, or EPA Form 47004 information submitted with its application; (3) A log of discrimination complaints which identifies the complaint, the date it was filed, the date the recipient's investigation was completed, the disposition, and the date of disposition; and (4) Reports of any compliance reviews conducted by any other agencies. (b)Additional compliance information. If necessary, the OCR may require recipients to submit data and information specific to certain programs to deterrnine compliance where there is reason to believe that discrimination may exist in a program or activity receiving EPA assistance or to investigate a complaint alleging discrimination in a program or activity receiving EPA assistance. Requests shall be limited to data and information which is relevant to determining compliance and shall be accompanied by a written statement summarizing the complaint or setting forth the basis for the belief that discrimination may exist. (c) Self-rvaluadon. Each recipient must conduct a self-evaluation of its administrative policies and practices, to consider whetherauch policies and practices may involve handicap discrumnation prohibited by this pan. When conducting the self-evaluation, the recipient shall consult with interested and involved persons including handicapped persons or organizations representing handicapped persons. The evaluation shall be completed within 18 months after the effective date of this part (d) Preparing compliance information: In preparing compliance information, a recipient must: (1) [Reserved) (2) Use the racial classifications set forth in § 7.25 in determining categories of race, color or national origin. (e) Maintaining compliance information. Recipients must keep records for paragraphs (a) and (b) of this - section for three (3) years after completing the project. When any complaint or other action for alleged failure to comply with this part is brought before the three-year period ends, the recipient shall keep records until the complaint is resolved. (I) Accessibility to compliance information. A recipient shall: (1) Give the OCR access daring normal business hours to its books, records, amounts and other sources of information, including its facilities, as may be pertinent to ascertain compliance with this pan; (2) Make compliance information available to the public upon request; and (3) Assist in obtaining other required information that is in the possession of other agencies, institutions, or persons not under the recipient's control. If such parry refuses to release that information, the recipient shall inform the OCR and explain its efforts to obtain the information. (g) Coordination of compliance effortU the recipient employs fifteen (15) or more employees; it shall designate at least one person to coordinate its efforts to comply with its obligations under this pan. (Approved by the Office of Management and Budget under control number 2000.0006) - § 790 Grievance procedures (a) Requirements. Fach recipient shall adopt grievance procedures that assure the prompt and fair resolution of complaints which allege violation of this pan. 30 (b) Erception. Recipients with fewer than fifteen (15) full-time employees need not comply with this section unless the OCR finds a violation of this part or determines that creating a grievance procedure will not significantly impair the recipient's ability to provide benefits or services. § 7.95 Notice of nondiscrimination. (a) Requirements. A recipient shall provide initial and continuing notice that it does not discriminate on the basis of race, color, national origin, or handicap in a program or activity receiving EPA assistance or, in programs covered by section 13, on the basis of sex. Methods of notice must accommodate those with unpaired vision or bearing. At a minunue4 this notice. must be posted in a prominent place in the recipient's offices or facilities. Methods of notice may also include publishing in newspapers and magazines, and placing notices in recipient's internal publications or on recipient's printed letterhead. Where appropriate, such notice must be in a language or languages other than English. The notice must identify the responsible employee designated in accordance with § 7.85. (b) Deadline. Recipients of assistance must provide initial notice by thirty (30) calendar days after award and continuing notice for the duration of EPA assistance. § 7.100. Intimidation and retaliation prohibited. No applicant, recipient, nor other person shall intimidate, threaten, coerce, or discriminate against any individual or group, either. (a) For the purpose of interfering with any right or privilege guaranteed by the Acts or this part or (b) Because the individual has filed a complaint or has testified, assisted or participated in any way in an investigation, proceeding or hearing under this part or has opposed any practice made unlawfid by this regulation. - Subpart E -Agency Compliance Procedum § 7.105 General policy. EPA's Administrator, Director of the Office of Civil .Rights. Project Officers and other responsible officials shall seek the cooperation.of applicants and recipients in securing compliance with this part, and are available to provide help. § 7.110 Preaward comptisaim (a) Renew of compliance information. Within EPA's application processing period, the OCR will determine whether the applicant is in compliance with this part and informs One Award Official. This determination will be based on the submissions required by § 7.80 and any other information EPA receives during this time (including complaints) or has on file about the applicant. When the OCR cannot make a determination on the basis of this information, additional information will be requested from the applicant, local government officials, or interested persons or organizations, including handicapped persons or organizations representing such persons. The OCR may also conduct an on- site review only when it has reason to believe discrimination may be occurring in a program or activity which is the subject of the application. (b) Voluntary compliance. If the review indicates noncompliance, an applicant may agree in writing to lake the steps the OCR recommends to come into compliance with this part The OCR must approve the written agreement before any award is made. (c) Refusal to comply. If the applicant refuses to enter into such an agreement, the OCR shall follow the procedure established by paragraph (b) of § 7.130. § 7.115 Postaward compliance. (a) Periodic review. 77rc OCR may periodically conduct compliance reviews of any recipient's programs or activities receiving EPA assistance, including the request of data and information, and may conduct on-site reviews when it has reason to believe that discrimination may be occurring in such programs or activities. (b) Notice of renew. After selecting a recipient for review or initiating a complaint investigation in accordance with § 7.120, the OCR will inform the recipient of, (1) The name of and schedule for review, or investigation; and (2) Its opportunity, before the determination in paragraph (d) of this section is made, to make a written submission responding to, rebutting, or denying the allegations raised in the review or complainL (c) Postreriew, notice. (1) Within 180 calendar day> from the start of the compliance review or complaint investigation, the OCR will notify the recipient in writing by certified mail, return receipt requested, of ' (i) Preliminary findings; (ii) Recommendations, if any, for achieving voluntary compliance; and (iii) R«ipienfs right to engage in voluntary compliance negotiations where appropriate. (2) The OCR will notify the Award Official and the Assistant Attorney General for Civil Rights of the preliminary findings of tioncompliance. (d) Format determination of noncompliance. After receiving the notice of the preliminary finding of noncompliance in paragraph (c) of this section; die: recipient troy. (1) Agree to the OCR's recommendations, or (2) Submit a written response sufficient to demonstrate that the preliminary findings are incorrect, or that compliance may be achieved through steps other than those recommended by OCR If the recipient does not take one of these actions within fifty (50) calendar days after receiving this preliminary notice, the OCR shall, within fourteen (14) calendar days, send a formal written determination of noncompliance to the recipient and copies to the Award Official and Assistant Attorney General. (e) Voluntary compliance time limits. The recipient will have ten (10) calendar days from receipt of the 31 11 1 I [I 11 r 1 11 1 1 1 formal determination of noncompliance in which to come into voluntary compliance. If the recipient fails to meet this deadline, the OCR must start proceedings under paragraph (b) o(§ 7.130. (I) Form of Polumary compliance agreements. All agreements to come into voluntary compliance must: (1) Be in writing; (2) Set forth the specific steps the recipient has agreed to take, and (3) Be signed by the Director, OCR a his/her designee and an official with authority to legally bind the recipient § 7.120 Complaint investigations. The OCR shall promptly investigate all complaints filed under this section unless the complainant and the party complained against agree to a delay pending settlement negotiations. (a) Who may file a complaint A person who believes that he or she or a specific class of persons has been discriminated against in violation of this part may file a complaint The complaint may be filed by an authorized representative. A complaint alleging employment discrii i tion must identify at least one individual aggrieved'by such discrimination. Complaints solely alleging employment discrimination against an individual on the basis of race, color; national origin, sex or religion shall be processed under the procedures for complaints of employment discrimination fled against recipients of Federal assistance (see 28 CFR part 42, subpart H and 29 CFR pari 1691). Complainants are encouraged but not required to make use of any grievance procedure established under § 7.90 before filing a complaint Filing a complaint through a grievance procedure does not extend the 180 day calendar requirement of paragraph . (bX2 of this section. (b) )Mere, when and how to file complaint The complainant may file a complaint at any EPA office. The complaint may be referred to the region in which the alleged discriminatory acts occurred. (1) The complaint must be in writing and it must describe the alleged discriminatory acts which violate this.part. (2) The complaint must be filed within 18O calendar days of the alleged diwi+miaatory acts, unless the OCR waives the time limit for good wase. The filing of a grievance with the recipient does not satisfy the requirement that complaints must be filed within 180 days of the alleged discriminatory acts (c) Notif catiom The OCR will notify the complainant and the recipient of the agency's receipt of the complaint within five (5) calendar days. (d)'Complaint procesrmg procedwes After acknowledging receipt of a complaint, the OCR will immediately initiate complaint processing procedures. (1) Preliminary investigation. (i) Within twenty (20) calendar days of acknowledgment of the complaint, the OCR will review the complaint for acceptance, rejection, or referral to the appropriate Federal agency. (ii) if the complaint is accepted, the OCR will notify the complainant and the Award Official. The OCR will also notify the applicant m recipient complained against of the allegations and give the applicant or recipient opportunity to make a written submission responding to, rebutting, or denying the allegations raised in the complaint (iii) The party complained against may send the OCR a response to the notice of complaint within thirty (30) calendar days of receiving it - (2) t(2) Informal resolution. (i) OCR shall attempt to resolve complaints informally whenever possible. When a complaint cannot be resolved informally, OCR shall follow the procedures established by paragraphs (c) through (c) of § 7.115. (ii) [Reserved] (e) Confidentiality. EPA agrees to. keep the complainant's identity confidential except to the extent necessary to carry out the purposes of this part, including the conduct of any investigation, hearing, or judicial proceeding arising thereunder. Ordinarily in complaints of employment discrimination, the name of the complainant will be given to the recipient with the notice of complaint- (f) omplaint(f) [Reserved] (g) Dirmirsal o f eomplaint If OCR's investigation reveals no violation of this part, the Director, OCR, will dismiss the complaint and notify the complainant and recipient § 7.125 Coordination with other agencies If, in the conduct of a compliance review or an investigation, it becomes evident that another agency has jurisdiction over the subject matter, OCR will cooperate with that agency during the continuation of the review of investigation. EPA will: (a) Coordinate its efforts with the other agency, and (b) Ensure that one of the agencies is designated the lead agency for this purpose. When an agency oder than EPA serves as the lead agency, any action taken, requirement imposed, or determination made by the lead agency, other than a final determination to terminate funds, shall have the same effect as though such action had been taken by EPA. § 7.130 Actions available to EPA to obtain compliance. (a) General. If compliance with this part cannot be assured by informal means, EPA may terminate Or refuse to award or to continue assistance. EPA may also use any other means authorized by law to get compliance, including a referral of the matter to the Department of Justice. (b) Procedure to denjo, annul, suspend or terminate EPA assistance— (1) OCR fording. If OCR determines - that an applicant or recipient is not in compliance with this part, and if compliance cannot be achieved voluntarily, OCR shall make a finding of noncompliance. The OCR will notify the applicant or recipient (by registered mail, return receipt requested) of the finding, the action proposed to be taken, and the Opportunity for an evidentiary hearing. 32 (2) Hearing. (i) Within 30 days of receipt of the above notice, the applicant or recipient shall file a written answer, under oath or affirmation, and may request a hearing. (ii) The answer and request for a hearing shall be sent by registered mail, return receipt requested, to the Chief Administrative law Judge (ALT) (A-110), United States Environmental Protection Agency,. 1200 Pennsylvania Ave., NW., Washington, DC 20460. Upon receipt of a request for a hearing, the ALJwillseed the applicant of recipient. a copy of the ALPS procedures- If the recipient does not request a hearing, it shall be deemed to have waived its right to a hearing, and the OCR finding shall be deemed to be the Alps determination. (3) Final derision and disposition. (0-7fhe applicant or recipient may, within 30 days of receipt of the ALPS determination, file with the Administrator its exceptions to that determination. When such exceptions am filed, the Administrator may, within 45 days after the ALTs determination, serve to the applicant or recipient, a notice that he/she will review the determination. In the absence of either exceptions or notice of review, the ALIS determination shall constitute the Administrator's final decision. (u) If the Administrator reviews the ALPS. determination, an parties shall be given reasonable opportunity to file written statements. A copy of the Administrators decision will be sent to the applicant or recipient. (iii) If the Administrators decision is to deny an application, or annul, suspend or terminate EPA assistance, that decision becomes effective thirty (30) days from the date on which the Administrator submits a full written report of the circumstances and grounds for, such action to the Committees of the House and Senate having legislative jurisdiction ova the program or activity involved. The decision of the Administrator shall not be subject to further administrative appeal under EPA's General Regulation for Assistance Programs (40 CFR part 30, subpart L)- (4) Scope of decision. The denial, annulment, termination or suspension shall be limited to the particular applicant or recipient who was found to have discriminated, and shall be limited in its effect to the particular program or the part of it in which the discrimination was found. 4 7.135 Procedure for regaini urng eligibility. -. (a) Requirements. An applicant or recipient whose assistance has been denied, annulled, terminated, or suspended under this part regains eligibility as soon as it: (1) Provides reasonableassurance that it is complying • and will comply with this part in the future, and.. (2) Satisfies the terms and conditions for regaining eligibility that are specified in the denial, annulment, termination or suspension order. (b) Procedure. The applicant or recipient must submit a written request to restore eligibility to the OCR - declaring that it has mel the requirements set forth in paragraph (a) of this section. Upon determining that. these requirements have been met, the OCR must notify the. Award Official, and the applicant or recipient that. eligibility has been restored. . (c) Rights on denial of restoration of eligibility. If the OCR denies a request to restore eligibility, the applicant_ or recipient may file a written request for a hearing • before the EPA Chief Administrative Law Judge in accordance with paragraph (c) 4 7.130, listing the reasons it believes the OCR was in error. 33 I I] 1 LIQ 1] 1 1 I" r 1 LI r 40 CFR PART 31 -UNIFORM ADMINISTRATIVE REQUIREMENTS FOR GRANTS AND COOPERATIVE AGREEMENTS TO STATE AND LOCAL GOVERNMENTS Audwriry^ 33 U.S.0 1251 a seq.; 42 U.S.0 7401 a seq.; 42 US.C. 6901 a seq.; 42 U.S.C. 30W a seq.; 7 U.S.C. 136 a seq.; 15 U.S.0 2601 a seq.; 42 U.S.C. 9601 a seq.; 20 U.S.C. 4011 a seq.; 33 U.S.0 1401 a seq. swum; 53 FR 8075 and SM. Mar. 11, 1988, unless alerwise Doted Subpart A -General ¢ 31.1 Purpose and scope of this pati. This pan establishes uniform administrative rules for Federal grants and cooperative agreements and subawards to State, local and Indian tribal governments. § 31.2 Scope of subpart. This subpart contains general rules pertaining to this part and procedures for control of exceptions from this par §.31.3 Definitions. As used in this part: Accrued expenditures mean the charges incurred by the grantee during a given period requiring the provision of foods for: (1) Goods and other tangible property received; (2) services performed by employees; contractors, subgrantees, subcontractors, and other payees; and (3) other amounts becoming owed under programs for which no current services or performance is required, such as annuities, insurance claims, and other benefit payments. Accrued income means the sum of (1) Earnings during a given period from services performed by the grantee and goods and other tangible property delivered to purchasers, and (2) amounts becoming owed to the grantee for which Do current services or performance is required by the grantee. Acquisition cost of an item of purchased equipment means the net invoice rosin price of the property including the cost of modifications, attachments, accessories, or auxiliary apparatus necessary to make .the property usable for the purpose for which it was acquired. Other charges such as the cost of installation, trarisp6rtation, taxes, duty or protectibe in -transit instaaoce, shall be included or excluded from the unit acquisition cost in accordance with the grantee's regular accounting practices. Administrative requirements mean those matters common to grants in general; such as financial management, kinds and frequency of reports, and retention of records. These :are distinguished from programmatic requirements, which concern mum that can be treated only on a progtatin-by-program or grant -by -grant basis, such as kinds of activities that can be supported by grants under a particular program. Awarding agency means (1) with respect to a grant, the Federal agency, and (2) with respect to a subgrant, 34 the party that awarded the subgrant. . Cash contributions means the grantee's cash outlay, including the outlay of money contributed to the grantee or subg intee by other public agencies and institutions, and private organizations and individuals. When authorized by Federal legislation, Federal funds received from other assistance agreements may be considered as g uitce or subgrantee cash contributions. Contract means (exceptas used in the definitions for grant and subgrant in this section and except where qualified by Federal) a procurement contract under a grant or subgrant, and means a procurement subcontract under a contract Cost sharing or matching means the value of -the third party in-kind contributions and the portion of the cuss of a federally assisted project or program not borne by the Federal Government. Cost -type contract meant a contract or subcontract under a grant in which the contractor or subcontractor is paid on the basis of the costs it incurs, with or without a fee. Equipment means tangible, nonexpendable, personal property having a useful life of more than one year and an acquisition cost of $5,000 or more per unit. A grantee may use is own definition of equipment provided that such definition would at least include all equipment defined above. Expenditure report means: (I) For nonconstruction gams, the SF -269 "Financial Status Report' (or other equivalent report); (2) for construction grans, the SF -271 'Outlay Report and Request for Reimbuisemcnt' (or other equivalent report). Federally recognized Indian tribal government means the governing body or a governmental agency of any Indian tribe, band, nation, or other organized group or community (including any Native village as defined in section 3 of the Alaska Native Claims Settlement Act, 85 Stat 688) certified by the Secretary of the Interior as eligible for the special programs and services provided by hum through the Bureau of Indian Affairs. Government means a State or local government or a federally recognized Indian tribal governmitnt Grant means an award of financial assistance, including cooperative agreements, in the form of money, or property in lieu of money, by the Federal Government to an eligible grantee. The term does not include technical assistance whichprovidesservices instead of money, or other assistance in the form of revenue sharing, loans, loan guarantees, interest subsidies, insurance, or direct appropriations. Also, the term does not include assistance, such as a fellowship or other lump sum_ award, which the graotce is not requited to account for. Grantee means the government to which a grant is awarded and which is accountable for the use of the funds provided. The grantee is the entire legal entity even if only a particular component of the entity is designated in the grant award document. Local government means a county, municipality, city, town, township, local public authority (including any - public and Indian housing agency under the United States Housing Act of 1937) school district, special district, intrastate district, council of governments (whether of not incorporated as a nonprofit corporation under state law), any other regional or interstate government entity, or any agency or instrumentality of a local government. Obligations means the amounts of orders placed. contracts and subgrants awarded, goods and services received, and similar transactions during a given period that will require payment by the grantee during the same or a future period. OMB means the U.S. Office of Management and BudgeL Outlays (expenditures)'mean charges made to the project or program. They may be reported on a cash or accrual basis. For reports prepared on a cash basis, outlays are the sum of actual cath disbursement for direct charges for goods and services, the amount of indirect expense incurred, the value of in-kind contributions applied, and the amount of cash advances and payments made to contractors and subgrantees. For reports prepared on.". accrued expenditure basis, outlays arc the sura actual cath disbtvscments, the amount of indirect expense incurred, the value of in kind contributions applied, and the new increase (or decrease) in the amounts owed by the grantee for goods and other property received, for services performed by employees, contractors, subgrantees, subcontractors, and other payees, and other amounts becoming owed under programs for which no current services or performance are required, such as annuities, insurance claims, and other benefit payments. . Percentage of completion method refers to a system under which payments are made for construction work according to the percentage of completion of the work, rather than to the grantees cost incurred. Prior approval means documentation evidencing content prior to incurring specific coat. Real property means land, including land improvements, structures and appurtenances thereto, excluding movable machinery and equipment. Share, when referring to the awarding agency's portion of real property, equipment or supplies, means the same percentage as the awarding agencys portion of the acquiring party's total costs under the grant to which the acquisition costs under the grant to which the acquisition cost of the properly was charged. Only costs are to be counted -not the value of third -party in-kind contributions. State means any of the several States of tae United States, the District of Columbia, the Commonwealth of Puerto Rico, any territory or possession of the United 35 States, or any agency or instrumentality of a State exclusive of local governments. The term does not include any public and Indian housing agency under United States Housing Act of 1937. Subgrant means an award of financial assistance in the form of money, or property in lieu of money, made under a grant by a grantee to an eligible subgrantee. The term includes financial assistance when prwnded by contractual legal agreement, but does not include procurement purchases: nor does it include any form of assistance which is excluded from the definition of grant in this part.. Subgrantee means the government a other legal entity to which a subgrant is awarded and which is accountable to the grantee -for -the use of the funds provided. Supplies means all tangible personal property other than equipment as defined in this part- Suspeasion.means depending on the context, either (1) temporary withdrawal of the authority to obligate.grant funds pending corrective action by the grantee or subgrantee or a decision to terminate the grana, or (2) an action taken by a suspending official in accordanm with agency regulations, implementing E.O. 12549_ to immediately exclude a person from participating in grant transactions for a period, pe.Ming.completion of an investigation and such legal or debarment proceedings as may ensue. Termination means permanent withdrawal of the authority to obligate previously -awarded grant funds before that authority would otherwise expire,. It also means the voluntary relinquishment of that authority by the grantee or subgrantee. Termination does not include: (1) Withdrawal of funds awarded on the basis of the grantee's underestimate of the unobligated balance in a prior period; (2) Withdrawal of the unobligalcd balance as of the expiration of a grant; . (3) Rcft W to extend a grant or award additional fund-% to make a competing tee noncompeting continuation, renewal, extension, or supplemental award; or (4) Voiding of a grant upon determination that the . award was obtained fraudulently, or was otherwise. illegal or invalid from inception. Terms of a grant or subgrant mean all requirements of the grant or subgrant, whether in statute, regulations, or the award docunment . Third party in-kind contributioirs mean property or services which benefit a federally assisted Project of. program and which are contributed by non -Federal third parties without charge to the grantee, or a cost -type contractor under the grant agreemern. Unliquidated obligations for reports prepared on a cash basis mean the amount of obligations incurred by the grantee that has. not been paid. For reports prepared on an accnied expenditure basis, they represeat the amount of obligations incurred by the grantee for which an outlay has not been recorded. 1 1 1 1 I 11 LI r C CI [1 1 Uno66gated balance means the portion of the funds authorized by the Federal agency that has not been obligated by the grantee and is determined by deducting die cumulative obligations from the cumulative funds authorized. § 31.4 Applicability. (a) Cenerai Subparts A -D of this part apply to all grants and subgrants to governments, except where inconsistent with Federal statutes or with regulations authorized in accordance with the exception provision o[5 31.6, or: (1) Grants and subgrants to State and local institutions of higher education or State and local hospitals. '(2) The'block grants authorized by the Omnibus Budget Reconciliation Act of 1981 (Community Services; Preventive Health and Health Services; Alcohol, Drug Abuse, and Mental Health Services; Maternal and Child Health Services; Social Services; Low -loco= Home Energy Assistance; States' Program of Community Development Block Grants for Small Cities; and Elementary and Secondary Education other than programs administered by the Secretary of Education under Title V, Subtitle D, Chapter 2, Section 583 -the Secretary's discretionary grant program) and Tidcs I -ID of the Job Training Partnership Act of 1982 and under the Public Health Services Act (Section 1921), Alcohol and Drug Abuse Treatment and Rehabilitation Block Grant and Pari C of Title V, Mental Health Service for the Homeless Block Grant). (3) Entitlement grants to carry out the following programs f the Social Security Act: (i) Aid to Needy Families with Dependent Children (Title IV -A of the Act, not including the Work Incentive Program (WIN) authorized by section 402(a)19(G); IMS grants for WIN are subject to this part); (ii) Child Support Enforcement and Establishment of Paternity (Title IV -D of the Act); (iii) Foster Care and Adoption Assistance (Title IV -E of the Act); (iv) Aid to the Aged, Blind, and Disabled (Titles I, X, XIV, and XVI-AABD of the Act); and (v) Medical Assistance (Medicaid) (Title XIX of the Act) not including the State Medicaid Fraud Control program authorized by section 1903(ax6XB). (4) Entitlement grants under the following programs of The National School Lunch Act (i) School lunch (section 4 of the Act), (ii) Commodity Assistance (section 6 of the Act), (iii) Special Meal Assistance (section 11 of the Act), (iv) Summer Food Service for Children (section 13 of the Act), and (v) Child Care Food Program (section 17 of the Act). (5) Entitlement grants under the following programs of The Child Nutrition Act of 1966: (i) Special Milk (section 3 of the Act), and (ii) School Breakfast (section 4 of the Act). (6) Entitlement grants for State Administrative Ti expenses under The Food Stamp Act of 1977 (section 16 of the Act). (7) A grant for an experimental, pilot, or demonstration project that is also supported by a grant listed in paragraph (a)(3) of this section; (8) Grant funds awarded under subsection 412(e) of the Immigration and Nationality Act (8 U.S.C. 1522(e)) and subsection 501(a) of the Refugee Education Assistance Act of 1980 (Pub. L. 96-422, 94 Stat 1809), for cash assistance, medical assistance, and supplemental security income benefits to refugees and entrants and the administrative costs of providing the assistance and benefits; (9) Grants to local education agencies under 20 U.S.C. 236 through 241-I (a), and 242'through 244 (portions of the Impact Aid program), except for 20 U.S.C. 238(d)(2Xc) and 240(f) (Entitlement Increase for Handicapped Children); and (10) Payments under the Veterans Administration's State Home Per Diem Program (38 U.S.C. 64l(a)).. (b) Entitlement pmgrams. Entitlement programs. . enumerated above in § 31.4(a) (3) through (8) are subjectto subpart E. - § 31.5 Effect on other issuances. All other grants administration provisions of codified program regulations, program -manuals, handbooks and Other nonregulatory materials which are inconsistent: with this part are superseded, except to the extent they are required by statute, or authorized in accordance'with the exception provision in § 31.6. § 31.6 Additions and exceptions (a) For classes of grants and grantees subject to Us, part, Federal agencies may Trot impose additional - administrative requirements except in codified _ regulations published in the Federal Register. (b) Exceptions for classes of grants or. grantees may be authorized only by OMB. - (c) Exceptions on a case-by-case basis and for subgrantces may be authorized by the affected Federal agencies. (1) In the Environmental Protection Agency, the Director, Grants Administration Division, is authorized to grant the exceptions. (d) The EPA Director is also authorized to approve exceptions, on a class or an individual case basis, to EPA program -specific assistance regulations other than those which implement statutory and executive order requirements. - I .. 153 Fit 8068 and &187, Mar. It. 1988, and amended at 53 FR W75, Mar. 11. 1988) Subpart B -Pre -Award Requirements § 31.10 Forms for applying for grants. (a) Scope. (1) This section prescribes forms and instructions to be used by governmental organizations (except hospitals and institutions of higher education operated by a government) in applying for grants. This section is not applicable, however, to formula grant programs which do not require applicants to apply for funds on a project basis. (2) This section applies ody to applications to Federal agencies for grants, and is not required to be applied by. grantees in dealing with applicants for subgrants. However, grantees are encouraged to avoidmore detailed or burdensome application requirements for subgrants. (b) Authorized forms and inshrdions for. govemmenhd organiudious. (1) In applying for grants, applicants shall only rue standard.: application forms or those prescribed by the granting agency with the approval of OMB under the Paperwork Reduction Act of 1980. (2) Applicants are not required to submit more than the original and two copies o f preapplieadons or . applications. (3) Applicants must follow all applicable instructions that bear OMB clearance numbers. Federal agencies may specify and describe the programs, functions, or activities that will be used to plan, budget, and evaluate the work under a gran!. Other supplementary instructions may be issued only with the, approval of OMB to the extent required ruder the Paperwork Reduction Act of 1980. For any standard form, except the SF -424 faceshect, Federal agencies may shade out or instruct the applicant to disregard any lire item that is not needed. (4) When a grantee applies for additional funding (such as a continuation or supplemental award) or amends a previously submitted application, only the affected Pages need be submitted. Previously submitted pageswith information that is still current need not be resubmitted. §31.11 State plans. (a) Scope. 77e statutes for some programs require States to submit plans before receiving grants.. Under regulations implementing Executive Order 12372, 'Intergovernmental Review of Federal Programs.' States are allowed to simplify, consolidate and substitute plans. This section contains additional provisions for plans that are subject to regulations implementing the Executive Order. (b) Requirements. A State need meet only Federal administrative m programmatic requirements for a plan that are in statutes or codified regulations. (c)Assurances. In each plan the State will include an assurance that the State shall comply with all applicable Federal statutes and regulations in effect with respect to the periods for which it receives gram funding. For this assurance and other assurances required in the plan, the State may: 37 (1) Cite by number the statutory or regulatory provisions requiring the assuranrss and affirm that it gives the assurances required by those provisions, (2) Repeat the assurance language in the statutes a regulations, or (3) Develop its own language to the extent permitted by law. (d) Amendmcnfs. A State will amend a plan wherever necessary to reflect: (1) New or revised Federal statutes or regulations or (2) a material change in any State law, organization, policy, or State agency operation. The. State will obtain approval for the amendment and its effective date but need submit for approval only the amended portions of the plan. $ 31.12 Special grant or subgrant conditions for "bigh-risk" grantees. (a) A grantee or subgrantee may be considered 'high risk' if an awarding agency determines that a grantee or subgrantee: - (1) Has a history of unsatisfactory performance, or (2) Is not financially stable, or' . (3) Has a management system which does not meet the mansgemenl standards set forth in this pan, or (4) Has not conformed to terms and conditions of previous awards, or (5) Is otherwise not responsible; and if the awarding agency determines that an award will be made, special conditions and/or restrictions shall correspond to the high risk condition and shall be included in the award. (b) Special conditions or restrictions may include: (1) Payment on a reimbursement basis; (2) Withholding authority to proceed torhe next phase until receipt of evidence of acceptable performance within a given funding period; - (3) Requiring additional, more detailed financial reports; (4) Additional project monitoring; (5) Requiring the grantee or subgrantee to obtain technical or management assistance; or (6) Establishing additional prior approvals_ (c) If an awarding agency decides to impose such conditions, the awarding official will notify the grantee or subgrantee as early as possible, in writing, of - (1) f(1) The nature of the special coalitions/restrictions: (2) The reason(s) for imrposing them; (3) The corrective actions which must be taken before they will be removed and the time allowed for completing the corrective actions and . (4) The method of requesting reconsideration of the eonditionshesmictions imposed. § 31.13 Principal environmental statutory provisions applicable to EPA assistance awards. CI I [1 11 1 11 1 11 CI 1, Grantees shall comply with all applicable Federal laws including: (a) Section 306 of the Clean Air Act, (42 U.S.C. 7606). (b) Section 508 of the Federal Water Pollution Control Act, as amended, (33 U.S.C. 1368). (c) Section 1424(c) of the Safe (kinking Water Act, (42 U.S.C. 300h -3(c))- 153 FR 8075. Mar. 11, 19881 Subpart C -Post -Award Requirements Financial Administration § 31.20 Standards for financial management systems. (a) A State must expand and account for grant funds in accordance with State laws and procedures for expending and accounting for its own funds Fiscal. control and accounting procedures of the State, as well as its subgrantees and cost -type contractors, must be sufficient to - (1) Permit preparation of reports required by this part and the statutes authorizing the grant, and (2) Permit the tracing of funds to a level of expenditures adequate to establish that such funds have not been used in violation of the restrictions_ and prohibitions of applicable statutes. (b) The financial management systems of other grantees and subgrantecs must, meet the following standards: (1) Financial reporting. Accurate, current, and complete disclosure of the financial results of financially assisted activities must be made in accordance with the financial reporting requirements of the grant or subgrant. (2) Accounting records. Grantees and subgrantees must maintain records which adequately identify the source and application of funds provided for financially -assisted activities. These records must contain information pertaining to grant or subgrant awards and authorizations, obligations, unmbligated balances, assets, liabilities, outlays or expenditures, and income. (3) Internal control Effective control and accountabilitymust be maintained for all grant and subgrant cash, real and personal property, and other assets. Grantees and subgrantees mutt adequately safeguard all such property and must assure that it is used solely for authorized purposes. (4) Budget control. Actual expenditures or outlays must be compared with budgeted amounts for each grant or subgrant Firancial information must be related to performance or productivity data, including the development of unit cost information whenever appropriate or specifically required in the grant or subgrant agrcement If unit cost data are required, E estimates based on available documentation will be accepted whenever possible. (5) Allowable cost Applicable OMB cost principles, agency program regulations, and the terns of grant and subgrant agreements will be followed in determining the reasonableness, allowability, and allocability of costs. (6) Source documentation. Accounting records must be supported by such source documentation as canceled checks, paid bills, payrolls, time and attendance records, contract and subgrant award documents, etc. .(7) Cash management Procedures for minimizing the time elapsing between the transfer of funds from the U.S. Treasury and disbursement by grantees and subgrantees must be followed whenever advance payment procedures are used. Grantees must establish reasonable prooedmes to ensure the receipt of reports on subgrantees cash balances and cash disbursements in sufficient time to enable them to prepare complete and accurate cash transactions reports to the awarding agency- When advances arc made by letter -of -credit or " electronic transfer of funds methods, the grantee must make drawdowns as close as possible to the time of. making disbursements. Grantees must monitor cash drawdowns by their subgrantees to assure that they conform substantially to the same standards of timing and amount as apply to advances to the grantees. _ (c) An awarding agency may review the adequacy of Ube financial management system of any. applicant for financial assistance as part of a preaward review or at any time subsequent 4o award. 131.21 Payment (a) Scope. This section prescribes the basic standard and the methods under which a Federal agency will make payments to grantees, and grantees will make payments to subgrantees and contractors. (b) Baste standard Methods and procedures for payment shall minimize the time elapsing between the transfer of funds and disbursement by the grantee or subgrantee, in accordance with Treasury regulation.4 at 31 CFR pan 205. (c) Advances. Grantees and subgrantees shall be paid in advance, provided they maintain or demonstrate the willingness and ability to maintain procedures to minimize the time elapsing between the transfer of the funds and their disbursement by the grantee or subgrantee. (d) Reimbmrement. Reimbursement shall be the preferred method when the requirements in paragraph (c) of this section are not met. Grantees and subgramem may also be paid by reimburmincnt.for any construction grant. Except as otherwise specified in regulation, Federal agencies shall not use the percentage of completion method to pay construction grants. The grantee of subgrantee may use that method to pay its construction contractor, and if it does, the awarding agency's payments to the grantee or subgrantee will be bassi on the grantee's or subgantee's actual rate of disbursement (e) Working capital advances. If a grantee cannot meet the criteria for advance payments described in paragraph (c) of this section, and the Federal agency has determined that reimbursement is not feasible because the grantee lacks sufficient working capital, the awarding agency may provide cash or a working capital advance basis. Under this procedure the awarding agency shall advance cash to the grantee to cover its estimated disbursement needs for an initial period . generally geared to the grantee's disbursing cycle. Thereafter, the awarding agency, shall reimburse the grantee for its actual cash disbursements. The working capital advance method of payment shall not be used by grantees or subgrantees if the reason for using such method is the unwillingness or inability of the grantee to provide timely advances to the subgrantee to meet the subgranteds actual cash disbursements. (f) Effect of program income, refunds, and audit recoveries on paytaenL (1) Grantees and subgrantees shall disburse repayments to and interest earned on a revolving fund before requesting additional cash payments for the same activity. . (2) Except as provided in paragraph (f)(1) of this section, grantees and subgrantees shall disburse. program income, rebates, refunds, contract settlements, audit recoveries and interest earned on such funds before requesting additional cash payments. (g) Withholding payments (1) Unless otherwise required by Federal statute, awarding agencies shall not withhold payments for proper charges incurred by grantees or subgrantoes unless- . (i) The grantee or subgrantee has failed to comply with grant award conditions or (ii) The grantee or subgrantee is indebted to the United States.. (2) Cash withheld for failure to comply with grant award condition, but without suspension of the grant, shall be released to the grantee upon subsequent compliance. When a grant is suspended, payment adjustments will be made in accordance with § 31.43(c). (3) A Federal agency shall not make payment to , grantees for amounts that =.withheld by grantors or subgrantees from payment to contractors to assure satisfactory completion of work Payments shag be made by the Federal agency when the grantees or subgrantces actually disburse the withheld funds to the contractors or to escrow accounts established to assure satisfactory completion of work (h) Cash depositories. (1) Consistent with the national goal of expanding. the. opportunities for minority business enterprises, grantees and subgrantees are. encouraged to use minority banks (a bank which is owned at least 50 percent by minority group members). A list of minority owned banks can be obtained from the Minority Business Development Agency, Department of Commerce, Washington, DC 20230. (2) A grantee or subgrantee shall maintain a separate bank account only when required by Fedcal-State 39 agreement. (i) interest earned on advances. Except for interest earned on advances of funds exempt under the Intergovernmental Cooperation Act (31 U.S.C. 6501 er seq.) and the Indian Self -Determination Act (23 U.S.C. 450), grantees and subgranices shall promptly, but at least quarterly, remit interest earned on advances to the Federal agency. The grantee or subgrantee may keep interest amounts up to $100 per year for administrative expenses. §31.22 Allowable costs. .(a) limitation on we of fundr. Grant funds may be used only for. (I) Tic allowable costs of the grantees, subgrantees and cost -type contractors, including allowable costs in the form of payments to feed -price contractors; and (2) Reasooabte fees or profit to cost -type contractors but not any fee or profit (or other intteinent above allowable costs) to rhe grantee or subgrantee: (b) Applicable cost principles. For each kind of organization, there is a set of Federal principles foe, determining allowable costs: Allowable costs will be determined in accordance with the cost principles applicable to the organization incurring the costs. Ilia following chart lists the lands of Organizations and the applicable cost principles. For the costs of a- Use the principles; in - State, local or Indian tribal OMB Circular A-87. government. ' Private nonprofit orgaruzatior OBM Circular A-122. other than an (1) institution of higher education, (2) hospital, or (3) organization named in OMB Circular A- 122 as not subject to that circular. Educational institutions.......... OMB Circular A-21. For-profit organization other 48 CFR part 31. than a hospital and an or- Contract Cost principles ganization named in OMB, and Procedures, or Circular A-122 as not sub- uniform cost account- ject to that circular ing standards that comply with cost principles acceptable to die Federal agency. I] I § 31.73 Period of availability of funds. , (a) GenevaL Where'a' funding period is specified, a . grantee may charge to the award only costs resulting from obligations of the funding period unless carryover of mnobligated balances is permitted, in which case the carryover balances may be charged for costs resulting from obligations of the subsequent funding period (b) Liquidation of obligations. A grantee must �J i� liquidate all obligations incurred under the award not later than 90 days after the end of the funding period (or as specified in a program regulation) to coincide with the submission of the annual Financial Status Report (SF -269). The Federal agency may extend this deadline at the request of the grantee. §31.24 Matching or cost sharing. (a) Basic rule: Costs and contributions acceptable. With the qualifications and exceptions listed in paragraph (b) of this section, a matching or cost sharing requirement may be satisfied by either or both of the following: . (1) Allowable costs incurred by the grantee, subgrantee or a cost -type contractor under the assistance agreement - This includes allowable costs borne by non -Federal grants or by others cash donations from non -Federal third parties.- - - - (2) The value'of third party in-kind contributions applicable to the period to which the cost sharing or matching requirements applies. (b) QuaGficetions and exceptions -(1) Costs borne by other Federal grant agreements. Except as provided by Federal statute, a cost sharing or matching requirement may not be met by costs borne -by another Federal grant This prohibition does not apply to income eared by a grantee or subgrantee from a contract awarded under another Federal gran - (2) General revenue sharing. For the purpose of this section, general revenue sharing funds distributed under 31 U.S.C. 6702 are not considered Federal grant funds. (3) Cost or contributions counted towards other Federal costs -sharing requirements Neither costs mor the values of third party in-kind contributions may count towards satisfying a cost sharing or matching requirement of a grant agreement if they have been or will be counted towards satisfying a cost sharing or matching requirement of another Federal grant agreement, a Federal procurement contract, or nay other award of Federal funds. (4) Costs financed by program income. Costs financed by program income, as defined in § 31.25, shall not count towards satisfying a cost sharing m matching requirement unless they are expressly pemutted in the terms of the assistance agreement- (This use of general program income is described in § 31.25(g).) (5) Serrieer or property financed by income earned by contractor.,- Contractors under a grant may cam income from the activities carried out under the contras in addition to the amounts earned from the party awarding the contract No costs of services or property supported by this income may count toward satisfying a cost sharing or matching requirement unless other Provisions of the grant agreement expressly permit this kind of income to be used to meet the requirement. (6) Records Costs and third party in-kind contributions counting towards satisfying a cost sharing or matching requirement most be verifiable from the records of grantees and subgramce or cost -type contractors. These records must show how the value placed on third party in-kind contributions was derived. To the extent feasible, volunteer services will be supported by the same metlwds that the organization uses to support the allocability of regular personnel costs. (7) Special sr^nr^ni• for third parry in-kind contributions. (i) Third party in-kind contributions count towards satisfying a cost sharing or matching requirement only where, if the party receiving the contributions were to pay for them, the payments would be allowablecosts. (ii) Some third party in-kind contributions are goods and services that, if the grantee, subgrantee, or contractor receiving the contribution had to pay for them, the payments would have been an indirect costs. Costs sharing or marching credit for such contributions shall be given only if -the grantee, subgrantee, or contractor has established, along with its regular indirect cost rate, a special rate for allocating to individual Projects or programs the value of the contributions. (iii) A third party in-kind contribution to a fixed-price contract may count towards satisfying a cost sharing or. matching requirement only if it results in: (A) An increase in the services or property provided under the contract (without additional cost to the grantee or subgrantee) or (B) A cost savings to the grantee or subgrantee. (iv) The values placed on third party in-kind contributions for cost sharing or matchingpurposeswill conform to the rales in the succeeding sections of this part. If a third party in-kind contribution is a type not treated in those sections, the value placed upon it shall be fair and reasonable. (c) Valaarion of donated serriees-(I) Volunteer serriem Unpaid services provided to a grantee or, subgrantee by individuals will be valued at rates consistent with those ordinarily paid for similar work in the grantee's or subgrantee's organization. If the grantee or subgrantee does not have employees performing. . similar work, the rates will be consistent with those ordinarily paid by other employers for similar work in the same labor market. In either case, a reasonable amount fee fringe benefits may be included in the valuation . (2) Employees of other organirahons. When an employer other than a grantee, subgrantee, or cost -type contractor furnishes bee of chasge.the services of an employee in the employee's normal line of work the services will be valued at the employee's regular rate of Pay exclusive of the employee's fripge benefits and overhead costs. If the services are in a different tine of work, paragraph (cel) of this section applies. (d) Valuation of !bird party donated supplies and loaned equipment or space. (1) If a third party donates supplies, the contribution will be valued at the market value of the supplies at the time of donation. (2) If a third party donates the use of equipment or space in a building but retains title, the contribution will be valued at the fair rental rate of the equipment or space - (e) Valuation of third parry donated equipment, buildings, and land. If a third party donates equipment, buildings, or land, and title passes to a grantee or subgrantee, the treatment of the donated property will depend upon the purpose of the grant or subgrant, as follows: (1) Awards for capital expenditures. If the purpose of the grant OF subgrant is to assist the grantee or subgrantee in the acquisition of property, the market value of that property at the time of donation may be counted as cost sharing or matching, (2) Other awards.th . if assisting in e acquisition of property. isnot the propose of the grant or subgrant, paragraphs..(ex2) m and (ii) of this section apply: (i) If approval is obtained from the awarding agency, the market value at the time of donation of the donated equipment or buildings and the fair rental rata or the donated land may be counted as cost sharing or matching. In the case of a subgrant, the terms of the grant. agreement may rcquim that the approval be obtained from the Foderal.agency as well as the grantee. In all cans, the approval may be given only if a purchase of the equipment or rental of the land would be approved as an allowable direct cost. If any part of the donated property was acquired with Federal funds, only the non-federal share of the property may be,counted as cost-sharing or matching. (ii) If approval is not obtained under paragraph (eR2)(1) of this sectim no amount may be counted for donated land, and only depreciation or use allowances .may be counted for donated equipment and buildings. The depreciation or use allowances for this.property are not treated as third.partyio-kind contributions. Instead, they are treated as costs incurred by the grantee or subgrantee. They are computed and allocated (usually as indirect costs) in accordance with the cost principles .specified in §31.22, in rhe same way as depreciation or use allowances for purchased equipment and buildings. The amount of depreciation or use allowances for donated equipment and buildings is based on the props tis market value at the time it was donated. (f) Valuation of grantee or subgrantee donated real property for eoasAvctionl"qufsition. If a grantee or subgrantee donates real property for a construction or facilities acquisition project, the current market vale of that property may be counted as costsharing or matching. If any part of the donated property was acquired. with Federal funds, only the non-federal share of the. property may be counted as cost sharing or matching. : (g)Appraisal of real property. In some cases under paragraphs (d), (e) and (I) of this section, it will be necessary to establish the market value of land or a building or the fair rental rate of land or of space in a building. In these cases, the Federal agency may require the market value or fair rental vale be set by an 41 independent appraiser, and that the value or rate be certified by the grantee. This requirement will also be imposed by the grantee on subgrantees. § 31.25 Program income. (a) General. Grantees are encouraged to earn income to defray program costs. Program income includes income from fees for services performed, from the use or rental of real or personal property acquiredwith grant funds, from the sale of commodities or items fabricated under a grant agreement, and from payments of principal and interest on loans made with grant funds. Except as otherwise provided in regulations of the Federal agency, program income does not mchide interest on grant funds, rebates, credits, discounts, refunds, etc. and interest earned on any of them (b) Definition of program income. Program income means gross income received by the grantee or subgrantee directly generated by a grant supported activity, or earned only as aresuh of the grant agreement during the grant period. 'During the giantperiod". the me tibetween the effective date of the award and the ending date of the award reflected in de final financial report. (c) Cost ofgenera ing program. income. If authorized by Federal regulations or the grant agreement, costs incident to the generation of program income may be deducted from gross income to determine program income. (d) Governmental revenues. Taxes, special assessments, levies, fines. and other such revenues raised by a grantee or subgrantee are.not Program income unless the reveaues are specifically identified in the grant agreement or Federal agency regulations as program income. . (e) Royalties. Income from royalties and license fees for copyrighted material, patents, and inventions developed by a grantee or subgrantee is program income only if the revenues are specifically identified in the, grant agreement or Federal agency regulations. a• program income. (See § 3134..) . (f) property. Proceeds from the sale of real property or equipment will be handled in accordance with the- requirements herequirements of % 3131 and 3132. (g) Use of program income. Program income shall be deducted from outlays which may be both Federal and non -Federal as described below, unless the Federal agency regulations or the giant agreement specify another alternative (or a combination of the alternatives). In specifying alternatives, the Federal agency may distinguish between income earners by the grantee and. income earned. by subiramees and between the sources, kinds, or amounts of income. When Federal agencies authorize the alternatives in paragraphs (g) (2) and (3) of this section, program income in excess of any limits stipulated shall also be deducted from outlays. (1) Deduction. Ordinarily program income shall be deducted from total allowable costs to determine the net LJ L r [I r [l 1 1 Il 1 1 1 1 11 [1 1 1 1 1 1 1 1 1 1 allowable costs. Program income shall be used for current costs unless the Federal agency authorizes otherwise. Program income which the grantee did not anticipate at the time of the award shall be used to reduce the Federal agency and grantee contributions rather than to increase the funds commined to the project (2) Addition. When authorized, program income may be added to the funds committed to the grant agreement by the Federal agency and the grantee. The program income shall be used for the purposes and under the conditions of the grant agreement. (3) Cost sharing or matching. When authorized, program income may be used to meet the cost sharing or matching requirement of the grant agreement The amount of the Federal grant award remains the same. (h) Income after the award period There are no Federal requirements governing the disposition of program income gamed after the end of the award period (i.e., until the ending date of the final financial report; -see paragraph (a) of this section), unless the terms of the agreement or the Federal agency regulations provide otherwise. § 31.26 Non -Federal audit (a) Basic rale. Grantees and'subgrantees are responsible for obtaining audits in accordance with the Single Audit Act of 1984(31 U.S.C. 7501-7) and Federal agency implementing regulations. The audits shall be made by an independent auditor in accordance with generally accepted government auditing standards covering.financial and compliance audits. (b) Subgrantees. State or local governments, as those terms me defined for purposes of the Single Audit Act, that receive Federal financial assistance and provide . $25,000 or more of it in a fiscal year to a subgrantee shall: (1) Determine whether State or local subgrantees have met the audit requirements of the Act and whether subgrantees covered by OMB Circular A- 110, 'Uniform Requirements for Grants and Other Agreements with Institutions of Higher Education, Hospitals and Other Nonprofit Organizations' have met the audit requirement: Commercial contractors (private for profit and private and governmental organizations) providing goods and services to State and local governments are not required to have a single audit performed. State and local governments should use their own procedures to ensure that the contractor has complied_ with laws and regulations affecting the expenditure of Federal funds; (2) Determine whether the subgrantee spent Federal assistance funds provided in accordance with applicable laws and regulations. This may be accomplished by reviewing an audit of the subgrantee made in accordance with the Act, Circular A-110, or through other means (e.g., program reviews) if the subgrantee has not had such an audit; (3) Ensure that appropriate corrective action is taken 42 within six months after receipt of the audit report in instance of noncompliance with Federal laws and regulations; (4) Consider whether subgrantee audits necessitate adjustment of the grantee's own records; and (5) Require each subgrantee to permit independent auditors to have access to the records and financial statements. (c)Auditor selection. In arranging for audit services, § 31.36 shall be followed. Changes, Property, and Subawards § 3130 Changes. (a) GeneraL Grantees and subgrantees are permitted to rebudget within the approved direct cost budget to meet unanticipated requirements and may makelimited Program changes to the approved project However, unless waived by the awarding agency, certain types of post -award changes in budgets and projects shall require the prior written approval of the awarding agency. (b) Relation to cost principles. The applicable cost principles (see § 31.22) contain requirements for prior approval of certain types of costs. Except where waived, those requirements apply to all grants and subgrants even if paragraphs (c) through (f) of this section do not. (c) Budget changes. (1) Nonconsbuction projects. Except as stated in other regulations or an award document, grantees or subgrantees shall obtain the prior approval of the awarding agency whenever any of the following changes is anticipated under a noncomtruction award: (i) Any revision which would result in the need for additional funding. (ii) Unless waived by the awarding agency, cumulative transfers among direct cost categories, or, if applicable, among separately budgeted Programs, Projects, functions, or activities which exceed or are expected to exceed ten percent of the current total approved budget, whenever the awarding agency's share exceeds S 1 00,000. (iii) Transfer of funds allotted for training allowances (i.e., from direct payments to trainees to other expense categories). (2) Consbrction projects. Grantees and mbgrantees shall obtain prior written approval for my budget revision which would result in the decd for additional funds. (3) Combined construction and nonconsbuction profecLs. When a grant or subgranf jtrovides funding for both construction and nonconstruction activities, -the grantee or subgrantee must obtain prior written approval from the awarding agency before making any fund or budget transfer from n onconstruction to construction or vice versa. (d) Programmatic changes. Grantees or subgrantees must obtain the prior approval of the awarding agency whenever any of the following actions is anticipated: (1) Any revision of the scope or objectives of the project (regardless of whether there is an associated budget envision requiring prior approval). (2) Need to extend the period of availability of funds. (3) Changes in key persons in taus where specified in an application or a grant award. in research projects, a change in the project director or principal investigator shall always require approval unless waived by the awarding agency. (4) Under nonconstruction projects, contracting out, subgranting (if authorised by law) or otherwise obtaining the services of a third party to perform activities which are central to the purposes of the award. This approval requirement is in addition to the approval requirements of § 31.36 but does not apply to the procurement of equipment, supplies, and general support services. (e)Additional prior approval regmirementr. The awarding agency may hot require prior approval for any budget revision which is not described in paragraph (c) of this section. (f) Requesting prior approval (1) A request for prior approval of any budget revision will be in the same budget formal the grantee used in is application and shall be, accompanied by a narrative justification for the proposed revision. (2) A'request for a prior approval under the applicable Federal cost principles (see § 31.22) may be made by letter. (3) A request by a subgrantee for prior approval will be addressed in writing to the grantee. The grantee will promptly review such request and shall approve or disapprove the request in writing. A grantee will not approve any budget or project revision which is inconsistent with the purpose or teras and Conditions of the Federal grant to the grantee. H the revision; requested by the subgrantee would result in a change to the grantees approved project which requires Federal prior approval, the grantee will obtain the Federal agency's approval before approving the subgrantee's request § 3131 Real property. (a) T irle. Subject to the obligations and conditions set forth in this section,tide to real property acquired under a grant or subgrant will vest upon acquisition in the grantee or subgrantee respectively. (b) Use. Except as otherwise provided by Federal statutes, real property will be used for the originally authorized purposes as long as needed for thatpurposes, and die grantee or subgrantee shall not dispose of or encumber its tide or other interests. (c) Disposition. When real property is no longer needed for the originally authorized purpose, the grantee or subgrantee will request disposition instructions from the awarding agency. The instructions will provide for 43 one of the following alternatives: (1)Rrtenfion of tide. Retain title after compensating the awarding agency. The amount paid to the awarding agency will be computed by applying the awarding agency's percentage of participation in the cost of the original purchase to the fair market value of the property. However, in those situations where a grantee or subgrantee is disposing of real property acquired with grant funds and acquiring replacement real property under the same program, the net proceeds from the disposition may be used as an offset to the cost of the replacement property. (2) Sao of property. Sell the property and compensate the awarding agency. The amount due to the awarding agency will be calculated by applying the awarding agency's percentage of participation in the cost of the original purchase to the proceeds of the saleafter deduction of any actual and reasonable selling and fixing -up expenses. If the grant is still active, die net proceeds from sale may be offset against the. original cost of the property. When:a grantee or subgrantee is directed to sell property, sales procedures shall be followed that provide for competition to the extent practicable and result in the highest possible return. (3) Transfer of title. Transfer title to the awarding agency or to a third -party designatcNapproved by the awarding agency. The grantee or subgrantee shall be paid.an amount calculated by applying the grantee or subgrantees percentage of participation in the purchase of the real property to the current fair market value of the property. § 31.32 Equipment. (a) Tide. Subject to the obligations and conditions set forth in this section, title to equipment acquired under a grant or subgrant will vest upon acquisition in the grantee or subgrantee respectively. - (b) Stater. A State will use, manage, and dispose of equipment acquired under a grant by the State in . accordance with State laws and procedures. Other grantees and subgrantecs will follow paragraphs (c) through (e) of this section.. (c) Use. (1) Equipment shall be used by the graittee or subgrantee in the program or project for which it was acquired as long as needed, whether or not the project or program continues to be supported by Federal funds. When no longer needed for the original program or: project, the equiprnent may be usedin other activities. currently or previously. supported by a Yederal agency. (2) The grantee or subgrantee shall also make equipment available for use on other projects or. programs currently or previously supportedby the Federal Government, providing such use will not interfere with the work on:tbe projects or Program for which it was originally acquired. Fust preference for other use shall be given to other programs or projocts supported by the awarding agency. User fees should be considered if appropriate. CJ 17 I1 (3) Notwithstanding the cncouragement in § 3125(a) to earn program income, the grantee or subgrantee must not use equipment acquired with grant funds to provide services for a fee to compete unfairly with private companies that provide equivalent services, unless specifically permitted or contemplated by Federal statute. (4) When acquiring replacement equipment, the grantee or subgrantee may use the equipment to be replaced as a trade-in or sell the property and use the proceeds to offset the cost of the replacement property, subject to the approval of the awarding agency. (d) Management requirements. Procedures for managing equipment (including replacement equipment), whether acquired in whole or in pan with grant funds, until disposition takes place will, as a minimum, meet the following requirements: (1) Property records must be maintained that include a description of the property, a serial number or other identification number, the source of property, who holds title,. the acquisition date, and cost of the property; percentage of Federal participation in the cost of the property, the location, use and condition of the property, and any ultimate disposition data including the date of disposal and sale price of the property. (2) A physical inventory of the property must be taken and the results reconciled with the property records at least once every two years. (3) A control system must be developed to ensure adequate safeguards to prevent loss, damage, or theft of the property. Any loss, da nage, or theft shall be investigated. (4) Adequate maintenance procedures must be developed to keep the property in good condition. (5) If the grantee or subgrantee is authorized or required. to sell the property, proper sales procedures must be established to ensure the highest possible return (e) Disposition. When original or replacemeat equipment acquiredtradera grant or subgrant is no longer needed for the original project or program or for other activities currently or previously supported by a Federal agency, disposition of the equipment will be made as follows: (1) Items of equipment with a current per-unit fair `market vane of less than $5,000 may be retained, sold ' or otherwise disposed of with no further obligation to the awarding agency. (2) Items of equipment with a current per unit fair market vane in excess of $5,000 may be retained or sold and the awarding agency shall have a right to an amount calculated by multiplying the current market value or proceeds from sale by the awarding agency's share of the equipment. (3) In cases where a grantee or subgrantee fails to take appropriate disposition actions, the awarding agency may direct the grantee or subgrantee to take excess and disposition actions. (I) Federal equipment. In the event a grantee or M subgrantee is provided federally -owned equipment: (I)Tide will remain vested in the Federal Govemment (2) Grantees or subgrantees will manage the equipment in accordance with Federal agency rules and procedures, and submit an annual inventory listing. (3) When the equipment is no longer needed, the grantee or subgrantee will request disposition instructions from the Federal agency. (g) Right to irmtsfer fife. The Federal awarding agency may reserve the right to transfer title to the Federal Government or a third pan named by the awarding agency when such a thud party is otherwise eligible under existing statutes. Such transfers shall be subject to the following standards: (1) The property shall be identified in the -9- rantor otherwise made known to the grantee in writing. (2) The Federal awarding agency shall issue disposition instruction within 120 calendar days after the end of the Federal support of the project for which it was acquired. If the Federal awarding agency fails to issue disposition instructions within the 120 calendar -day period the grantee shall follow 31.32(e). (3) When title to equipment is transferred, the grantee shall be paid an amount calculated by applying the percentage of participation in the purchase to the current fair market value of the property. § 31.33 Supplies. (a) Mir. Title to supplies acquired undera grant or subgrant will vest, upon acquisition, in the grantee or subgrantee respectively. (b) Disposition. If there is a residual inventory of unused supplies exceeding $5,000 in total aggregate fair market value upon termination or completion of the award, and if the supplies are not needed for any other federally sponsored-programts or projecm the grantee or subgrantee shall compensate the awarding agency for its share. § 3134 Copyrights. The Federal awarding agency reserves a royalty -free, nonexclusive, and irrevocable license to reproduice, publish or otherwise use, and to authorize others to use, for Federal Government purposes:' (a) The copyright in any work developed under a grant, subg ant, or contract under a grant or subgrant; and (b) Any rights of copyright to which a grantee, subgrantee or a contractor purchases ownership with giant support. . § 3135 Subawards to debaried.and suspended parties. Grantees and subgraatem must not make any award or permit any award (subgrant or contract) at any tier to any parry which is debarred or suspended or is otherwise excluded from or ineligible for participation in Federal assistance programs under Executive Order 12549, 'Debarment and Suspension.' § 3136 Procurement - (a) States. When procuring property and services under a grant, a State will follow the same policies and procedures it uses for procurements from its non -Federal funds. The Slate will ensure that every purchase order or other contract includes my clauses required by Federal statutes and executive orders and their implementing regulations. Other grantees and subgrantees will follow paragraphs (b) through (i) in this section. (b) Procurement standards (1) Grantees and subgrantee will use their own procurement procedures which reflect. applicable State and local laws and regulations, provided -that the procurements conform to applicable Federal law and the standards identified in this section. (2) Grantees and subgrantees will maintain a contract administration system which ensures that contractors perform in accordance with the terms, conditions, and specifications of their contracts or purchase orders. (3) Grantees and subgrantees will maintain a written code of standards of conduct governing the performance of their employees engaged in the award and administration of contracts. No employx, officer or agent of the grantee or subgrantee shall participate in selection, or in the award or administration ofa contract supported by Federal funds if a conflict of interest, real or apparent, would be involved. Such a conflict would arise when: (i) The employee, officer or agent, (ii) Any member of his immediate family, (iii) His, or her partner, or (iv) An organization which employs, or is about to employ, any of the above, has a financial or other interest in the firm selected for award. The grantee's or subgrantee's officers, employees or agents will either solicit nor accept gratuities, favors or anything of monetary value from contractors, potential contractors, or parties to Sub agomincr s. Grantee and subgrantees may set minimum rules where the financial interest is not substantial or the gift is an unsolicited item of nominal intrinsic value. To the extent permitted by State or local law or regulations, such standards or conduct will provide .for penalties, sanctions, or outer disciplinary actions for violations of such standards by the grantees and subgrantee's officers, employees, or agents, or by contractors or their agents. The awarding agency may in regulation provide additional prohibitions relative to real, apparent, of potential conflicts of interest. (4) Grantee and subgrantee procedures will provide for a review of proposed procurements to avoid purchase of unnecessary or duplicative items. Consideration should be given to consolidating or breaking our procurements 45 to obtain a more economical purchase. Where appropriate, an analysis will be made of lease versus purchase alternatives, and any other appropriate analysis to determine the most economical approach. (5) To foster greater economy and efficiency, grantees and subgrantees are encouraged to enter into State and local intergovernmental agreements for procurement or use Of common goods and services. (6) Grantees and subgrantees are encouraged to use Federal excess and surplus property in lieu of purchasing new equipment and property whenever such use is feasible and reduces project costs. (7) Grantees and subgrantees are encouraged to use value engineering clauses incontractsfor construction projects of sufficient size to offer reasonable opportunities for cost reductions: Value eng.meeting is a systematic and creative analysis of each contract item or task to ensure that its essential function is provided at the overall lower cost. (8) Grantees and subgrantee will make awards only to responsible contractors possessing the ability to perform successfully under the terms and conditions of a proposed procurement. Consideration will be given to such matters as contractor integrity; compliance with. public policy, record of past performance, and financial and technical resources. (9) Grantees and subgrantees will maintain records sufficient to detail the significant history of a . procurement. These records will include, but are not nemssaray limited.to the following: rationale for the method of procurement, selection of contract type, contractor selection or rejection, and the basis for the contract price. . (10) Grantees and subgrantees will use time and material type contracts only - (i) After a determination that no other contract is . suitable, and (ii) If the contract includes a ailing price that the contractor exceeds at its own risk. (11) Grantees and subgraotees alone will be _ responsible. in accordance with good administrative practice and sound business judgment, for ilia settlement of all contractualand administrative -issues arising out of procurements. These issues include, but are not limited to source evaluation, protests, disputes, and claims. These standards do not relieve the grantee or subgrantee of any contractual responsibilities under its contracts: Federal agencies will not substitute their judgment for that of the grantee or.subgrantee unless the matter is primarily a Federal concern. Violations of law will be. referred to the local, State, or Federal authority having proper jurisdiction. (12) Grantees and subgrantees will have protest procedures to handle and resolve disputes relating to them procurements and shall in all instances disclose information regarding the protest to the awarding agency. A protestor must exhaust all administrative remedies with the grantee and subgrantee before pursuing a protest with the Federal agency. Reviews of fl 1 _J I'] I I 1 1 I I I 1 I 1 1 I L� L 1 protests by the Federal agency will be limited to: (i) Violations of Federal law or regulations and the standards of this section (violations of Stale or local law will be under the jurisdiction of State or local authorities) and (ii) Violations of the grantee's or subgrantee's protest procedures for failure to review a complaint or protea Protests received by theFederalagency other than those specified above will be referred to the grantee or subgrantee. (c) Compe6dom (1) All procurement transactions will be conducted in a manner providing full and open competition consistent with the standards of § 3136. Some of the situations considered to be restrictive of competition include but are not limited to: (i) Placing unreasonable requirements on firms in order for them to qualify to do business, (ir) Requiring unnecessary experienmand excessive bonding, (tai) Noncompetitive pricing practices between Tums or between affiliated companies, (iv) Noncompetitive awards oto consultants that are on retainer contracts, (v) Organizational conflicts of interest, (vi) Specifying only a'brand name" product instead of allowing'an equal' product to be offered and describing the performance of other relevant requirements of the procurement, and I I- (vii) Any arbitrary action iri the procurement process. (2) Grantees and subgrantees will conduct procurements in a manner that prohibits the use of statutorily or administratively imposed in -State or local geographical preference in the evaluation of bids or proposals, except in those case where applicable Federal statues expressly mandate or encourage geographic preference. Nothing in this section preempts State licensing laws. When contracting for architectural and engineering (A/E) services, geographic location may be a selection criteria provided its application leaves an appropriate number of qualified firms, given the nature and size of the project, to compete for the contract (3) Grantee will have written selection procedure for procurement transactions. These procedures will ensure that all solicitations: (i) incorporate a clear and accurate description of the technical requirements for the material, product, or service to be procured. Such description shall not, in competitive procurements, contain features which unduly restrict competition. The description may include astatement of the qualitative nature of the material, product or service to be procured, and when necessary, shall set forth those minimum essential characteristics and standards to which it must conform if it is to satisfy its intended use. Detailed product specifications should be avoided if at all possible. When it is impractical or uneconomical to make a clear and accurate description of the technical requirements, a "brand name or equal" description may be used as a H*1 means to define the performance or other salient requirements of a procurement- The specific features of the named brand which must be met by offerors shall be clearly stated; and (ii) Identify all requirements which the offerors must fulfill and all other factors to be used in evaluating bids or proposals. (4) Grantees and subgrantees will ensure that all Prequalified lists of persons, firms, or products which are used in acquiring goods and services are current and include enough qualified sources to ensure maximum open and free competition. Also, grantees and subgrantee will not preclude potential bidders from qualifying during the solicitation period. NOTE: THE EPA -ASSISTED WATER AND WASTEWATER MMASTRUCTURFS PROJECTS AUTHORTLED UNDER THE P. L 107-73 AND AS AMENDED 4ARE: NOT SUBJECT TO TIIE FOLLOWING SECTION (5) gBoy AmerieanO REQUIREMENTS. (5) Construction grants awarded under Title I of the Clean Water Act are subject to the following'Buy American' requimmens in paragraphs (ex5)(I)_(iit) of this section. Section 215 of the Clean Water Act requires that contractors give preference to the use of domestic material in the constriction of EPA-fimded treatment works. (t) Contractors must use domestic construction materials in preference to nondomestic material if it is priced no more than 6perccnt higher than the bider offered price of the nondomestic material, including all toss of delivery to the construction site and any applicable duty, whether or not assessed. The grantee will normally base the computations on prices and costs in effect on the date of opening bids or proposals. (ii) The award official may waive the Buy American provision based on factors the award official considers relevant, including: (A) Such use is not in the public interest; (B) The cost is unreasonable; (C) The Agency's available resources are not sufficient to implement the provision, subject to the Deputy Administrators concurrence; (D) The article, materials or supplies of the class or kind to be used or the articles, materials or supplies from which they are manufactured are not mired, produced or manufactured in the United State in sufficient and reasonably available commercial quantities or satisfactory quality for the particular project; or (E) Application of this provision is contrary to multilateral government procurement agreements, subject to the Deputy Administrators concurrence. (iii) All bidding documents, subagreemens, and, if appropriate, requests for proposals must contain the following 'Buy American provision: In accordance with section 215 of the Clean Water Act (33 U.S.C. 1251 ct seq.) and implementing EPA regulations, the contractor agrees that preference will be given to domestic construction materials by the contractor, subcontractors, materialmen and suppliers in the performance of this subagreement. (d) Methods of pracwement to be jallowed (1) Procurement by smoU pwrhase procedwez Small purchase procedures are those relatively simple and informal procurement methods for securing services, supplies, or other property Thal do no( cost more,lham the simplified acquisition threshold fixed at 41 U.S.C. 403(11) (currently set at $100,000). If small purchase procedures are used. price m rate quotations shall be obtained Erma an adequate number of qualified sources. (2) Procurement by sealed bids (formal advertising). Bids are publicly solicited and a firmfixed-price contrail (hmip sum or unit price) is awarded.to the responsible bidder whose bid, conforming with all the material terms and conditions of the invitation. for bids, is. the lowest in price: The sealed bid m ethod is the preferred method for procuring construction, i(the conditions in 31.36(dx2)(1).apply. (i) In order for scaled bidding to be feasible, the following conditions should be present: (A) A -complete, adequate, and realistic specification or purchase description is available; .(B) Two or more responsible bidders are willing and able to compete effectively and for the business; and (C) The procurement lends_ itself to a firm fixed price contract and the selection of the successful bidder can be made principally on thebasis of price. (ii) if sealed bids are used, (he following requirements apply:. (A) The invitation for bids will be publicly advertised and bids shall be solicited from an adequate number of known suppliers, providing them sufficient time prior to the date set far opening the bids; (B) The invimtion.for bids, which will include any specifications and pertinent attachments, shall define the items or services in order.for the bidder to properly respond; (C) All bids will be publicly opened a1 the time and place prescribed in the invitation for bids; (D) A firm fixed-price contract award will be trade in writing to the lowest responsive and responsible bidder. Where specified in bidding documents, factors such as discounts, transportation cost, and life- cycle ifecycle costs shall be considered in determining which bid is lowest. Payment discounts will only be used to detrmtirx the tow bid when prior experience indicates that such discounts are usually taken advantage of; and (E) Any ur all bids Wray. be rejected if there is a sound documented reason. (3) Procurement by competitive propowls. The technique of competitive proposals is normally conducted with more than one source submitting an offer, and either a fixed-price or cost -+reimbursement type contract is awarded. It is generally used when conditions are not appropriate for the use of sealed bids. if this method is used, the following requirements apply: 47 (i) Requests for proposals will be publicized and identify all evaluation factors and thea relative importance. Any response to publicized requests for proposals shall be honored to the maximum extent practical; (ii) Proposals will be solicited from an adequate number of qualified sources; (iii) Grantees and subgrantees will have a method for conducting technical evaluations of the proposals received and for selecting awardees; (iv) Awards will be made to the responsible firm whose proposal is most advantageous to the program, with price and other factors considered; and (v) Grantees and sub&rantees may use competitive proposal procedures for quariffrcabont-based procurement of architectmal/engincering (A/E) professional services whereby competitors' qualifications are evaluated and the most gna6E'ied competitor is selected, subject to negotiation of fair and reasonable compensation. The method, where price is not used as a selection factor, can only be used -in. procurement of ME professional services. It cannot be used to purchase other types of services.though A/E Tums are a potential source to perform the proposed effort- (4) ffort(4) Proenement by noncompetitive proposal; is procurement through solicitation of a. proposal from only one source, or aft" solicitation of a number of sources, competition is determined inadequate. (i) Procurement by noncompetitive proposal; may be used only when the award of a contract is infeasible under small purchase procedures, sealed bids or. competitive proposals and one of the following circumstances applies: . (A) The item is available only from a single source; (B) The public exigency or emergency for the. requirement will not permit a delay resulting from competitive solicitation; (C) The awarding agency, authorizes noncompetitive Proposals, or (D) After solicitation of a number of sources,. competition is determined inadequate. (ii) Cost analysis, i.e., verifying the proposed Bort . data, the projections of the data, and the evaluation of, the specific elements of costs and profits, is required. (iii) Grantees and subgra ttees may be required to submit the proposed procurement to the awarding agency for pre -award review in accordance with paragraph (p) of this section. (e) Contracting with small and minority firms, women's business enterprise and labor surplus area firer.. (1) The grantee and subgrantee will take all necessary affirmative steps to assure shat vunon fens, women's business enterprises, and labor surplus area funis are used when possible. (2) Affirmative steps shall include: (i) Placing qualified small and minority businesses and women's business enterprises on solicitation lists; (ii) Assuring that small and minority businesses, and I 1 1 1 1 1 I- I 1 1 1 1 1 1 1 J J I 11 I I I R 1 I I7 women's business enterprises are solicited whenever they are potential sources; (iii) Dividing total requirements; when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority business, and women's business enterprises; (iv) Fstablishing delivery schedules, where the requirement perr its, which encourage participation by small and minority business, and women's business enterprises; (v) Using the services and assistance of the Small Business Administration, and the Minority Business Development Agency of the Department of Commerce; and (vi) Requiring the prime contractor, if subcontracts are to be Ic4 to take the affirmative steps listed in paragraphs (e)(2) (1) through (v) of this section. (f) Contract cost 'and price. (1) Grantees and subgeantecs must perform a cost or price analysis in connection with every procurement action including contract modificatiore. The method and degree of analysis is dependent on the facts surrounding the particular procurement situation, but as a starting point, grantees must make independent estimates before receiving bids or proposals. A cost analysis must be performed when the offeror is required to submit the. elements of his estimated cost, e.g., under professional, consulting, and architectural engineering services contracts. A cost analysis will be necessary when adequate price competition is lacking, and for sole source procurements, including contract modifications or change orders, unless price reasonableness can be established on the basis of a catalog or market price of a commercial product sold in substantial quantities to the general public or based on prices set by law or regulation. A price analysis will be used in all other instances to determine the reasonableness of the proposed contract price. (2) Grantees and subgrantees will negotiate profit as a separate element of the price for each contract in which there is no price competition and in all cases where cost analysis is performed. To establish a fair and reasonable profit. consideration will be given to the complexity of the work to be performed, the risk home by the contractor, the contractors investment, the amount of subcontracting, the quality of its record of past performance, and industry profit rates in the surrounding geographical area for similar work. (3) Costs or prices baud on estimated costs for contracts under grants will be allowable only to the extent that costs incurred or cost estimates included in negotiated prices are consistent with Federal cost principles (see § 31.22). Grantees may reference their own cost principles that comply with the applicable Federal cost principles. (4) The cost plus a percentage of cost and percentage Of construction cost methods of contracting shall not be used. (g) Awarding agency review. (1) Grantees and M subgrantecs must make available, upon request of the awarding agency, technical specifications on proposed procurements where the awarding agency believes such review is needed to ensure that the item and/or service specified is the one being proposed for purchase. This review generally will take place prior to the time the specification is incorporated into a solicitation document. However, if the grantee or subgrantee desires to have the review accomplished after a solicitation has been developed, the awarding agency may still review the specifications, with such review usually limited to the technical aspects of the proposed purchase. (2) Grantees and subgrantees must on request make available for awarding agency pre -award review procurement documents, sue- as requests for proposals or invitations for bids, independent cost estimates, etc. when: (i) A grantee's or subgrantees procurement procedures or operation fails to comply with the procurement standards in this section; or (ii) The procurement is expected to exceed the. simplified acquisition threshold and is to be awarded without competitiou or only one bid or offer is received in response to a solicitation; or (iii) The procurement, which is expected to exceed the simplified acquisition threshold, specifies a'brand name' product; or (iv) The proposed award is more than the simplified acquisition threshold and is to be awarded to other than the apparent low bidder under a sealed bid procurement; or (v) A proposed contract modification changes the scope of a contract or increases the contract amount by more than the simplified acquisition threshold. (3) A grantee or subgrantee will be exempt from the preaward review in paragraph (gx2) of this section if the awarding agency determines that its procurement systems comply with the standards of this section. (i) A grantee or subgrantee may request that its procurement system be reviewed by the awarding agency to determine whether its system meets these standards in order for its system to be certified. Generally, these reviews shall occur where there is continuous high -dollar funding, and third-parly.cantracts are awarded on a regular basis. (ii) A grantee or subgrantee may self=cutify its Procurement system Such self -certification shall not limit the awarding agency's right to survey the system. Under a self -certification procedure, awarding agencies may wish to rely on written assurances from the grantee or subgrantee that it is complying with these standards. A grantee or subgrantee will cite spscific procedures, regulations, standards, etc.; as being in compliance with these requirements and have its system available for review. (h) Bonding requirement. For construction or facility improvement contracts or subcontracts exceeding the simplified acquisition threshold, the awarding agency. may accept the bonding policy and requirements of the grantee or subgrantee provided the awarding agency has made a determination that the awarding agency's interest is adequately protected If such a determination has not been made, the minimum requirements shall be as follows: (1) A bid guarantee from each bidder equivalent -to five percent of the bid price. The 'bid guarantee" shall consist of a firm commitment such as a bid bond, certified check, or other negotiable instrrment . accompanying a bid as assurance Ihat the bidder will, upon acceptance of his bid, execute such contractual documents as may be required within the time specified. -. (2) A performance bond on the part of the contractor for 100 percent of the contract price. A performance hood" is one executed in connection with a contract to secure fulfillment of all the coutractoes obligations under such contract - (3) A payment bond on the part of the contractor for 100 percent of the contract price. A.'payment bond' is one executed in connection with a contract to =ure payment as required by law of dl persons supplying labor and material in the execution of the work provided for in the contract - (i) Contract provisions. A grantee's and subgrantee's contracts most contain provisions in paragraph (1) of .this section. Federal agencies are permitted to require changes, remedies, changed conditions, access and records retention, suspension of work, and other clauses _approved by11u Office of Federal Procurement Policy. (1) Administrative, contractual, or legal remedies in instances where contractors violate or breach contract terms, and provide for such sanctions and penalties as may be appropriate. (Contracts more than the simplified acquisition threshold) . (2) Termination for cause and for convenience by the grantee or subgrantee including the manner by which it will be effected and the basis for settlement (All contracts in excess of $10,000) (3) Compliance with Executive Order 11246 of September 24, 1965, entitledFqual Employment Opportunity," as amended by Executive Order 11375 of October 13, 1967, and as supplemented in Department of Labor regulations (41 CFR chapter 60). (All construction coutracts awarded in excess.of $10,000 by grantees and their contractors or subgrantees) (4) Compliance with the Copeland •Anti -Kickback" Act (I8 U.S.C. 874)as supplemented in Department of Labor regulations (29 CFR Pan 3). (All contracts and subgrants for construction or iepair) . NOTE: THE EPA-ASSLST,ED WATER AND WASTEWATER INFRASTRUCTURES PROJECTS AUTHORIZED UNDER THE P. L. 107-73 AND AS AMENDED ARE NOT SUBJECT TO, THE FOLLOWING SECTION (5) MME DAVIS-BACON ACTU REQUIREMENTS (5) Compliance with the Davis -Bacon Act (40 U.S.C. 276a to 276a-7) as supplemented by Department of 112 Labor regulations (29 CFR Pan 5). (Construction contracts in excess of $2000 awarded by grantees and subgrantees when required by Federal grant program legislation) (6) Compliance with Sections 103 and 107 of the Contract Work Hours and Safety Standards Aa (40 U.S.C. 327-330) as supplemented by.Departrnent of Labor regulations (29 CFR Pan 5). (Construction contracts awarded by grantees and subgrantees in excess of $2000, and in excess of $2500 for other contracts which involve the employment of mechanics or laborers) (7) Notice of awarding agency requirements and regulations pertaining to reporting. (8) Notice of awarding agency requirements and regulations pertaining to patent rights with respect to any discovery or invention which arises or is developed in the course of or under such contract (9) Awarding agency requirements and regulations pertaining to copyrights and rights in data (10) Access by the grantee; the subgrantee, the Federal grantor agency, the Comptroller General of the United States, or any of their duly authorized representatives to any books, documents, papas, and records of the . contractor which are directly pertinent to that specific contract for the purpose of making audit, examination, excerpts, and transcriptions. (11) Retention of all required records for cox years after grantees or subgrantees make final payments and all other pending matters are closed.. (12) Compliance with all applicably standards, orders, or requirements issued under section 306 of the Clean Air Act (42 U.S.C. 1857(h)), section 508 of the.Clean Water Act (33 U.S.C. 1368), Executive Order 11738, and Environmental Protection Agency regulations (40 CFR pan 15). (Contracts, subcontracts, and subgrantsof amounts in excess of $1001000) (13) Mandatory standards and policies relating to. energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (Pub. L. 94-163, 89 Stat- 871). 0) Payment to conultantt. (1) EPA will limit its participation in the salary rate (excluding overtread) pad to individual consultants retained by grantees or by a . grantees contractors or subcontractors to. the maximum daily rate for a GS -18. (Grantees may, however, pay consultants more than this amount). This. limitation applies to consultation services of designated.individuals with specialized skills who are paid it a daily or hourly rate. This rate does not include transportation and subsistence costs for travel performed; grantees will pay these in accordance with their normal travel reimbursement practices. (Pub. L. 99-591). (2) Subagreements with firms for services which aro awarded using the procurement requirements in this pan are not affected by this limitation. (k) Use of the same architect or engineer during conduction. (1) If the grmice is satisfied with the 1 11 i I I I I I I L F [1 I I I I I [1 I I I 1 Ij J I qualifications and performance of the architect or engineer who provided any or all of the facilities planning or design services for a waste -water treatment works project and wishes to retain that firm or individual during construction of the project, it may do so without further public notice and evaluation of qualifications, provided: (i) The grantee received a facilities planning (Step 1) or design grant (Step 2), and selected the architect or engin cer in accordance with EPA's procurement regulations in effect when EPA awarded the grant; or (ii)'Tbe award official approves noncompetitive procurement under § 31.36(d)(4) for reasons other than simply using the same individual or fmmlhat provided facilities planning or design services for the project; or (iii) The grantee attests that: (A) The initial request for proposals clearly slated the possibility that the firm or individual selected could be awarded a subagreement for services during construction; and -(B) The firm or individual was selected for facilities planning or design services in accordance with procedures specified in this section. (C) No employee, officer or agent of the grantee, any member of their immediate families, or thew partners have financial or other interest in the firm selected for award; and (D) Now of the grantee's officers, employees or -agents solicitedoraccepted gratuities, favors or anything of monetary value from contractors or other parties to subagreements: (2) However; if the grantee uses the procedures in . paragraph (kxl) of this section to retain an architect or engineer, any Step 3 subagreements between the architect or engineer and the grantee most meet all of the other procurement provisions in § 3136. 153 FR 8068 and 8087, Mu. 11, 1988, and mended a 53 FR 8075, Mar. 11, 1988) §.31.37 Subgrants. (a) Sores. States shall follow state law and procedures when awarding and administering subgrants (whether on a cost reimbursement or fixed amount basis) of financial assistance to local and Indian tribal . governments. States shall: (1) Ensure that every subgrant includes any clauses required by Federal statute and executive orders and their implementing regulations; . (2) Ensure that subgrantees are aware of requirements imposed upon them by Federal statute and regulation; (3) Ensure that a provision for. compliance :with § 31.42 is placed in every cost reimbursement subgrant; and - . (4) Conform any advances of grant funds to subgrantees substantially to the same standards of timing and amount that apply to cash advances by Federal agencies. So (b) AM other grantees. All other grantees shall follow the provisions of this part which arc applicable to awarding agencies when awarding and administering subgrants (whether on a cost reimbursement or fixed amount basis) of financial assistance to local and Indian tribal governments. Granims shall: (1) Ensure that every subgrant includes a provision for compliance with this par; (2) Ensure that every subgrant includes any clauses required by Federal statute and executive orders and their implementing regulations; and (3) Ensure that subgram= are aware of requirements imposed upon them by Federal statutes and regulations. (c) Erceprionr. By their own terms, certain provisions of this part do not apply to tlic award and administration of subgrants: (1) Section 31.10; (2) Section 31.11; (3) The letter -of -credit procedures specified in Treasury Regulations at 31 CFR part 205, cited in §. 31.21; and - (4) Section 3150. Reports, Records, Retention, and Enforcement § 31.40 Monitoring and reporting program performance. (a) Monitoring by grantees. Grantees are responsible for managing the day -today operations of grant and subgrant supported activities. Grantees most mooitar grant and subgrant supported activities to assure compliance with applicable Federal requirements and that performance goals are being achieved. Grantee monitoring most cover each program, function or. activity. (b) Noncom&mtion performance reports. The Federal agency may, if it decides that. performance information available from subsequent applications contains sufficient information to meet its programmatic needs, require the grantee to submit a performance report only upon expiration or termination of grant support Unless waived by the Federal agency this; report will be due on the same date as the foal Financia( Status Report (1) Grantees shall submit annual performance reports unless the awarding agency requiresquarterly or semi-annual reports. However,perfornnance reports will not be required more frequently than quarterly. Annual. reports shall be due 90 days after the grant year, quarterly or semi-annual reports shall be due 30 days after the reporting period Phe finallmformaice report will be due 90 days after the expiration or termination of grant support If a jtutified request is submitted by a grantee, the Federal agency may extend the due date for any performance report Additionally, requirements for unnecessary performance reports may be waived by the Federal agency. (2) Performance reports will contain, for each grant, brief information on the following: (i) A comparison of actual accomplishments to the objectives established for the period. Where the output of the project can be quantified, a computation of the cost per unit of output may be required if that information will be useful., (ii) The reasons for slippage if established objectives were Dot met (iii) Additional pertinent information including, when appropriate, analysis and explanation of cost overruns or high unit costs. (3) Grantees will not be required to submit more than the original and two copies of performance reports. (4) Grantees will adhere to the standards in this section in prescribing performance reporting requirements for subgrantees. (e) Consbuction performance reports. For the most part, on-site technical inspections and certified - perccntag"f-completion data are reliedon heavily by Federal agencies to monitor progress under construction grants and subgrants. The Federal agency will require additional formal performance reports only when considered necessary; and Dever more frequently than quarterly. (d) Significant developments. Events may occur between the scheduled performance reporting dates which have significant impact upon the grant or subgrant supported activity. In such cases, the "too must inform the Federal, agency as soon as the following types of conditions become known- (1) Problems, delays, or adverse conditions which will materially impair the ability to meet the objective of the award. This disclosure must include a statement of the action taken, or contemplated, and my assistance needed to resolve the situation. (2) Favorable developments which enable meeting time schedulesandobjectives sooner or at less cost than anticipated or producing more beneficial results than originally planned. .. (e) Federal agencies may make site visits as warranted by program needs. . (J) Waivers, extensions. (1) Federal agencies may waive y p wperformance report required by this part if not needed: (2) The grantee may waive any performance report from a subgrantee when not needed. The grantee may extend the due Hate for any performance report from a subgrantee if the grantee will still be able to meet its performance repotting obligations to the Federal agency. § 31.41 Financial Reporting. (a)'GeneraL (1) Except as provided in paragraphs (a) (2) and (5) of this section, grantees will use only the forms specified in paragraphs (a) through (e) of this section, and such supplementary or other forms as may from time to time be authorized by OMB, for. 51 (i) Submitting financial reports to Federal agencies, or (ii) Requesting advances or reimbursements when letters of credit are not used. (2) Grantees need not apply the form prescribed in this section in dealing with their subgrantees. However; grantees shall not impose more burdensome requirements on subgrantees. 13) Grantees shall follow all applicable standard and supplemental Federal agency instructions approved by OMB to the extend required under the Paperwork Reduction Act of 1980 for use in connection with forms specified in paragraphs (b) through (e)of this section. Federal agencies may issue substantive supplementary instructions only with the approval of OMB. Federal agencies may shade out or4nshW the grantee to disregard any lire item that the Federal agency finds unnecessary for its recision making purposes. (4) Grantees will not be required to submit more than the original and two copies of form required under this Pam (5) Federal agencies may provide computer outputs to grantees to expedite or contribute to the accuracy of reporting. Federal agencies may accept the required information from grantees in machine usable format or computer printouts instead of prescribed.forms.. - (6) Federal agencies may waive any report required by this section if not needed. (7) Federal agencies may extend the due.date of any . financial report upon receiving ajuttified request from a - grantee. (b) Financial Status Report -(1) Form. Grantees will use Standard Form 269 or 269A, Financial ,Slants Report, to report the status of funds for all nonconstruction grants and for construction grants when required in accordance with S 31.41(cMiii). (2) Accounting basis. Each grantee will report program outlays and program income Data cash or accrual basis as prescribed by the awarding agency. If the Federal agency requires accrual information and the grantee s accounting records are not normally kept on the accrual. basis, the grantee shall not be required to convert its accounting system but shall develop such.accrual information through and analysis. of the documentation on hand. (3) Frequency. The Federal agency -may prescribe the frequency of the report for each project or program: However, the report will not be required morn frequently than quarterly. If the Federal agency does not specify the frequency of the report, it will be submitted annually. A final report will be required upon expiration or termination of grant support (4) Due date. When reports are required on'a'qualtcAY or semiannual basis, they will be. due 30 days After the reporting period. When required on an annual basis, they will be due 90 days after the grant year. Final reports will be due 90 days after the expiration or termination of grant support. (c) Federal Cath Transactions Report-(1)Form. (i) I U 4 L H LJ I I I I I� L j i I I I I J For grants paid by letter or credit, Treasury check advances or electronic transfer of funds, the grantee will submit the Standard Form 272, Federal Cash, Transactions Report, and when necessary, its continuation sheet, Standard Form 272a, unless the terms of the award exempt the grantee from this requirement (i) These reports will be used by the Federal agency to monitor cash advanced to grantees and to obtain disbursement or outlay information for each grant from grantees. The format of the report may be adapted as appropriate when reporting is to be accomplished with the assistance of automatic data processing equipment provided that the information to be submitted is not changed in substance. (2) Forecasts of Federal cash requirements. Forecasts of Federal cash requirements may be required in the 'Remarks' section of the report- (3)Cash in hands of subgrantees. When considered necessary and feasible by the Federal agency, grantees may be required to report the amount of cash advances in excess of three days needs in the bands of their . subgramees or contractors and to provide short narrative explanations of actions taken by the grantee to reduce the excess balances. (4) Frequency and due dare. Grantees most submit the report no later than 15 working days followingthe end of each quarter. However, where an advance either by letter of credit m electronic transfer of funds is authorized at an annualized rate of one million dollars or more, the Federal agency may require the report to be submitted within 15 working days following the end of each month. (d) Request for advance or rtimbi rsemens-(I) Advance payments. Requests for Treasury check advance payments will be submitted on Standard Form 270, Request for Advance or Reimbursement (This form will not be used for drawdowns under a letter of credit, electronic funds transfer or when Treasury check advance payments are made to the grantee automatically on a predetermined basis.) - (2) Reimbursements. Requests for reimbursement under oonconstraction grants will also be submitted on Standard Form 270. (For reimbursement requests under construction grants, see paragraph (eel) of this section.) (3) The frequency for submitting payment requests is treated in § 31.41(b)(3).. - (e) Outlay "port and request jor reimbursement jor construction programs_ (1) Grants that support construction activities paid by reimbursement method. (i)Requests for reimbursement under coastruction grants will be submitted on Standard Form 271, Outlay Report and. Request for Reimbursement for Construction Programs. Federal agencies may, however, Prescribe the Request for Advance or Reimbursement foru4 specified in § 31.41(d), instead of this form (ii) The frequency for submitting reimbursement requests is is treated in § 31.41(b)(3). (2) Grants that support construction activities paid by 52 letter of credir, electronic fund$ transfer or Treasury check advance. (i) When a construction grant is paid by letter of credit, electronic funds transfer or Treasury check advances, the grantee will report its outlays to the Federal agency using Standard Form 271, Outlay Report and Request for Reimbur mens for Construction Programs. The Federal agency will provide any necessary special instruction. However, frequency and due date shall be governed by § 31.41(6) (3) and (4). (ii) When a concoction giant is paid by Treasury check advances based on periodic requests from the grantee, the advances will be requested on the form specified in § 31.41(d). (iii) The Federal agency -may substitute the Financial Status Report specified in § 31.4 I (b) for the Outlay Report and Request for Reimbursement for Construction Programs. (3) Accounting basis. The accounting basis for the Outlay Report and Request for Reimbursement for Construction Programs shall be governed by 131.4 1 (bX2). §31A2 Retention and access requirements for records. (a)Apprrcability. (1) This section applies to all - financial and programmatic records, supporting documents; statistical records, and other records of grantees or subgrantces which are: (i) Required to be maintained by the terms of this part, program regulations or the grant agreement, or (u) Otherwise reasonably considered as pertinent to program regulations in the grant agreement (2) This section does not apply to records maintained by contractors or subcontractors. For a requirement to Place a provision concerning records in certain kinds of contracts, see §31.36(f)(Ip). (b) Length of retention period. (1) Except as otherMse Provided, records must be retained for three years from the starting date specified in paragraph (c) of this section. (2) If any litigation, claim, negotiation, audit or other action involving the records has been started before the expiration of the 3 -year period, the records must be retained until completion of the action and resolution of all issues which arise from i4 or until the end of the regular 3 -yeas period, whichever is later. (3) To avoid duplicate record keeping, awarding agencies may make special arrangements with grantees and subgrantces to retain any records which are continuously needed for joint use- The awarding agency will request transfer of nzards to its custody when it determines that the records possess long-term retention value. When the records are transferred to or maintained by the Federal agency, the 3 -year retention requirement is not applicable to the grantee or subgrantee. (c) Starting date ofretention periad-(1) General. When grant support is continued or renewed at annual or other intervals, the retention period for the records of each funding period starts on the day the grantee or subgrantee submits to the awarding agency its single or last expenditure report for that period. However, if grant support is continued or renewed quarterly, the retention period for each year's records starts on the day the grantee submits its expenditure report for the last quarter of the Federal fiscal year. In all other cases, the retention period starts on the day the grantee submits its final expendituse'reporL if an expenditure report has been waived, the retention period starts on the day the report would have been due. (2) Real property and equipment records The retention period for real property and equipment records starts from the date of the disposition or replacement or transfer at tlhe direction of the awarding agency. (3) RaordsJor income transactions after grant or subgrani support.. In some cases grantees must report income after the period of grant support Where there is such a requirement, the retention period for the records pertaining to the earning of the income stare from the end of the grantee's fiscal yeas in which the income is earned. -(4) Indirect cost rate proposals, cost allocations plans, etc. This paragraph applies to the following types of documents, and their supporting records: indirect cost rate computations or proposals, cost allocation plans, and any similar accounting computations of the rate at which a particular group of costs is chargeable (such as computer visage charge back rates or composite fringe benefit rates). (i) )f submfned for negotiation. If the proposal, plan, or other computation is required to be submitted to the Federal Government (or to the grantee) to form the basis for negotiation of the rate, den the 3 -year retention period for its supporting records starts from rhe date of such submission. (u) If not submimed for negoriation. If the proposal, plan, or other computation is not required to be submitted to the Federal Government (or (o.th c grantee) for negotiation purposes, then the 3 -year retention period for tyre proposal plan, or computation and its supporting records starts from end of the fiscal year (or other accounting period) covered by the proposal, plan, Of oder computation.. (d) Substitution of microfilm. Copies made by microfilming, photocopying, or similar methods may be substituted for the original records. (e) Access to records -(l) Records of grantees and subgrantees. The awarding agency and the Comptroller General of the United States, or any of their authorized representatives, SWI have the right of access to any pertinent books, documents, papers, or other records of grantees and subgrantees which are pertinent to the grant, in order to make audits, examinations, excerpts, and transcripts. (2) Expiration of right of access. The rights of access in this section must not be limited to the required retention period but shall last as long as the records are retained. 53 (f) Restrictions on public access. The Federal Freedom Of Information Act (5 U.S.C. 552) does not apply to records Unless required by Federal, Stale, Of local law, grantees and subgrantees are not required to permit public access to their records. § 31.43 Enforcement (a) Remedies for noncompliance. If a grantee or subgrantee materially fails to comply with any term of an award, whether.stated in a Federal statute or regulation, an assurance, in a State plan or application, a notice of award, or elsewhere, the awarding agency may take one or more of the following actions, as appropriate in the circumstances: (l) Temporarily withhold cash payments pending correction of the deficiency by the grantee or subgrantee or more severe enforcement action by the awarding agency, (2) Disallow (that is, deny both use of funds and matching credit for) all or part of the cost of the activity or action not in compliance, (3) Wholly or partly suspend or terminate the current award for the grantee's or subgranteds program, (i) EPA can also wholly or partly annul the current award for the grantees or subgrantee's.program. (ii) [Reserved] (4) Withhold further awards for the program, or: (5) Take other remedies that may be legally available. (b) Hearings, appeals. In taking an enforcement action, the awarding agency will provide the grantee or subgrantee an opportunity for such bearing, appeal, or other administrative proceeding to which the grantee or subgrantee is entitled under any statute or regulation applicable to the action involved. (c) Effects of suspension and termination. Costs of grantee or subgramta resulting from obligations incurred by the grantee or subgrantee during a suspension or atter termination of an award are not allowable unless the awarding agency expressly authorizes them in the notice Of syspensioo or termination or subsequently. Othet- grantee or subgrantee costs during suspension or after termination which are necessary and not reasonably avoidable are allowable if. (1) The costs result from obligations which were properly unwed by the grantee or subgrantee before the effective date of suspension or termination, are not in anticipation of it, and, in the case of a termination. ase noincareellable, and, (2) The costs would be allowable if the award were cwt suspended lir expired normally at the end of rhe funrding period in which the termination takes effect (d) Relationship to Debarment and Srtspen*len-T� enforcement remedies identified in this section• including suspension and termination, do not preclude grantee or subgrantee from being subject to'Debatrrkrd and Suspension' under E.O. 12549 (see § 3135)- 153 Fit 6066 Md SM. Mu. 11, 196& and �ded at 53 Fit W7& I �I I I I I I I I I I 1 1 I I i I L LII Mar. 11, 1988) § 31.44 Termination for convenience. Except as provided in § 31.43 awards may be terminated in whole or in part only as follows: (a) By the awarding agency with the consent of the grantee or subgrantee in which case the two parties shall agree upon the termination conditions, including the effective date and in the case of partial termination, the portion to be terminated, or (b) By the grantee or subgrantee upon written notification to the awarding agency, setting forth the reasons for such termination, the effective date, and in the case of partial termination, the portion to be terminated. However, if, in the case of a partial termination, the awarding agency determines that the remaining portion of the award will not accomplish the purposes for which the award was made, the awarding agency'mayy terminate the award in its entirety under either § 31.43'or paragraph (a) of this section. § 31.45 Quality assurance. If the grantee's project involves.environmentally related measurements or data generation, the grantee shall develop and.implement quality assurance practices consisting of policies, procedures, specifications, standards, and documentation sufficient to produce data of quality adequate to meet project objectives and to immunize loss of data due to out -of -control conditions or malfunctions. 153 Flt 8074 Mar. 11. 1988) Subpart D -Atter -The -Grant Requirements § 31.50 Closeout. (a) General The Federal agency. will close out the award when it determines that all applicable administrative actions and all required work of the grant ha$ been completed. (b) Reporxt. Within 90 days after the expiration or termination of the grant, the grantee must submit all financial, performance, and other reports required as a condition of de grant Upon request by the grantee, Federal agencies may extend this time frame. These may include but are not limited to: (1) Final perfo»rlance or progress report. (2) Financial Status Report (SF 269) or Outlay Report and Request for Reimbursement for Construction Programs (SF -271) (as applicable.) (3) Final request for payment (SF -170) (if applicable). (4) Invention disclosure (if applicable) - (5) Federally -owned property report.- In eport.In accordance with § 31:32(f), a grantee must submit an inventory of all federally owned property (as distinct from property acquired with grant funds) for which it is accountable and request disposition instructions from 54 the Federal agency of property no longer needed. (c) Cost adjustment. The Federal agency will, within 90 days after receipt of reports in paragraph (b) of this section, make upward or downward adjustments to the allowable costs. (d) Cash a4ustmenlr. (1) The Federal agency will make prompt payment to the grantee for allowable reimbursable costs. (2) The grantee must immediately refund to the Federal agency any balance of unobligatcd (unencumbered) cash advanced that is no( authorized to be retained for use on other grants. § 3151 Later disallowances and adjustments Ile closeout of a grant does not affect: (a) The Federal agency's right to disallow costs and recover funds on the basis of a later audit or other review, (b) The grantee's obligation to return any funds dire as a result of later refunds, corrections, or other transactions; (c) Records retention as required in § 31.42 (d) Property management requirements in §§ 31.31 and 31.32; and (e) Audit requirements in § 31.26. § 3152Collection of amounts due. (a) Any funds paid to'a grantee in excess of the amount to which the grantee is finally determined to be entitled under the tense of the award constitute a debt to the Federal Government. If not paid within a reasonable Period after demand, the Federal agency may reduce the debt by: . (1) Making an administrative offset against other requests for reimbursements, (2) Withholding advance payments otherwise due to 'the grantee, or . (3) Other action permitted by law. (b) Except where otherwise provided by statutes'or regulations, theFederatagency will charge intemst on an overdue debt in accordance with the Federal Claims Collection Standards (4 CFR Ch. 11). the date Gom which interest is computed is not extended by litigation or the filing of any form of appeal. Subpart E -Entitlement [Reserved] Subpart F -Disputes § 31.70 Disputes (a) Disagreements should be resolved at the lowest level possible. (b) If an agreement cannot be reached, the EPA disputes decision official will provide a written final decision. The EPA disputes decision official is the individual designated by the award official to resolve disputes concerning assistance agreements. (c) The disputes decision official's decision will constitute final agency action unless a request for review is filed by registered mail, return receipt requested, within 30 calendar days of the date of the decision.. (1) For final decisions issued by an EPA disputes decision official at Headquarters, the request for review shall be filed with the Assistant Administrator responsible for the assistance program (2) For final decisions issued by a Regional disputes decision official, the request for review shall be filed with the Regional Administrator. if the Regional Administrator issued the final decision, the request for reconsideration shall be filed with the Regional Administrator. (d) The request shall incluoe: (1) A copy of the EPA disputes decision official's final decision; (2) A statement of the amount in dispute; (3) A description of the issues involved; and (4) A concise statement of the objections to (he final decision. (e) The disputant(s) may be represented by counsel and may submit documentary evidence and briefs for inclusion in a written record. (f) Disputants are entitled to an informal conference with EPA officials . (g) Disputants are entitled to a wrirten'decision from the appropriate Regional a Assistant Administrator. (h) A decision by Oe Assistant Administrator to confirm the final decisionof a Headquarters disputes decision official will constitute the final Agency action. (i) A decision by the Regional Administrator to confirm the Regional disputes decision official's decision will constitute the final Agency action. However, a petition for discretionary review by the Assistant Administrator responsible for the assistance program may be filed within 30 calendar days of the Regional Adminisoiator s decision. The petition shall be sent to flee Assistant Administrator by registered mail, return receipt requested, and shall include: (l) A copy of the Regional Administrators decision; and (2) A concise statement of the objections to the decision. 0) If the Assistant Administrator decides not to review the Regional Administrator's decision, the Assistant Administrator will advise the disputant(s) in writing that the Regional Administrators decision remains the final Agency action. (k) If the Assistant Administrator docides to review the Regional Administrator's decision, the review will generally be limited to the written record on which the Regional Administrators decision was based. The Assistant Administrator may allow the disputant(s) to 55 submit briefs in support of the petition for review and may provide an opportunity for an informal conference in order to clarify technical or legal issues. After reviewing the Regional Administrator's decision, the Assistant Administrator will issue a written decision which will then become the final Agency action. (1) Reviews may not be requested of: (1) Decisions on requests for exceptions under § 31.6; (2) Bid protest decisions under § 31.36(bX12); (3) National Environmental Policy Act decisions under Part 6; (4) Advanced wastewater treatment decisions of the Administrator; and (5) Policy decisions of the EPA Audit Resolution Board. 153 FR 8076. Mr. 11, 19881 Appendix A to Part 31- Audits of States, Local Governments, and Non -Profit Organizations EXECUTIVE OFFICE OF THE PRESIDENT Office of Management and Budget Circular No. A-133 Revised June 24, 1997 To the Heads of Executive Departments and Establishments. Subject: Audits of States, Local Governments, and Non - Profit Organizations 1. Purpose. This Circular is issued pursuant to the Single Audit Act of 19842 P.L. 98-502, and the Singe Audit Act Amendments of 1996, P.L. 104-156. It sets. forth standards for obtaining consistency and ungpitity among Federal agencies for the audit of States, local governments, and non-profit organizations expending Federal awards. 2. Authority. Circular A-133 is issued under Ibb authority of sections 503, 1111, and 7501 of seq. of title 31, United States Code, and Executive Orders 8248 and 11541. 3. Rescission and Supersession. This Circular rescinds Circular A-128, "Audits of State and Local Governments," issued April 129 1986; and supersedes the prior Circular A-133, "Audits of Institutions of Higher Education and Other Non -Profit Institutions," issued April 22, 1996. For effective dales, see paragraph 10. 4. Policy. Except as provided herein, the standards set I L r I I 11 I L.J I I I I [I I I F 1 1 L 1 forth in this Circular shall be applied by all Federal agencies. If any statute specifically prescribes policies or specific requirements that differ from the standards provided herein, the provisions of the subsequent statute shall govern. Federal agencies shall apply the provisions of the sections of this Circular to non -Federal entities, whether they are recipients expending Federal awards received directly from Federal awarding agencies, or are subrecipients expending Federal awards received from a pass-through entity (a recipient or another subrecipient). This Circular does not apply to non -U.S. based entities expending Federal awards received either directly as a recipient or indirectly as a subrecipient. 5. Definitions. The definitions of key terms used in this Circular are contained in §_.105 in the Attachment to this Circular. 6. Required Action_ The specific requirements and responsibilities of Federal agencies wind non -Federal entities are set forth in the Attachment to this Circular. Fakralagencies making awards to non -Federal entities, either direcdy or indirectly, shall adopt the language in the Circular in codified regulations as provided, in,: Section 10 (below), unless different provisions are. required by Federal statute or are approved by the Office of Management and Budget (OMB). 7. OMB Responsibilities. OMB will review Fedgal agency regulations and implementation of this Circular, and will provide interpretations of policy requirements and assistance to ensure uniform, effective and efficient implementation. 8. Information Contact. Further information concerning Circular A-133 may be obtained by. contacting the Financial Standards and Reporting Branch, Office of Federal Financial Management; Off ce of Management and Budget,. Washington, DC 20503, telephone (202) 395-3993. 9. Review (late. This Circular will have a policy review three years from the date of issuance. 10. Effective Dates. The standards set forth in §_.400 of the Attachment to this Circular, which apply directly to Federal agencies, shall be effective July l., 1996, and shall apply to audits of fiscal years beginning after lune 30; 1996, except as otherwise specified in §.400(a). Thi standards set forth in thisGircular that Federal agencies shall apply to non -Federal entities shall be adopted by Federal agencies in codified regulations not later than 60 days after publication of this final revision in the Federal Register, so that they will apply to audits of fiscal years beginning after June 30, 1996, with the exception that §—.305(b) of the Attachment applies to ZVI audits of fiscal years beginning' after June 30, 1998. The requirements of Circular A-128, although the Circular is rescinded, and the 1990 version of Circular -A-133 remain in effect for audits of fiscal years beginning on or before June 30, 1996. /S/ Franklin D. Raines Director I: tTrT Tm". o PART_ --AUDITS OF STATES, LOCAL GOVERNMENTS, AND NON-PROFIT ORGANIZATIONS, Subpart A—General See. _.100 Purpose. _.105 Definitions. Subpart B—Audits _ 200 Audit requirements. _.205 Basis for determining Federal awards expended. _.210 Subrecipient and vendor determinations. _.215 Relation to other audit requirements. _.220 Frequency of audits. _225 Sanctions. _.230 Audit costs. _.235 Program -specific audits. Subpart C—Auditees _300 Auditee responsibilities. .305 Auditor selection _.310 Financial statements. _.315 Audit findings follow-up _.320 Report submission Subpart D --Federal . Agencies and Pass -Through Entities . _.400 Responsibilities. 405 Management decision. Subpart E—Auditors _.500 Scope of audit. .505 Audit reporting. _310 Audit findings. _315. Audit wonting papers.. . _320 Major program determination _325 Criteria for Federal program risk. _330 Criteria for a low-risk audita. Subpart A—General §_.100 Purpose. This part sets forth standards for obtaining consistency and uniformity among Federal agencies for the audit of non -Federal entities expending Federal awards. §_.105 Definitions Auditce nears any non -Federal entity that expends Federal awards which must be audited under this part Auditor means an auditor, that is a public accountant or a Federal. State of local government audit organization, whichmees the general standards specified in generally accepted government auditing standards (GAGAS). The term auditor does not include internal auditors of non- profit organizations. Audit finding means deficiencies which the auditor is required by §_.510(a) to repots in the schedule of findings and questioned costs. CFDA number means the number assigned to a Federal program in the Catalog of Federal Domestic Assistance (CFDA). Cluster of progtaw means a grouping of closely related programs that share common compliance requirements. The types of chuters of ptogIDms are research and developmeut(R&D), student financial aid (SFA), and other clusters. 'Other clusters' are as defined by. the Office of Management and Budget (OMB) in the compliance supplement or as designated by a State for Federal awards the State provides to its subreciptents that meet the definition of a cluster of programs. When designating an mother cluster: a State shall identify the Federal awards included in the cluster and advise the subrecipients of compliance requirements applicable to the cluster, consistent with §_ 400WI) and §_ 4Wd)(2), respectively. A cluster of programs shall be considered as one program for determining major programs: as described in §_520, and, with the exception of R&D as described in §_.200(c), whether a programa-specific audit may be elected: Cogo'vwt agency for audit means the Federal agency designated to carry out the responsibilities described in §_.400(x). Compliance supplerneral refers to the Circular A•133 Compliameq Supplement, included as Appendix B to Circular A-133, or such documents as OMB or its designee may issue to replace it. Thu document is available from the Government Printing Office, Superintendent of Documents, Washington, DC 20402- 9325. Corrective action means action taken by the auditee that: (1) Corrects identified deficiencies; (2) Produces recommended improvements; or 57 (3) Demonstrates that audit findings are either invalid or do not warrant audita action. Federal agency has the same meaning as the term agency in Section 551(1) of title 5, United States Code. Federal award means Federal financial assisumce and Federal cost-reimbtirsement contracts that non -Federal entities receive directly from Federal awarding agencies or indirectly from pass-through entities. It does not include proememcni eootracts, under grants or contracts, used to buy goods or services from vendors. Any audits of such vendors shall be covered by the terms and conditions of the counact.-Contracts to operate Federal Government owned, contracloe.operated facilities (GOCOs) aro excluded from the requirements of this part. Federalawarding agency means the Federal agency that provides an award directly to the recipient- Federal ecipientFederal financial assistance means assistance that ram - Federal entities receive or administer in the forst of grants, loans, ban guarantees, property (including donated surplus property), cooperative agreeuenti, interest subsidies, insurance, food commodities, diiul appropriations, and other assistance, but does trot include amounts received as reimbursement for services rendered to individuals as described in §_.205(L) and (1) All Federal awaids to a non -Federal entity assigned a single number in the MA. (2) When no CFDA number is assigned, all Federal awards from the same agency made for the same purpose should be combined and considered one Program . (3) Notwithstanding paragraphs (1) and (2) of this definition, a cluster ofprograms. Tie types of c1daiis of programs are: . (i) Research and development ('R&D): (ii) Student financial aid (SFA); and (Iii) "Other clusters," as &srn'bed in the definition of cluster of pro¢rams in this section. _ GAGAS mesas generally accepted government auditing standards issued by the Comptroller General of the United States, which are applicable To financial audits. Generally accepted accounting principles has the meaning specified in generally accepted auditing standards issued by the American Institute of Certified Public Accountants (AICPA). . Indian tribe means any Indian tribe. band, nation. or �l Li J I I I I I I 1 ' other organized group or community, including any Alaskan Native village or regional or village corporation (as defined in, or established under, the Alaskan Native ' - Claims Settlement Act) that is recognized by the United States as eligible for the special programs and services provided by the United States to Indians because of thew status as Indians. ' Internal control means a process, effected by an entity's management and other personnel, designed to provide reasonable assurance regarding the achievement Lof objectives in the following categories: (1) Effectivenness and efficiency of operations; (2) Reliability of financial reporting; and (3) Compliance with applicable laws and regulations. Internal control pertaining.to. the compliance requirements for Federal programs (Internal control over Federal programs) means a process—effected by an entity's management and other personnel—designed to ' provide reasonable assurance regarding the achievement of the following objectives for Federal programs: (1) Transactions are properly recorded and accountea for to: (i).Permit the preparation of reliable financial statements ' and Federal reports; - (ii) Maintain' accountability over assets; and I (iii) Demonstrate compliance with laws, regulations, and other compliance requirements; (2) Transactions are executed in, compliance with: (i) Laws, regulations; and the provisions of contracts or grant agreements that could have a direct and material effect on a Federal program; and 1 (ii) Any other laws and regulations that are identified in the compliance supplement; and ' (3) Funds. property, and other assets are safeguarded against loss from unauthorized use or disposition. Loan means a Federal loan or loan guarantee received ' or. administered by a non -Federal entity. Local government means ally unit of local government within a State, including a county, borough, municipality, city, town, township, parish, local public authority, special district,: school district, intrastate district, council of governments, and any other ' instrumentality of local government. Major program means a Federal program determined by the auditor to be.a major program in accordance with W. L §_.520 or a program identified as a major program by a Federal agency or pass-through entity in accordance with §_.215(c). Management decision means the evaluation by the Federal awarding agency or pass-through eatity of the audit findings and corrective action plan and the issuance of a written decision as to what corrective action is necessary. Non -Federal eutity means a State, local government, or non-profit organization. Non-profit organiratiou urians: (1) any corporation, trust, association, cooperative, or other organization that: . (i) Is operated primarily for scientific, educational, serylco, charitable; or similar purposes in the public interest; (ti) Is not organized primarily for profit; and (iii) Uses its net proceeds to maintain, improve, or expand its operations; and (2) The term non-profit organization includes -norm profit institutions of higher education and hospitals. OMB means the Executive Office of the President, Office of Management and Budgel. Oversight agency for audit means the. Federal awarding agency that provides the predominant amount of direct funding to a recipient not assigned a cognizant agency for audit. When there is no direct funding, the Federal agency with the predominant indirect finding shall assume the oversight responsibilities. The duties of the oversight agency for audit are described in §_.400(b) Pass-through entity means a non -Federal entity. that provides a Federal award to a subrecipient to carry out a Federal program. Prognram-specific audit means an audit.of one Federal program as provided for in §_.200(c) and §_.235. Questioned cost means a cost that is questioned by the auditor because of an audit finding: - - - (1) Which resulted from a violation or possible violation of a provision of a law, regulation,.eonti ac4 grant, cooperative agreement, or other agreement or document governing the use of Federal funds, including funds used to match Federal funds; (2) Where the costs, at the time of the audit, are not supported by adequate documentation; or - (3) Where the costs incurred appear unreasonable and do not reflect the actions a prudent person would take in the circumstances. Recipient means a non -Federal entity that expends Federal awards received directly from a Federal awarding agency to carry out a Federal program. Research and development (R&D) mean all research activities, both basic and applied, and all development activities that are performed by a non -Federal entity. Research is defined as a systematic study directed toward fuller scientific knowledge or understanding of the subject studied. The term research also includes activities involving the training of individuals in research techniques where such activities utilize the same facilities as other research and development activities and where such activities are not included in the instruction function. Dev lopment is the systematic use of knowledge and understanding gained from research directed toward the production of useful materials, devices, systems..or methods, including design and development of prototypes and processes. Single audit means an audit which includes both the entity's financial staterneots and the Federal awards as described in State means any State of the United States, the District of Columbia., the Commonwealth of Puerto Rico, the Virgin islands, Guam, American Samoa, the Commonwealth of the Northern Mariana Islands, and the Trust Tenritory of the Pacific Islands, any m insirt entality thereof, any multi -State, regional, or - interstate entity which has governmental functions, and any Indian tribe as defined in this section. Student Firnncin Aid (SFA) includes those programs of general student assistance, such as those authorized by Title IV of the Higher Education Act of 1965, as amended, (20 U.S.C- 1070 et seq.) which is administered by the U.S: Department of Education, and similar programs provided by other Federal agencies- It does not include programs which provide fellowships or similar Federal awards to students on a competitive basis, or for specified studies or research. Subrecipienl means a non -Federal entity that expends Federal awards received from a pass-through entity to carry out a Federal program, but does not include an individual that is a beneficiary of such a program. A subrecipient may also be a recipient of other Federal awards directly from a Federal awarding agency. Guidance on distinguishing between a siibrecipient and a vendor is provided in §_210. Types of compliance requirements refers to the types of compliance requirements listed in the compliance supplement Examples include: activities allowed or Fri unallowed; allowable costs/cost principles; cash management; eligibility; snatching, level of effort, earmarking; and, reporting. Vendor means a dealer, distributor, merchant, or other seller providing goods or services that are required for the conduct of a Federal program. These goods or services may be for an organi7a60n's own use or for the use of beneficiaries of the Federal program. Additional guidance on distinguishing between a subrecipient and a vendor is provided in 6_210. Subpart B—Audits §_-200 Audit requirements (a) Audit required. Non -Federal entities that expend $300,000 or more in a year in Federal awards shall have a single or program -specific audit conducted for that year in accordance with the provisions of this part GuidanceondcterminiogTcdeal awards -expended is provided in §_.205: (b)Single audit Non -Federal entities that expend $300,000 or more in a year in Federal awards shall have a single audit conducted in accordance with §_S00 except when they elect to have a program -specific audit conducted in accordance with paragraph (e) of this section. (c) Program -specific audit election. When an additee expends Federal awards under only one Federal program (excluding R&D) and the Federal program's laws, regulations, or grant agroementsdo'not require a financial statement audit of the auditee, the audita may elect to have a program -specific audit conducted in accordance with §_135. A ping ram -specific audit may not be elected for R&D unless all of the Federal awards expended were received from the same Federal agency, or the same Federal agency and the same pass- through entity; and that Federal agency, or pars -through entity in the case of a submcipient, approves in advance a program -specific audit (d) Exemption when Federal awards expended are less than 5.300,000. Non -Federal entities that expand less than $3110,000 a year in Federal awards are exempt fromPederal audit requirements for that year, except as noted in §_115(a), but records must be available for review or audit by appropriate officials of the Federal: agency, passthrough entity, and General. Accounting Office (GAO). (e) Federally Funded Research and.Developmeot Centers (FFRDC). Management of an audit= that owns or operates a FFRDC may elect to treat the FFRDC as a separate entiy for purposes of this part §..205 Basis for determining Federal awards expended C I I I J 11 11 I I P (a) Determining Federal awards expended. The determination of when an award is expended should be based on when the activity related to the award occas. Generally, the activity pertains to events that require the non -Federal entity to comply with laws, regulations, and the provisions of contracts or grant agreements, such as: expendituurelexpense transactions associated with grants, cost -reimbursement contracts, cooperative agreements, and direct appropriations; the disbursement of foods passed through to subrecipients; the use of loan Proceeds under loan and loan guarantee programs- the receipt of property; the receipt of surplus property; the receipt or use of program income; the distribution or consumption of food commodities; the.djsbursement of amounts entitling the non -Federal entity to an interest - subsidy; and, the period when insurance is in force. (b) Loan and loan guarantees (loans). Since the Federal Government is at risk for loans until the debt is repaid, the following guidelines shall be used to calculate the value of Federal awards expended under loan programs, except as noted in paragraphs (e) and (d) of this section: (1) Value of new loans made or received during the fiscal year; plus (2) Balance of loans from previous years for which the Federal Government imposes continuing compliance requirements; plus (3) Any interest subsidy, cash, or administrative cost allowance received. (c) Loan and loan guarantees (loans) at institutions of higher education. When loans are made to students of an institution of higher education but the institution does not make the loans, then only the value of loans made during the year shall be considered. Federal awards expended in that year. The balance of loans for previous years isnot included as Federal awards expended because the lender accounts for the prior .balances. (d) Prior loan and ban guarantees (loans). Loans, the Proceeds of which were received and expended in prior_ years, are not considered Federal awards expended under this part when the laws, regulations, and the provisions of contracts or grant agreements pertaining to such loans impose no continuing compliance requirements other than to repay the loans. (e) F. dowment funds. The cumulative balance of Federal awards for endowment funds which are federally restricted are considered awards expended in each year in which the funds are still restricted. ' (f) Free rent Free rent received by itself is not considered a Federal award expended under this part However, free rent received as part of an award to carry M our a Federal program shall be included in determining Federal awards expended and subject to audit under this part. (g) Valuing non-cash assistance. Federal non-cash assistance, such as free rent, food stamps, food commodities, donated property, or donated surplus property, shall be valued at fair market value at the time Of receipt or the assessed value provided by the Federal agency. (h) Medicare. Medicare payments to a non -Federal entity for providing patient care services to Medicare eligible individuals are not considered Federal awards expended under this part (i) Medicaid. Medicaid payments to a subrecipient for Providing patient care services to Medicaid eligible individuals are not considered Federal awards expended under this part unless a State requires the funds, to be treated -as Federal awards expended because reimbursement is on a cost-rcimburserrent-basis. (i) Certain loans provided by the National Credit Union Administration. For purposes of this part, loans made from the National Credit Union Share Insurance Fund and the Central Liquidity Facility that are funded by contributions from insured institutions are not considered Federal awards expended. 3t_.210 Subrecipient and vendor determinations. (a) General. An auditee may be a recipient, a subrecipient and a vendor. Federal awards expended as a recipient or a subrecipient would be subject to audit under this part The payments received for goods or services provided as a vendor would not be considered Federal awards. The guidance in paragraphs (b) and (c) of this section should be considered in determining whether payments constitute a Federal award or a payment for goods and services. (b) Federal award. Characteristics indicative of a Federal award received by a subrecipienl are when the organization: (1) Determines who is eligible to receive what Federal financial assistance; (2) Has its perforrrance measured against whether the Objectives of the Federal program are mei; (3) Has responsibility for programmatic decisio making; (4) Has responsibility for adherence to applicable Federal program compliance requirements; and (5) Uses the Federal funds to carry out a program of the organization as compared to providing goods or services for a program of the pass-through entity. (c) Payment for goods and services. Characteristics indicative of a payment for goods and services received by a vendor are when the organization: (l) provides the goods and services within normal business operations; (2) Provides similar goods or services to may different purchasers; (3) Operates in a competitive environment; (4) Provides goods or services that are ancillary to the operation of the Federal program; and (5) Is not subject to compliance requirements of the Federal program_ (d) Use of judgment in malting determination. There may be unusual circumstances or exceptions to the listed characteristics. In malting the determination of whether a subrecipient or vendor relationship exists, the substance of the relationship is more important than the form of the agreement- It is not expected that all of the characteristics will be present and judgment should be used in determining whether an entity is a subrecipient or vendor. ' (e) For-profit subredpient. Since this part does not - apply to for-profit subrecipients, the pass-througb entity is responsible for establishing requirements, as necessary, to ensure compliance by for-profit subrecipients. The contract with the for-profit subrccipient should describe applicable compliance requirements and the for-profit subrecipient's compliance responsibility, Methods to ensure compliance for Federal awards made to for-profit subrecipients may include preaward audits, monitoring during the contract, and post -award audits. (1) Compliance responsibility for vendors. In most cases, the auditee's compliance responsibility for vendors is only to ensure that the procurement, receipt, and payment for goods and services comply with laws, regulations, and the provisions of contracts or grant agreements. Program compliance requirements normally do not pass through to vendors. However, the audit= is responsible for ensuring compliance for vendor transactions which are structured such that the vendor is responsible for program compliance or the vendor's records must be reviewed to determine program . compliance. Also, when these .vendor transactions relate to a major program, the scope of the audit shall include determining whether these transactions are in compliance with laws, regulations, and the provisions of contracts or grant agreements. §_215 Relation to other audit requirements. 61 (a) Audit under this part in lieu of other audits. An audit made in accordance with this part shall be in lieu of any financial audit required under individual Federal awards. To the extent this audit meets a Federal agency's needs, it shall rely upon and use such audits. The provisions of this part neither limit the authority of Federal agencies, including their Inspectors General, or GAO to conduct or arrange for additional audits (e.g., financial audits, perforvtance audits, evaluations, inspections, or reviews) nor authorize any auditee to constrain Federal agencies from carrying out additional audits. Any additional audits shall be planned and performed in such a way as to build upon work performed by other auditors. (b) Federal agency to pay for additional audits. A Federal agency that conducts or contracts for additional audits shall, consistent with other applicable laws and regulations, arrange. for funding the full cost of such additional audits. (c) Request for a program to be audited as a major program A Federal agency may request an auditee to have a particular Federal program audited as a major program in lieu of the Federal agency conducting or arranging for the additional audits. To allow for planning, such requests should be made at least 180 days prior to the end of the fscal year to be audited_ The auditee, after consultation with its auditor, should promptly respond to such request by informing the Federal agency whether the program would otherwise be audited as a major program using the risk-based audit approach described in ¢_520 and, if not, the estimated incremental cost The Federal agency shall then promptly confirm to the auditee.whodu it wants. the program audited as a major program. If the program is to be audited as a major program based upon this.. Federal agency request, and the Federalagencyagrees to pay the full incremental costs, then the auditee shall have the program audited as a major program. A pass through entity may use the provisions of this paragraph for a subrecipient §_220 Frequency of audits. Except for the provisions for biennial audits provided in paragraphs (a) and (b) of this section, audits required by this part shall be performed annually. Any biennial audit shall cover both years within the biennial period. (a) A state or local government that is required by constitution or statute, in effect on January 1, 1997t to undergo.its auditsJess frequently than annually, is permitted to undergo its audits pursuant to this part biennially. This requirement must still be in effect for the biennial period under audit. (b) Any non-profit organization that had biennial audits for all biennial periods ending between July 1, 1992, and I I U 11 I I I I 11 I I C I 1 I J J I January 1, 1995, is permitted to undergo its audits pursuant to this part biennially. §_.225 Sanctions. No audit costs maybe charged to Federal awards when audits required by this part have not been made or have been nude but not in accordance with this part. In taus of continued inability or unwillingness to have an audit conducted in accordance with this part, Federal agencies and pus-through_entitics shall take appropriate action using sanctions such as: (a) Withholding a percentage of Federal awards until the audit is completed satisfactorily; (b) Withholding or disallowing overhead costs; (c) Suspending Federal awards.until the audit is conducted; or (d) Terminating the Federal award. 1_.230 Audit costs. (a) Allowable costs. Unless prohibited by law, the cost of audits made in accordance with the provisions of this part are allowable charges to Federal awards. The charges may be considered a direct cost or an allocated indirect cost, as determined in accordance with the provisions of applicable OMB cost principles circulars, the Federal Acquisition Regulation (FAR) (48 CFR parts 30 and 311 or other applicable cost principles or regulations. (b) Unallowable costs. A non -Federal entity shall not charge.the following to a Federal award: (1) The cost of any audit under the Single Audit Act Amendments of 1996 (31 U.S.C: 7501 et seq.) not conducted in accordance with this part. (2) The cost of atiditing a nonTederal entity which has Federal awards expended of less than $300.000 per year and is thereby exempted under §_.200(d) from having an audit conducted under this part. However, this does not prohibit a pass-through entity from charging Federal awards for the cost of limited scope audits to monitor its subrecipients in accordance with 6_.400(d)(3), provided the subreclpient does not have a single audit - For purposes of this part, limited scop eaudits only include agreed-upon procedures engagements conducted in accordance with either the A1CPA's generally accepted auditing standards of attestation standards; that are paid for and arranged by a pass-through entity and address only one or more of the following types of compliance requirements: activities allowed or unallowed; allowable costs/tpst principles; eligibility; matching, level of effort, earmaAdog; and, reporting. Prograurspecific audits. 62 (a) Prograr specific audit guide available. In many cases, a program-spccific audit guide will be available to provide specific guidance to the auditor with respect to internal control, compliance requirements, suggested audit procedures, and audit reporting requirements. The auditor should contact the Office of Inspector General of the Federal agency to determine whether such a guide is available. When a current program -specific audit guide is available, the auditor shall follow GAGAS and the guide when performing a program -specific audit. (b) Program-specilic audit guide not available. (1) When a program -specific audit guide is not available, the auditee and auditor shall have basically the same responsibilities for the Federal program as they would have for an audit of a major program in a single audit. (2) The auditee shall prepare the financial statement(s) for the Federal program that includes, at a minimum, a - schedule of expenditures of Federal awards for the program and notes that describe the significant accounting policies used in preparing the schedule, a summary schedule of prior audit findings consistent with the requirements of §_315(b), and a corrective action plan consistent with the requirements of §_315(c). (3) The auditor shall. (i) Perform an audit of die financial statemeot(s) for the Federal program in accordance with GAGAS (ii) Obtain an understanding of internal control and Perform tests of internal control over the Federal program consistent with the requirements of §_SOo(c) for a major program; (iii) Perform procedures to determine whether the auditce has complied with laws, regulations, and the provisions of contracts or grant agreements that could have a direct and material effect on the Federal program consistent with the requirements of §_S00(d) fQy. a major program; and (iv) Follow up on prior audit findings, perform procedures to assess the reasonableness of the summary schedule of prior audit findings prepared by the audita, and report, as a current year audit fording, when the auditor concludes that the summary schedule of prior audit findings materially misrepresents the status of any prior audit finding in accordance with the requirements of §_.500(e). (4) The auditors report(s) may be in the form of either combined or separate reports and may be organized. differently from the manner presented in this section. The auditors report(s) shall state that the audit was conducted in accordance with this part and include the following: (i) An opinion (or disclaimer of opinion) as to whether the financial statements) of the Federal program is presented fairly in all material respects in conformity with the stated accounting policies; (ii) A report on internal control related to the Federal program, which shall describe the scope of testing of internal control and the results of the tests; (iii) A report on compliance which includes an opinion (or disclaimer of opinion) as to whether the auditee complied with laws, regulations, and the provisions of contracts or grant agreements which could have a direct and material effect on the Federal program; and (iv) A schedule of fundings and questiontA costs for the Federal program that includes a summary of the auditor's results relative to the Federal program in a formal consistent with §_S05(dxl) and findings and questioned costs consistent with the requirements of §_.505(d)(3). (c) Report sabmictiion for program -specific audits. (1) The audit shall be completed -and the reporting required by paragraph (e)(t) or (c)(3) of this section submitted within the earlier of 30 days after receipt of the auditor's report(s), or nine months after the end of the audit period, unless a longer period is agreed to in advance by the Federal agency that provided the funding or a different period is specified in a program - specific audit guide. (However, for fiscal years beginning on or before June 30, 1998, the audit shall be completed and the required reporting. shall be submitted within the earlier of 30 days after -receipt of the auditor's report(s), or 13 months after the end of the audit period, unless a different period is specified in a prograu - . specific audit guide.) Unless restricted by law or regulation, the audited shall make report copies available for public inspection - (2) When a prograntspecifrc:audit guide is available, the auditee shall submit to the Federal clearinghouse designated by OMB the data collection form prepared in accordance with §_320(6). as applicable to a program -specific audit, and the reporting required by the program -specific audit guide to be, retained as an archival copy. Also, the auditee shall submit to the Federal awarding agency or pass-through entity the reporting required by time program -specific audit guide. (3) When a program -specific audit guide is not available, the reporting package for a program -specific audit shall consist of the financial statement(s) of the Federal program, a summary schedule of prior audit findings, and a corrective action plan as described in paragraph (b)(2) of this section, and the auditai s reports) described in paragraph (6x4) of this section- Ile ectionIle data collection form prepared in accordance with §_320(6), as applicable to a program -specific audit, and one copy of this reporting package shall be 63 submitted to the Federal clearinghouse designated by OMB to be retained as an archival copy. Also, when the schedule of findings and questioned costs disclosed audit findings or the sur unary scheduleof prior audit findings reported the status of any audit findings, the audit= shall submit one copy of the reporting package to the Federal clearinghouse on behalf of the Federal awarding agency, or directly to the pass-through entity in the case of a subrecipient. Instead of submitting the reporting package to the pass-through entity, when a subrecipicot is not required to submit a reporting package to the pass-through entity, the subrecipient shall provide written notification to the pass-through entity, consistent with the requirements of 0_320(e)(2). A subrecipient may submit a copy of the reporting package to the pass-through entity to comply with this notification requirement. (d) Other sections of this part tiny apply. Program - specific audits are subject to §_.100 through §_.215(b), §_.220 through 11_2311, through §_305, §_315. §_320(1) through §_320(1), §_400 through §—.405, §:_.510 through §-515, and other referenced provisions of this pan unless contrary to the provisions of this.section, a program -specific audit guide, m program laws and regulations. Subpart C-Auditees §_300 Auditee responsibilities. . The auditee shall; (a) Identify, in its accounts, all Federal awards received and expended and the Federal program under which they were received. Federal program and award identificationshallinclude, as applicable, the CFDA title and number, award number and year, name of the Federal agency, and name of the pass-through entity. (b) Maintain internal control over Federal programs that provides reasonable assurance that the auditee is managing Federal awards in compliance with laws, regulations, and the provisions of contracts or grant agreements that could have a material effect on each of its Federal programs. (c) Comply with laws, regulations, and the provisions of contracts or gran( agreements related to each of its Federal programs. (d) Prepare appropriate financial statements; including the schedule of expeuditues of Federal awards in accordance with §_310. (e) Ensure that the audits required by this part are properly performed and submitted when due. When extensions to the report submission due date requited by §_320(2) are granted by the cognizant or oversight agency for audit, promptly ratify the Federal I U L C I I I II I I Fi I 1 F CI clearinghouse designated by OMB and each pass- through entity providing Federal awards of the extension. (f) Follow up and take corrective action on audit findings, including preparation of a summary schedule- of cheduleof prior audit findings and a corrective action plan in accordance with §_315(b) and §_.315(c), respectively. §_305 Auditor selection. (a) Auditor procurement In procuring audit services, auditees shall follow the procurement standards prescribed by the Grants Management Common Role (hereinafter referred to as the "A-102 Common Rule") published March 11, 1988 and amended April 19,1995 I insert appropriate CFR citation), Circular A-110, "Uniform Administrative Requirements for Grants and Agreements with Institutions of Higher Education, Hospitals and Other Non -Profit Organizations," or the FAR (48 CFR part 42), as applicable (OMB Circulars are available from the Office of Administration, Publications Office, room 2200, New Executive Office Building; Washington, DC 20503). Wherever possible, auditees shall make positive efforts to utilize small businesses, minority-owned firms, and women's business enterprises, in procuring audit services as stated in the A-102 Common Rule, OMB Circular A- 110, or the FAR (48 CFR part42), as applicable. In requesting proposals for audit services, the objectives and scope of the audit should be made clear. Factors to be considered in evaluating each proposal for audit services include the responsiveness to the request for proposal, relevant experience, availability of staff with professional qualifications and technical abilities, the results -of external quality control reviews, and price. (b). Restriction on auditor preparing indirect cost proposals. An auditor who prepares the indirect cost proposal or cost allocation plan may not also be selected to perform the audit required by this part when the indirect costs recovered by the auditee during the prior year exceeded $I million. This restriction applies to the base year used in the preparation of the indirect cost proposal or cost allocation plan and any subsequent years in which the resulting indirect cost agreement or cost allocation plan is used to recover costs. To minimize any disruption in existing contracts for audit services, this paragraph applies to audits of fiscal years beginning after June 30, 1998. (c) Use of Federal auditors. Federal auditors may perforin all or part of the work' required under this part if they comply fully with the requirements of this part §_.310 Financial statements. 0 (a) Financial statements. The auditee shall prepare financial statements that reflect its financial position, results of operations or changes in net assets, and, where appropriate, cash Bows for the fiscal year audited. The financial statements shall be for the same organizational unit and fiscal year that is chosen to meet the requirements of this part However, organization -wide financial statements may also include departments. agencies, and other organizational units that have separate audits in accordance with 9_S00(a) and prepare separate financial statements. (b) Schedule of expenditures of Federal awards. The auditee shall also prepama schedule of expenditures of Federal awards for the perioa covered by the auditee's financial statements. While not required, the auditee may choose to provide information requested by Federal awarding agencies and pass-through entities to make the schedule easier to use. For example, when ayedcral . program has multiple award years, the auditee may -list the amount of Federal awards expended for each award year separately. At a minimmn, the schedule shall: (1) list individual Federal programs by Federal agency. For Federal programs included in a cluster of programs, list individual Federal programs within a cluster of Programs. For R&D, total Federal awards expended . shall be shown either by individual award or by Federal agency and major subdivision within the Federal agency. For example, the National lustitutes of Health is a major subdivision in the Department of Health and Human Services. (2) For Federal awards received as a subrecipient, the name of the pass-through entity and identifying number assigned by the pass-through entity shall be included. (3) Provide total Federal awards expended for each individual Federal program and the CFDA number or other identifying number when the CFDA information is not available. (4) Include notes that describe the significant accounting policies used in preparing the schedule. (5) To the extent practical, pass-through entities should identify in the schedule the total amount provided to subrecipients from each Federal program (6) Include, in tither the schedule ora [rote to the schedule, the value of the Federal awards expended in the form of noncash assistance, the amount of insurance in effect during the year, and loans *6r loan guarantees outstanding at year end. While not required, it is preferable to present this information in the schedule. §_315 Audit. findings follow-up. (a) General. The auditee is responsible for follow-up and corrective action on all audit findings. As part of this responsibility, the auditee shall prepare a summary schedule of prior audit findings. The auditee shall also prepare a corrective action plan for current year audit findings. The summary schedule of prior audit findings and the corrective action plan shall include the reference numbers die auditor assigns to audit findings under §_510(c). Since the summary schedule may include audit findings from multiple years, it shall include the fiscal year in which the finding initially occurred- (b) ccurred (b) Summary schedule of prior audit findings. The summary schedule of prior audit findings shall report the status of all audit findings included in the prior audit's schedule of findings and questioned costs relative to Federal awards. The summary schedule shall also include audit findings reported in the prior audit's summary schedule of prior audit fundings except audit findings listed as corrected in accordance with patagrsph (b)(l) of this section, or no longer valid or not warranting further action in accordance: with paragraph (b)(4) of this section. (1) When audit findings were fully corrected, the summary schedule need only list the audit findings and state that corrective action was taken. (2) When audit findings were not corrected or were only partially cortatm, the summary schedule shall describe the planned corrective action as well as any partial corrective action taken. (3) When corrective action taken is significantly different from corrective action previously reported in a corrective action plan or in the Federal agency's or pass- through entity's management decision, the summary schedule shall provide an explanation. (4) When the auditee believes the audit findings are no longer valid or do not warrant further action, the reasons for this position shall be described in the summary schedule. A valid reason for considering an audit furling as not wartanting further action is that all of the following have occurred: (i) Two years have passed since the audit report in vNeb the finding occurred was submitted to the Federal clearinghouse; (ii) The Federal agency or pass-through entity is not currently following up with the audilee on the audit finding; and (iii) A management decision was not isx" dA (c) Corrective action plan. At the completion of the audit, the auditee shall prepare a corrective action plan to address each audit finding included in the current year auditor's reports. The corrective action plan shall provide the name(s) of the contact person(s) responsible for corrective action, the corrective action planned, and 65 the anticipated completion data if the auditee does not agree with the audit findings or believes corrective action is not required, then the corrective action plan shall include an explanation and specific reasons. §_.320 Report submission (a) General 'Ihe audit shallbe completed and the data collection form described in paragraph (b) of this section and reporting package described in paragraph (e) of this section shall be submitted within the earlier of 30 days after receipt of the auditor's report(s), or nine months after the end of the audit period, unless -a longer period is agreed to in advance by: the cognizant or oversight agency for audit (However; to fiscal years beginning on or before June 30, 1999, the audit shall be completed and the data collection form and reporting package shall be submitted within the earlier of 30 days after receipt of the auditors reporgs), or, 13 months afle r the end of the audit period.) Unless restricted by law or regulationthe auditee shall make copies available for public inspection. (b) Data Collection. (1) The auditee shall submit a data collection form which states whether the audit was completed in accordance with this part and provides, information about the.auditee, its Federal programs, and the results of the audit The form shall be approved by OMB, available from the Federal clearinghouse designated by OMB, and include dam elements similar to those presented in this paragraph. A senior level representative of the auditee (e.g., State controller, director of finance; chief executive_ officer, or chief financial officer) shall sign a statement to. be included as part of the form certifying that the auditee complied with the requirements of this part, the form was prepared in accordance with this part (and the instructions accompanying the form), and the information included in the form, in its entirety, are accurate and complete. (2) The data collection form shall include the following data elements: (i) The type of reportthe auditor issued on the financial statements of the auditee (i.e., unqualified opinion, qualified opinion, adverse opinmion. at disctairner of opinion). (ii) Whore applicable, a statement that reportable . conditions in internal control were disclosed by the audit of the financial statements and whether any such conditions were material weaknesses. (iii) A statement as to whether the audit disclosed any noncompliance which is material to the financial statements of the auditce. (iv) Where applicable, a statement that reportable conditions in internal control over major programs were disclosed by the audit and whether any such conditions I 11 1 I 11 L LI I I 1 1 I I� J J were material (v) The type of report the auditor issued on compliance for major programs (i.e., unqualified opinion, qualified opinion, adverse opinion, or disclaimer of opinion). (vi) A list of the Federal awarumg agencies which will receive a copy of the reporting package pursuant to §_320(d)(2) of OMB Circular A-133. (vii) Ayes or no statement as to whether the auditee qualified as a low-risk audit" under 4_530 of OMB Circular A-133. (viii)The dollar threshold used to distinguish between Type A and Type.B programs as defined in §_S20(b) of.OMB Circular A4 33. (ix) The Catalog of Federal Domestic Assistance (CFDA)'number for each Federal program, as applicable. (x) The name of each Federal program and identification of each major program Individual programs:within a cluster of piogtams should be listed in the same level of detail as they are listed in the schedule of expenditures of Federal awards. (xi) The amount of expenditures in the schedule of expenditures of Federal awards associated with each Federal program. (xii) For each Federal program, a yes or no statement as to whether thereareaudit findings in each of the following types of compliance requirements and the total amount of any questioned costs: (A) Activities allowed or unallowed. (B) Allowable eoststcost principles. (C) Cash management- (D) anagement(D) Davis -Bacon Act (E) Eligibility. (F) Equipment and real property u anagernenL (G) Matching, level of.effort, earuurking. (I) Period of availability of Federal funds. (1) Procurement and suspension and debarment (1) Program income. (In Real property acquisition and relocation assistance. (L) Reporting. (M) Subrecipient monitoring. Cof (N) Special tests and provisions (xiii) Auditee Name, Employer Identification Number(s), Name and Title of Certifying Official, Telephone Number, Signature, and Date. (xiv) Auditor Name, Name and Title of Contact Person, Auditor Address, Auditor Telephone Number; Signature, and Date. (xv) Whether the auditee has either a cognizant or oversight agency for audit (xvi) The name of the cognizant or oversight agency for audit determined in accordmeo with §_.400(a) and ¢_.400(b), respectively. (3) Using the information included in the reporting package described in paragraph (e) of this section, the auditor shall complete the applicable sections of the. - form The auditor shall sign -a statement to be included as part of the data collection form that indicates, at a minimum, the source of the information included in the form, the auditor's responsibility for the information, that the form is not a substitute for the reporting package described in paragrapli (c) of this section, and that the content of the form is limited to the data elements prescribed by OMB. (c) Reporting package. The reporting package shall include the: (1) Financial statements and schedule of expenditures of Federal awards discussed in ¢_310(a) and §_310(6), respectively; (2) Summary schedule of prior audit findings discussed in §_315(b); (3) Auditor's report(s).discussed in,§_S05; and (4) Corrective action plan discussed in §_315(e): (d) Submission to ckariogtiouse. All auditees shall submit to the Federal clearinghouse designated. by. OMB the data collection form described in paragraph tb) of this section and one copy of the reporting package described in paragraph (e) of this section for (1) The Federal clearinghouse to retain as an archival copy; and (2) Each Federal awarding agency when the schedule of findings and questioned costs disclosed audit findings relating to Federal awards that the Federal awarding agency provided directly or Bre summary scWule of prior audit findings reported the status of any audit findings relating to Federal awards that the Federal awarding agency provided directly. (e) Additional submission by subrecipients. (1) In addition to the requirements discussed in paragraph (d) of this section, auditees that are also subrecipients shall submit to each pass-through entity one copy of the reporting package described in paragraph (e) of this section for each pass-through entity when the schedule of findings and questioned costs disclosed audit findings relating to Federal awards that the pass-through entity provided or the summary schedule of prior audit findings reported the status of any audit findings relating to Federal awards that the pass-through entity provided. (2) Instead of.submitting the reporting package to a pass-through entity, when a subrecipienfis not required to submit a reporting package to a pass-through entity pursuant to paragraph (e)(1) of this section, the subrecipient shall provide written notification to the pass-through entity that: an audit of the subrecipient was conducted in accordance with this part (including the period covered by the audit and the name, amount, and CFDA number of the Federal award(s) provided by the pass-through entity); the schedule of fundings and questional costs disclosed no audit findings relating to the. Federal.award(s) that the pass-through entity provided; and, the summary schedule of prior audit findings did not report on the status of any audit findings relating to the Federal award(s) that the pass- through entity provided. A subrecipient may submit a copy of the reporting package described in paragraph (c) of this sectior:to a.pass-through entity to comply with this notification requirement. (I) Requests for report copies. In response to requests by a Federal agency or pass-through entity, auditees shall submit the appropriate copies of the reporting package described in paragraph (c) of this section and, if requested, a copy of any management letters issued by the auditor. (g) Report retention requirements. Auditees shall keep one copy of the data collection form described in paragraph (b) of this section and one copy of the reporting package described in paragraph (e) of this section on file for three years from the date of submission to the Federal clearinghouse designated by OMB. Pass-through entitics*shall keep subrecipients' submissions on file for three years from date of receipt. (h) Clearinghouse responsibilities. The Federal clearinghouse designated by OMB shall distribute the reporting packages received in accordance with paragraph (d)(2) of this section and §..235(c)(3) to applicable Federal awarding agencies, maintain a data base of completed audits, provide appropriate information to Federal agencies, and follow up with known auditees which have not submitted the required data collection forms and reporting packages. (i) Clearinghouse address. The address of the Federal 67 clearingbouse currently designated by OMB is Federal Audit clearinghouse, Bureau of the Census, 12011. 10th Street, Jeffersonville, IN 47132. 0) Electronic filing. Nothing in this part shall preclude electronic submissions to the Federal clearinghouse in such manner as may be approved by OMB. With OMB approval, the Federal clearinghouse may pilot test methods of electronic submissions. Subpart D—Federal Agenries and Pass -Through Entities §_.400 Responsibilities. (a) Cognizant agency for audit responsibilities. Recipients expending more than $25 million a year in Federal awards shall have a cognizant agency for audit. Tire designated cognizant agency for audit shall be the Federal awarding agency that provides the predominant amount of direct funding to a recipient unless OMB makes a specific cognizant agency for audit assignment To provide for continuity of cognizance, the determination of the predominant amount of direct funding shall be based upon direct Federal awards expended in therecipient's fiscal years ending in 1995, 2000, 2005, and every fifth year thereafter. For exampk, audit cognizance for periods ending in 1997 through 2000 will be determined based on Federal awards expended in 1995. (However, for States and local governments that expend more than $25 million a year in Federal awards and have previously assigned cognizant agencies for audit, the requirements of this paragraph are not effective until fiscal years beginning after low 30, 2000.) Notwithstanding the manner in. which audit cognizance is determined, a Federal awarding agency with cognizance for an auditee may reassign cognizance to anotherFederal awarding, agency which provides substantial direct funding and agrees to be the cognizant agency for audit. Within 30 days after any reassignment, both the old and the new cognizant agency for audit shall notify the auditee, and, if known, the auditor of the reassignment. The cognizant agency for audit shall: (1) Provide technical audit advice and liaison to auditees and auditors. (2) Consider auditee requests for extensions to the report submission due date required by §_320(n). The cognizant agency for audit may grant extensions for good cause. (3) Obtain or conduct quality controJ reviews of selected audits made by non -Federal auditors, and provide the results, when appropriate, to other interested organizations. (4) Promptly inform other affected Federal agencies and appropriate:Federal law enforcement officials of any direct reporting by the auditee or its auditor of IJ I I 1 11 1 I D LJ 1 11 1 I I it I� 1 �I irregularities or illegal acts, as required by GAGAS or laws and regulations. (5) Advise the auditor and, where appropriate, the audita of any deficiencies found in the audits when the deficiencies require corrective action by the auditor. When advised of deficiencies, the auditee shall work with the auditor to take corrective action. If corrective action is not taken, the cognizant agency for audit shall notify the auditor, the auditee, and applicable Federal awarding agencies and pass-through entities of the facts and make recommendations for follow-up action. Major inadequacies or repetitive substandard performance by auditors shall be referred to appropriate State licensing agencies and professional bodies for disciplinary action. (6) Coordinate, to the extent practical, audits or reviews grade by or for Federal agencies that are in addition to the audits made pursuant to itis part, so that the additional audits or reviews build upon audits performed in accordance with this part. (7) Coordinate a management decision for audit findings that affect the Federal programs of more than one agency. (8) Coordinate the audit work and reporting responsibilities among auditors to achieve the most cost-effective audit. (9) For biennial audits permitted under §_520, consider auditee requests to qualify as a low-risk auditee under §_530(a). (b) Oversight agency for audit responsibilities. An auditee which does not have a designated cognizant agency for audit will be under the general oversight of the Federal agency determined in accordance with §_.105. The oversight agency for audit: (1) Shall provide technical advice to auditees and. auditors as requested. (2) May assume all or some of the responsibilities normally performed by a cognizant agency for audit. (c) Federal awarding agency responsibilities. The Federal awarding agency shall perform the following for the Federal awards it makes: (1) Identify Federal awards made by informing each rccipicnt of the CFDA title and number, award name and number, award year; and if the award is for R&D. When some of this information is not available, the Federal agency shall provide information necessary to clearly describe the Federal award. (2) Advise recipients of requirements imposed on them by Federal laws, regulations, and the provisions of 0 contracts or grant agreements. (3) Ensure that audits are completed and reports are received in a timely manner and in accordance with the requirements of this pan. (4) Provide technical advice and counsel to auditees and auditors as requested. (5) Issue a management decisionon audit findings within six months atter receipt of the audit report and ensure that the recipient takes appropriate and timely corrective action. (6) Assign a person responsible for providing annual updates of the compliance supplement to OMB. (d) Pass-through entity responsibilities. A pass- through entity shall perform the following for the Federal awards it makes: (1) Identify Federal awards made by informing each. subrecipicut of CFDA title and number, award name'and number, award year, if the award is R&D, and name of Federal agency. When some of this information is not available, the pass-through entity shall provide the best information available to describe the Federal award. (2) Advise subrecipients of requirements imposed on them by Federal laws, regulations, and the provisions of contracts or grant agreements as well as any supplemental requirements imposed by the pass-through entity. (3) Monitor the activities of subre6pients as necessary to ensure that Federal awards are used for authorized purposes in compliance with laws, regulations, and the provisions of contracts or grant agreements and that performance goals are achieved. (4) Ensure that subreciptents expending $300,000 or more in Federal awards during the subrecipient's fiscal year have met the audit requirements of this pan for that fiscal year. (5) Issue a management decision on audit findings within six months after receipt of the subrecipient's audit report and ensure that the subrecipient takes appropriate and timely.corrective action. (6) Consider whether subrecipient audits necessitate adjustment of the pass-through entity's own records. (7) Require each subrecipient to permit the pass-through entity and auditors to have access to the records and financial statements as necessary for the pass-through entity to comply with this part §_.405 Management derision. (a) General. The management decision shall clearly state whether or not the audit finding is sustained, the reasons for the decision, and the expected audita action to repay disallowed costs, make financial adjustments, or take otter action. If the audita has not completed corrective action, a timetable for follow-up should be given. Prior to issuing the management decision, the Federal agency or passthrough entity may request additional information or documentation from the audita, including a request for auditor assurance related to the documentation, as a way of mitigating disallowed costs. The management decision should describe any appeal process available to the audita_ (b) Fedcral agency. As provided in §_.400(a) 7), the cognizant agency for.audit shall be responsible for coordinating a management decision for audit findings that affect the piograms of more than one Federal agency. As provided in §_A00(e)(5), a Federal awarding agency is responsible for issuing a management decision for findings that relate to Federal .awards it makes to recipients. Alternate arrangements may be made on a case-by-case basis by agreement among the Federal agencies concerned. (c) Pass-through entity. As provided in §_ 400(d)(5), the pass-through entity shall be responsible for making the management decision for audit findings that relate to Federal awards it makes to subrecipients. (d) Thme requirements. The entity responsible for making the management decision shall do so within six months of receipt of the audit report. Corrective action should be initialed within six months after receipt of the audit report and proceed as rapidly as possible. (e) Reference numbers. Management decisions shall include the reference numbers the auditor assigned to each audit finding in accordance with §_510(c). Subpart E --Auditors §_.500 Scope of audit (a) General. The audit shall be conducted in accordance with GALAS. The audit shall cover the entire operations of the audita; or, at the option of the auditee, such audit shall include a series of audits that cover departments, agencies, and other organizational Units which expended or otherwise administered Federal awards during such fiscal year, provided that each such audit shall encompass the financial statements and schedule of expenditures of Federal awards for each such department, agency, atd oUec organizational unit, which shall be considered to be a iron -Federal entity. The financial statements and schedule of expenditures of Federal awards shall be for the same fiscal year. (b) Mmancial statements. The auditor shall determine whether the financial statements of the auditee are Wi presented fairly in all material respects in conformity with generally accepted accounting principles. The auditor shall also determine whether the schedule of expenditures of Federal awards is presented fairly in all material respcas in relation to the auditce's financial statements taken as a whole. (c) Interml control. (1) In addition to the requirements of GAGAS, the auditor shall perform procedures to obtain an understanding of internal control over Federal programs sufficient to plan the audit to support a low assessed level of control risk for major programs. (2) Except as provided in paragraph (c)(3) of this section, the auditor shall (i) Plan the testing of internal control over major program to support a low assessed level of control risk for the assertions relevant to the compliance requirements for each major program; and (ii) Perform testing of internal control as planned paragraph (e)(2)(i) of this section. (3) When internal control over some or all of the compliance requirements for a major program are likely to be ineffective in preventing or detecting noncompliance, the planning and performing of testing described in paragraph (e)(2) of this section are not required for those compliance requirements. However, the auditor shall report a reportable condition (including whether any such condition is a material weakness) in accordance with 1_510, assess the related control risk at the maximum. and Consider whether additional compliance tests are required because of ineffective internal control. (d) Compliance. (1) In addition to the requirements of GAGAS, the auditor shall determine whether the audita has complied with laws, regulations, and the provisions of contracts or grant agreements that may have a direct and material effect on each of its major programs, (2) The principal compliance requirements applicable to most Federal programs and the compliance requirements of the largest Federal programs are included in the compliance.supplement. (3) For the compliance requirements related to Federal programs contained in Ilse compliance supplement, as audit of these compliance requirements Will meet the requirements of this part. Where there have been changes to the compliance requirements and the changes are not reflected in Om compliance supplement, the auditor shall determine the current compliance requirements and modify the audit procedures accordingly. For those Federal programs not covered in the compliance supplement, the auditor should use the types of compliance requirements contained in the compliance supplement as guidance for identifying the 1 7 11 1 I� 1 1 J 11 11 ' types of compliance requirements to test, and determine the requirements governing the Federal program by reviewing the provisions of contracts and grant ' agreements and the laws and regulations referred to in such contracts and grant agreements: (4) The compliance testing shall 'include tests of ' transactions and such other auditing procedures necessary to provide the auditor sufficient evidence to support an opinion on compliance. ' (e) Audit follow-up. The auditor shall follow-up on prior audit findings, perform procedures to assess the reasonableness of the summary schedule of prior audit ' findings prepared by the auditee in accordance with §_.315(b), and report, as a current year audit finding, when the auditor concludes that the summary schedule of prior audit findings materially misrepreaeots the sutbs of any prior audit finding. The auditor shall perform audit follow-up procedures regardless of whether a'prior audit finding relates to a major program in the current year. (f) Data Collection Form As required in §_.320(b)(3), the auditor shall complete and sign specified section's of thedati collection form` ' §_.505'Audit reporting. The auditor's report(s) may be in the form of either' ' combined or separate reports and may be organized differently from the manner presented in this section. The auditors report(s) shall state that the audit was ' conducted in accordance with this part and include the following: (a) An opinion (or disclaimer of opinion) as to whether the financial statements are presented fairly in all material respects in conformity with generally accepted accounting principles and an opinion (or disclaimer of opinion) as to whether the schedule of expenditures of ' Federal awards is presented fairly in all material respects in relation to the financial statements taken as a whole. ' (b)A report on internal control related to the financial statements and major programa. This report shall describe the scope of testing of internal control and the results of the tests, and, where applicable, refer to the ' separate schedule of findings and questioned costs described in paragraph (d) of this section. (c) A report on compliance with laws, regulations, and the provisions of contracts m1rant agreements, noncompliance with which could have a material effect on the financial statements. This report shall also ' include an opinion (or disclaimer of opinion) as to whether the auditee complied with laws, regulations, and the provisions of contracts or grant agreements which could have a direct and material effect on each fL major program, and, where applicable, refer to the separate schedule of findings and questioned costs described in paragraph (d) of this section. (d) A schedule of findings and questioned costs which shall include the following three components: (1) A summary of the auditor's results which shall include: (i) The type of report the auditor issued on the financial statements of the audit" (i.e., unqualified opinion, qualified opinion, adverse opinion, or disclamcr of opinion); (u) Where appficable, a statement that reportable conditions in internal control were disclosed by the audit of the financial statements and whether any such conditions were material weaknesses; (iii) A statement as to whether the audit disclosed any noncompliance which is material to the financial statements of the auditor; (iv) Where applicable; a statement that reportable conditions in internal control over major programs were disclosed by the audit and whether any such conditions were material weaknesses; (v) The type of report the auditor issued on compliance for major programa (Le., unqualified opinion, qualified oprnron, adverse opinion, or disclaimer of opinion); (vi) A statement as to whether the audit disclosed any audit findings which the auditor is required to report under 11_S10(a); (vii) An identification of major programs; (viii)The dollar threshold used to distinguish between Type A and.Type B programs, asdescribed in §_S20(b); and (ix) A statement as to whether the auditee qualified as a low-risk auditee under §_530. (2) Findings relating to the financial statements which. are required to be reported in accordance with GAGAS. (3) Findings and questioned toss for Federal awards which shall include audit findings as defined in §,S10(a). (i) Audit findings (e.g.. internal control findings, compliance findings, questioned costs, m Gaud) which relate to the same issue should be presented as a single audit finding. Where practical, audit findings should be organized by Federal agency or pass-through entity. (i) Audit findings which relate to both the financial statements and Federal awards, as reported under paragraphs (d)(2) and (d)(3) of this section, respectively, should be reported in both sections of the schedule. However, the reporting in one section of the schedule may be in summary form with a reference to a detailed reporting in the other section of the schedule. §_510 Audit findings. (a) Audit findings reported. The auditor shall report the following as audit findings in a schedule of findings and questioned costs: (1) Reportable conditions in internal control over major programs. The auditor's determination of whcdmr.a deficiency in internal control is a reportable condition for the purpose of reporting an audit finding is in relation to a type of compliance requirement for a major program or an audit objective identified in the compliance supplement .The auditor shall identify reportable conditions which are individually or cumulativelymaterial weaknesses. (2) Material noncompliance with the provisions of laws, regulations, contracts, or grant agreements related to a major program. The auditors determination of whether a noncompliance. with.the provisions of laws, . regulations, conuacts,.or grant agreements is material for the purpose of reporting an audit finding is in relation to a type of compliance requirement for a major program or an audit objective identified in the compliance supplement. (3) Known questioned costs which are greater than $10,o00 for a type of compliance requirement for a major program. Known questioned costs are those specifically identified by the auditor. In evaluating the effect of questioned costs on the opinion on compliance, the auditor considers the best estimate of total costs questioned (likely questioned costs), not just the questioned costs specifically identified (known questioned costs). Tlie auditor shall also report known questioned costs when likely questioned costs are greater than $10,000 for a type of compliance req uiremenl for a major program In reporting questioned costs, the auditor shall include information to provide proper perspective for judging the prevalence and consequences of the questioned costs. (4) Known questioned costs which are greater than S 10,000 for a Federal program which is not audited as a major program. Except for audit follow-up, the auditor is ant required under this part to perform audit procedures for such a Federal program;therefore, the auditor will normally not find questioned costs for a program which is not audited as a major program However, if the auditor does become aware of questioned costs for a Federal program which is not audited as a major program (e.g., as part of audit follow- up or other audit procedures) and the (mown questioned costs are greater than $10,000, then the auditor shall 71 report this as an audit finding. (5) The circumstances concerning why the auditor's report on compliance for major programs is other than an unqualified opinion,unless such circumstances are otherwise reported as audit findings in the schedule of findings and questioned costs for Federal awards. (6) Known fraud affecting a Federal award, unless such fraud is otherwise reported as anaudit finding in the. schedule of fundings and questioned costs for Federal awards. This paragraph does not require the auditor to mak6 an additional reporting when the: auditor confirms that the hand was reported,outsideof the auditor's reports under the direct teporting requirements of GAGAS. (7) histances where. the results, of audit follow-up procedures disclosed that the summary schedule of prior audit findings prepared by the auditee. in accordance with §_315(6) materially_ mtueptesents the status of any prior audit finding. (b) Audit finding detail. Audit findings shall be presented in sufficient detail for the auditce to prepare a corrective. action plan and take corrective actionand for Federal agencies and pass-through entities to arrive at a management decision. The following specific information shall be included, as applicable, in audit findings: (1) Federal program and specific Fedefal award. identification including the CFDA tide and.number. Federal award number and year, name of Federal, agency, and name of the applicable pass-through eutity. When information; such as the CFDA title. and number or Federal award number, is not available,.the auditor shall provide the best information available to describe the Federal award. (2) The criteria or specific requirement upon which the audit finding is based, including statutory, regulatory, or other citation. (3) The condition found, including facts that support the deficiency identified in the audit finding. (4) Identification of questioned costs and how they were computed. (5) Information to provide proper perspective for judging the prevalence and consequences of the audit findings, such as whether the audit findings represent an isolated instance or a systemic pr6hlM Where appropriate, instances identified shall be related to the universe and the number of cases examined and be quantified in terms of dollar value. (6) The possible asserted effect to provide sufficient information to the audita and Federal agency, or.pass- II 1 IJ 1 1 1 1 1 1 1 1 1 C_' 1 1 1 11 through entity in the case of a subrecipienl, to permit them to determine the cause and effect to facilitate prompt and proper corrective action. (7) Recommendations to prevent future occurrences of the deficiency identified in the audit finding. (8) Views of responsible officials of the auditee when there is disagreement with the audit findings, to the extent practical. ' (c) Reference numbers. Each audit finding in the schedule of findings and questioned costs shall include a reference number to allow for easy referencing of the audit findings during follow-up. ' §_315 A"t working papers. 1 1 1 1 Ill FI (a) Retention of working papers. -fhe auditor shall retain working papers and reports for a minimum of. three years after the date of issuance of the audiloes report(s) to the auditee, unless the auditor is noted in writing by the cognizant agency for audit, oversight agency for audit, or pass-through entity to extend the retention period. When the auditor is aware that the Federal awarding,agency, pass-through entity, or, mditee is contesting an audit finding, the auditor shall contact the parties contesting the audit finding for guidance prior -to destruction of the working papers and reports. (b) Access to working papers. Audit working papers shall be made available upon request to the cognizant or oversight agency for audit or its designee, a Federal agency providing direct or indirect funding, or GAO at the completion of the audit, as part of a quality review, to resolve audit findings, or to carry out oversight responsibilities consistent with the purposes of this part Access to working papers includes the right of Federal agencies to obtain copies of working papers, as is reasonable and necessary. §_S20 Major prognm determination. (a) General. The auditor shall use a risk-based approach toAetermine which Federal programs are major programs. This risk-based approach shall include consideration of: Current and prior audit experience, oversight by Federal agencies and pass-through entities, and the inherent risk of the Federal program. The process in paragraphs (b) through (i) of this section shall be followed. (b).Step 1. (1) The auditor shall identify the larger Federal programs, which shall be labeled Type A programs. Type .A programs are defined as Federal programs with Federal awards expended during the audit period exceeding the larger of- (i) f (i) $300,000 or three percent (.03) of total Federal 72 awards expended in the case of an auditee for which total Federal awards expended equal or exceed $300,000 but are less than or equal to $100 mullion. 00 $3 million or three -tenths of one percent (.003) of total Federal awards expended in the case of an auditce for which total Federal awards expended exceed S 100 million but are less than or equal to $10 billion. (iii) $30 million or 15 hundredths of. one percent (.0015) of total Federal awards expended in the case of an auditee for which total Federal awards expended exceed' SIO billion. (2) Federal programs not labeled Type A under paragraph (b)(1) of this section shall be labeled Type B programs. (3) The inclusion of large loan and loan guarantees (loans) should not result in the exclusion of other programs as Type A programs. When a Federal program providing loans significantly affects thenumber or size of Type A programs, the auditor shall consider this Federal program as a Type A program and exclude its values in determining other Type A programs. (4) For biennial audits permitted miler §_.220, the determination of Type A and Type B programs shall be based Upon the Federal awards expended during the two-year period. (c) Step 2. (1) The auditor shall identify Type A Programs which are low-risk For a Type A program to be considered low-risk it shall have been audited as a major program in at least one of the two most recent audit periods (in the most recent audit period in the case of a biennial audit), and, in the most recent audit period, it shall have had no audit findings under However, the auditor may use judgment aid coisidcr that audit findings from questioned costs under §_.510(a)(3) and §_S10(ax4), fraud under §_.510(a)(6), and audit follow-up for the sumit5ary schedule of prior audit findings under §_S10(a)(7) do not preclude the Type A program from being lost% -risk The auditor shall consider: the criteria in §_S25(c), §_S25(d)(1). §_S25(d)(2). and §_525(d)(3): the results of audit follow-up; whether any changes in personnel OF system affecting a Type A program have significantly increased risk; and apply professional judgment in determining whether a-TypeA program is low-risk (2) Notwithstanding paragraph (e)(() of this section,. OMB may approve i Federal awarding agency's request that a Type A program at certain recipients may not be considered low-risk For example, it may be necessary for a large Type A program to be audited as major each Year at particular recipients to allow the Federal agency to comply with the Government Management Reform Act of 1994 (31 U.S.C. 3515). The Federal agency shall notify the recipient and, if known, the auditor at least ISO days prior to the end of the fiscal year to be audited of OMB's approval. - (d) Step 3. (1) The auditor shall identify Type B prograritt which are high-risk using professional judgment and the criteria in §_525. However, should the auditor select Option 2 under Step 4 (paragraph (e)(2)(i)(B) of this section), the auditor is not required to identify more high-risk Type B programs than the number of low-risk Type A programs. Except for known reportable conditions in internal control or compliance problems as discussed in §_525(b)(1), §_525(bx2), and §_525(e)(1), a single criteria in 1_525 would seldom cause a Type B program to be considered high-risk (2) The auditor is not expected to perform risk assessments on relatively small Federal programs. Thereforq thy auditor is only required to perform risk assessments on Type B program that exceed the larger of (i) $100,000.or three- tenths of one percent (.003) of total Federal awards expended when the auditee has less than or equal to $ 100 million in total Federal awards expended. (ii) $300,000 or three -hundredths of one percent (.0003) of total Federal awards expended when the auditee has nate than $100 million in total Federal awards expended. (e) Step 4. At a minimum, the auditor shall audit all of the following as major programs: (1) All Type A programs, except the auditor may . exclude any Type A programs identified at low-risk under Step 2(paragraph (e)(1) of this section). ' (2) (i) High-risk Type B programs as identified under either of the following two options: (A) Option 1. At least one half of the Type B programs identified as high-risk under Step 3 (paragraph (d) of thissection), except this paragraph (e)(2)(i)(A) does not require the auditor to audit mom. high-risk Type B programs than the number of low-risk Type A programs identified as low-risk under Step 2. (B) Option 2. One high-risk Type B program for each Type A program identified as low-risk under Step 2. (ii) When identifying which high-risk Type B programs to audit as major under eitha'Option 1 or 2 in paragraph (ex2Xi (A) or (B); the auditor is encouraged to use an approach which provides an opportunity for different high-risk Type B programs to be audited as major over a period of time. - (3) Such additional programs as may be necessary to 73 comply with the percentage of coverage rule discussed in paragraph (p of this section. This paragraph (e)(3) may require the auditor to audit more programs as major than the number of Type A programs. (f) Percentage of coverage rule" The auditor shall audit as major programs Federal programs with Federal awards expended that, in the aggregate, encompass at least So percent of total Federalawardsexpended. if the auditee meets the criteria in §_530 for a low -rick auditee, the auditor need only audit as major programs Federal programs with Federal awards expended that, in the aggregate, encompass at least 25 percent of total Federal awards expended. (g) Documentation of risk The auditor shall document in the working papers the risk analysis process used in determining major programs. (h) Auditor's judgment. When the major program determination was performed and documented in - accordance with tris part, the auditors judgment in applying the risk-based approach to determine major programs shall be presumed correct. Challenges by Federal agencies and pass-through entities shall only be - for dearly improper use of the guidance in this part However, Federal agencies and -pass-through entities may provide auditors guidance about the riskof a particular Federal program and the auditor shall consider this guidance in determining major programs in audits not yet completed. (i) Deviation from use of risk criteria. For fust -year audits, the auditor may elect to determine major programs as all Type A programs plus any Type B programs as necessary to meet the percentage'ot coverage role discussed in paragraph (f) of this section. Under this option, de'auditor would not be required to perform the procedures discussed in paragraphs (c), (d), and (e) of this section. (1) A fust -year audit is the first year the entity is audited " under this pan or the first year of a change of auditors. (2) To ensure that a frequent change of auditors -Would not preclude audit of high -risk -Type B programs, this election for first-year audits may not be used by an auditee more than once in every three years. §_525 Criteria for Federal program risk. (a) General. The auditors determination should be based on an overall evaluation of the risk of noncompliance occurring which cou)dbe material to the Federal program The auditor shall use auditor judgment and consider criteria, such as described in Paragraphs (b), (c), and (d) of this section, to identify risk in Federal programs. Also, as part of the risk analysis, the auditor may wish to discuss a particular Federal program with audilee management and the Federal agency or pass - 1 LJ I 1 1 1 J n J through entity. (b) Current and prior audit experience. (1) Weaknesses in internal control over Federal programs would indicate higher risk Consideration should be given to the control environment over Federal programs - and such factors as the expectation of management's adherence to applicable laws and regulations and the provisions of contracts and grant agreements and the competence and experience of personnel who administer the Federal programs. (i) A Fed" program administaea under multiple internal control structures may have higher risk When assessing risk in a large single audit, th'e auditor'shall consider whether weaknesses are isolated in a single operating unit (e -g., one college campus) or pervasive throughout the entity. (ii) When significant parts of a Federal program are passed through to subrecipients; a weak system for Wititoring subrecipients would indicate higher risk (iii)'Me �extent to which computer processing is used to administer Federal programs, as well as the complexity of that processing,' should be considered by the auditor in assessing risk. New and recently modified computer systems may also indicate risk- (2) isk (2) Prior audit findings would indicate higher risk; particularly when the situations identified in the audit findings could have a.significant impact on a Federal program or have not been corrected. (3) Federal programs not recently audited as major programs may be of higher risk than.Federat programs recently audited as major programs without audit findings. (c) Oversight exercised by Federal agencies and pas through entities. (1) Oversight exercised by:Federal agencies or pass-through entities could indicate risk For example, recent monitoring or other reviews, performed by an oversight entity _which disclosed no significant problems would indicate lower risk. However, monitoring which disclosed significant problems would indicate higher risk (2) Federal agencies, with the concurrence of OMB, may identify Federal programs which are. higher risk. OMB plans.to provide this identification. in the compliance supplement. (d) Inherent risk of the Feaerar program (1) The nature of a Federal program may indicate risk Consideration should be given to the complexity of the program and the extent to which the Federal program contracts for goods and services. For example, Federal program that disburse fonds through third party contracts or have eligibility criteria may be of highs 74 risk. Federal programs primarily involving staff payroll costs may have a high-risk for time and effort reporting, but otherwise be at low-risk- (2) ow-risk (2) The phase of a Federal program in its life cycle at the Federal agency may indicate risk. For example, a new Federal program with new or interim regulations may have higher risk than an established program with time. tested regulations. Alio, significant changes in Federal programs, laws, regulations, or the provisions of contracts or grant agreements may increase risk (3) The phase of a Federal program in its life cycle at the auditee may indicate risk. For example, during the first and last years that an audiree participates in a Federal program, the risk may be higher due to start-up or closeout of program activities and staff. (4) Type B programs with largerFederal awards expended would be of higher risk than programs with substantially smaller Federal awards expended. §_.530 Criteria for a low-risk auditee. An auditee which meets all of the following conditions for each of the preceding two years (or, is the case of biennial audits, preceding two audit periods) shall, qualify as a - low- risk aurfit= and be eligible for reduced audit coverage in accordance with §_520: (a) Single audits were performed on an annual oasis in accordance with the provisions of this part A non - Federal entity that has biennial audits does not qualify as a low-risk auditee, unless agreed to in advance by the - cognizant or oversight agency for aWit (b) The auditors opinions on the financial statements and the schedule of expenditures of Federal awards were unqualified. However, the cognizant or oversight agency for audiVmay judge that an opinion qualification' does not affect the management of Federal awards and provide a waiver. (c) There were no deficiencies in internal control which were identified as material weaknesses under the requirements of GAGAS. However, the cognizant or. oversight agency for audit may judge that any identified material weaknesses do not affect the management of Federal awards and provide a waives. (d) Non of the Federal programs bad audit findings from any of the following in either of the preceding two years (or, in the case of biennial audits, preceding two audit periods) in which they were classified as Type A programs: I . (1) Internal control deficiencies which were identified as material weaknesses; (2) Noncompliance with the provisions of laws, regulations, contracts, or grant agreements which have a material effect on the Type A program: or(3) Known or likely questioned costs that exceed five percent of the total Federal awards expended for a Type A program during the year. MODEL CONTRACT CLAUSE 1. SUPERSESSION The recipient and the contractor agree that this and other appropriate clauses in 40 CFR 31.36(1) apply to that work eligible for EPA assistance to be performed under this contract and that these clauses supersede any conflicting provisions"of this contract. 2PRIVPPY OF CONTRACT This contract is expected to be funded in pan whm funds from the U.S. Environmental Protection Agency._. Neither the United States nor any of its departments, agencies or mploycesis. or, will be, a party to this contract or any. lower tier contract_ 'This contract is subject to.the applicable EPA procurement regulations in effect on the date of the assistance award for this project 3. CHANGES (a) The fotowiir clause applies only to contracts for construction (1) The recipient. may at any time, withom notice to any surely, by,writtep order, make any change in the workwithin,the general.scope of the contract, including but not limited to changes: - (i) In the specifications (including drawings and designs); (ii) In the time, method or• manner of performance of the work:. - (iii)1n the recipient -furnished facilitim equipment, matcrials, services or site. or (iv) Directing acceleration in the performance of the work (2)A change order shall also be any oil= written order (including direction, instruction, interpretation or detertrdnation) from the recipient which causes any change, provided the contractor gives the recipient written notice stating the date, circumstances and source of the order and that the contractor regards the order as a change order. (3) Except as provided in this clause, no order, statement or conduct of the recipient shall be treated as a change under this clause or entitle the contractor to an 75 equitable adjustment. (4) if any change under this clause causes an increase or decrease in the contractor's cost or the time required to perform any part of the work under this contract, whether or not changed by any order; the recipient shall make an equitable adjustment and modify the contract in writing. Except for claims based on defective specifications, no claim for any change under paragraph (a)(2) above shall be allowed for any costs incurred more than 20 days before the contractor gives written notice as required in paragraph (ax2). In the case of defective specifications for which the recipient is responsible, the equitable adjustment shall include any increased cast the contractor -reasonably incurred in attempting to comply with -those oefective specifications. (5) If the contractor intends to assert a claim for an equitable adjustment under this clause, the contractor must, within 30 days other receipt of a written change order under paragraph (a)(1) or the furnishing of a written notice under paragraph (ax2), submit a written statement to the recipient setting forth the general name and monetary extent of such claim, The _recipient may extend the 30 -day period. The, contractor may include the statement of.claim in the notice under paragraph (2) of this changes clause. (6) No claim by the contractor for an equitable adjustment shall be allowed if made after final payment under this contract. (b) The following clause applies only to coolncts for services. (1) The recipient may at any time, by written order and without notice to the sureties, make changes within the general scope of this contract in the services or work to be performed. If such changes cause an increase m decrease in the contractor's cost m time required to perform any services under this contract, whetheror not changed by any order, the recipient shall make an equitable adjustment and modify thiscontract in writing. The contractor must assert any claim for adjustment under this clause in writing within 30 days from the date it receives the recipient's notification of change;'(ialess the recipient grants additional time before the date of final payment (2) No claim by the contractor for m equitable adjustment shall be allowed if made after final payment under this contract- (3) ontract(3) No services for which the contractor will charge an additional compensation shall be furnished without the written authorization of the recipient. (c) the fo0owine claim applies ooh to contracts for supplies (1) The reeipiIcot may at any time, by written order and without notice to the sureties, make changes within the I I L i] 1 L [I I 11 general scope of this contract in any one or more of the following: (i) Drawings, designs or specifications where the supplies to be furnished arc specifically manufactured for. the recipient; (ii) Method of shipment or packing; and (iii) Place of delivery. (2) If any changes cause an increase or decrease in the cost or time required to perform any part of the work under this contract, whether or not changed by such order, the recipient shall make an equitable adjustment in the contract price or delivery schedule, or both, and modify the contract in writing. The contractor must assert any claim for adjustment under this clause within 30 days from the date the contractor receives the recipient's notification of change. If the recipient decides that the facts justify such action, the recipient may receive and act upon any such claim asserted at any time before final payment under this contract. where the cost of property made obsolete or excess as a result of change is included in the contractor's claim for adjustment, the recipient has the right to prescribe the manner of disposition of such property. - Nothing in this clause shall excuse the contractor from proceeding with the contract as changed. (3) No claim by thecontractor for an equitable adjustment shall be allowed if made after final payment under this contract. 4. DIFFERING SITE CONDITIONS The fo0owine da¢se applies only to construction contracts. (a) The contractor shall promptly, and before such conditions are disturbed, notify the recipient in writing of (1) Subsurface or latent physical conditions at the site differing materially from those indicated in this contract, or (2) Unknown physical conditions at the site, of an unusual nature, differing materially from those ordinarily encountered and generally recognized as inhering in work of the character provided for in this conuacL tb) The recipient shall promptly investigate the conditions. I it finds that conditions materially differ and will cause an increase or decrease in the contractor's cost or the time required to perform any part of the work under this contract,whether or not changed as a result of such conditions, the recipient shall make an equitable adjustment and modify the contract in writing. (c) No claim of the contractor under this clause shall be allowed unless the contractor has given the notice required in paragraph (a) of this clause. However, the recipient may extend the time prescribed in paragraph W (d) No claim by the contractor for an equitable adjustment shall be allowed if asserted after final 76 payment under this contract. 5. SUSPENSION OF WORK The followine clause applies only to construction contracts. (a) The recipient may order the contractor in writing to suspend, delay or interrupt all or any part of the work for such period of time as the recipient may determine to be appropriate for the convenience of the recipient. (b) If the performance of all or any part of the work is suspended, delayed or interrupted for an unreasonable Period of time by an act of.Lbe recipient in administration of this confrad, or by the recipient's failure to act within the time specified.in this contract (or if no time is specified, within a reasonable time), the recipient shall snake an adjustment for any increase in the cost of performance of this contract (excluding profit) necessarily caused by such unreasonable suspension, delay or inleritiption and modify the subagreement in writing. However, no adjustment shall be made under this clause for any suspension, delay or interruption to the extent (1) that performance would have been so suspended, delayed or interrupted by any other cause, including the fault or negligence of the, contractor, or (2) for which an equitable adjustment is provided for or excluded under any other provision of this contract- (c) ontract(c) No claim under this clause shall be allowed (I for any costs incurred more than 20 days before the contractor notified the recipient in writing of the act, or failure to act, involved (this requirement does not apply to a claimresulting from a suspension order), and (2) unless the amount claimed is asserted in writing as soon as practicable after the termination of such suspension, delay or interruption, but not later than the date of foul payment under the contrkL 6. The following clause applies only to contracts over 10000: (a) This contract may be terminated in whole or in part in writing by either party in the event of substantial failure by the other party to fulfill its obligations under this contract through no fault of the terminating party. provided that no termination may be effected unless the Jew other party is given (1) not lethan ten (10) calondar days written notice (delivered by certified mail, return receipt requested) of intent to terminate, and (2) an opportunity for consultation with "the terminating party prior to termination. " (b) This contract may be terminated in whole or in part in writing by the recipient for its convenience, provided that the contractor is given (1) not less than ten (10) calendar days' written notice (delivered by certified mail, return receipt requested) of intent to temunate, and (2) an opportunity for consultation with the terminating party prior to termination. (c) If termination for default is effected by the recipient, an equitable adjustment in the price provided for in this contract shall be made, but (1) no amount shall be allowed for anticipated profit on unperformed - services or other work, and (2) any payment due to the contractor at the time of termination may be adjusted to cover any additional costs to the recipient because of the contractor's default. If termination for default is effected by the contractor, or if termination for convenience is effected by the recipient, the equitable adjustment shall include a reasonable profit for services or other work performed. The equitable adjustment for any termination shall provide for payment to the contractor for services rendered and expenses incurred prior to the termination, in addition to termination settlement costs reasonably incurred by the contractor relating to commitments which had become firm prior to the termination. (d) Upon receipt of a termination action under paragraphs (a) or (b).above, the contractor shal (1) promptly distontione all affected.work (unless rte notice directs -otherwise), and (2) deliver or otherwise make. available to the. recipient 0 data, drawings, specifications, reports, estimates, suulniaries and such other information and materials as may have been accumulated bythe contractor in performing this contract. whether completed or in process. (e) Upon termination under paragraphs (a) or (b) above, the recipient may take over the work and may award another party a contract to complete the work under this contract. (f) 1f, after termination for failure of the contractor to fulfill contractual obligations, it is determined that the contractor had not failed. to fulfill contractual obligations, the termination shall be deemed to have been for the convenience of the recipient In such events adjustment of the subagreement price shall be made as provided in paragraph (c) of this clause. 7. REMEDIES This dance applies only to contracts over $25.000. Unless otherwise provided in this contract, all claims, counter -claims, disputes and other matters in question between the recipient and the contractor arising out of, or relating to, this contract or the breach of it will be decided, if the parties mutually agree, by arbitration, mediation, or other alternative dispute resolution mechanism; or in a court of competent jurisdiction within the State in which the m6piem is located. 8. PRICE REDUCTION FOR DEFECTIVE COST OR PRICING DATA [NOTE - The following clause applies to (1) any contract negotiated between the recipient and its n contractor in excess of 1100,000; (2) negotiated contract amendments or change orders in excess of $100.O00 affecting the price of a formally advertised, competitively awarded fixed price contracts or (3) any lower tier contract or mrchase order in excess of $ 100.000 under a contract other than a formally. advertised, competitively awarded, fixed price contracts This clause does not apply to contracts awarded on the basis of effec ive price competition (a) The contractor and subcontractor, where appropriate, assure that the cost and pricing data submitted for evaluation with respect to negotiation of prices for negotiated contracts, lower tier contracts and change orders is based on current, accurate and complete data supported by their books -and records. If the recipient or EPA determines that any price (including profit) negotiated in connection with this contract, lower tier contract or am adment.thereumder was increased by any significant sums because the data provided was incomplete, inaccurate or nor current at the time of submission, then such price,orcost or profit shall be reduced accordingly and the recipient shall modify the contract in writing to reflect such action.. (b) Failure to agree on a reduction shall be subject to the remedies clause of this contract. [NOTE - Since the contract is subiect to reductio_n_upder this clause by reason of defective cost or pricing data submitted in connection with lower tier contracts, the contractor may wish to include a clause in each lower tier contract requiring the lower tier contractor to appropriately iademmifv the contractor.- It is expected that any lower tier contractor subied to such. indemnification wffl eenerally redbiie substantially similar indemnification for defective cost and oricine data submitted by lower tier contractoMI 9. AUDIT: ACCESS TO RECORDS (a) The contractor shall maintain books, records, documents and other evidence directly pertinent to performance on EPA funded work under this contract in accordance with generally accepted accounting principles and practices consistently applied, and the applicable EPA regulations in effect on the date of execution of this contract The contractor shall also maintain the financial information and data used in the preparation or support of any cost submission required under applicable regulations for negotiated contracts or change orders and a copy of the cost summary submitted to the recipient The United States Environmental Protection Agency, the Comptroller General of the United States, the United States Department of Labors the recipient, and (the State] or any of their authorized representatives shall have access to all such books, records; documents and other evidence for the purpose of inspection, audit and copying during normal business hours. The contractor will provide proper facilities for such access and inspection. h 1 [,I I